ADVERTISEMENT FOR BIDS

Size: px
Start display at page:

Download "ADVERTISEMENT FOR BIDS"

Transcription

1 CIP NO.: PROJECT: Administration Building LED Lighting Retrofit DATE: October 2017 CIP No.: ADVERTISEMENT FOR BIDS Project: Owner: Administration Building LED Lighting Retrofit ORANGE WATER AND SEWER AUTHORITY 400 JONES FERRY ROAD CARRBORO, NORTH CAROLINA Date: October 16, 2017 The Orange Water and Sewer Authority seeks bids for an energy-efficient (LED) lighting retrofit of its Administration Building and Jones Ferry Road Water Treatment Plant Campus at 400 Jones Ferry Road in Carrboro, NC ( project ). OWASA seeks these bids from contractors certified by Duke Energy as Midstream Suppliers for energy-efficient lighting. Bids will only be accepted if they address all of the following: Itemized cost for LED panels and fixtures to replace existing fixtures (see Appendix A), with and without Duke Energy $mart Saver incentive Itemized cost for programmable occupancy sensors with and without Duke Energy $mart Saver incentive (We anticipate a mixture of wall-mount and ceiling-mount sensors. The exact quantity and location will be determined at a later date, in consult with selected vendor.) Anticipated total time required to complete each phase of the project (see Attachment 2) Total cost for project including material (minus sensors), rebate, labor, and recycling/disposal of existing lamps and fixtures Specifications of proposed material Detailed description of warranty on material and labor Background information on contractor and sub-contractor(s), including a description of similar projects conducted within the last 12 months The foregoing description shall not be construed as a complete description of all work required. Bids will be received by Orange Water and Sewer Authority via or mail from Bidders until 10:00 A.M., local time, on Wednesday, October 25, 2017 for CIP No , Project: Administration Building LED Lighting Retrofit at which time the Bids received will be opened. Bids can be mailed to OWASA s Administrative Offices at 400 Jones Ferry Road, Carrboro, North Carolina 27510, or ed to drhodes@owasa.org. This is an informal bid process; therefore, Bids will be received only and will not be publicly opened and read aloud. The Contractor and all Subcontractors shall have valid North Carolina General Contractor s Licenses for the type and value of the work to be performed. Beginning on October 16, 2017, the Contract Documents may be viewed free of charge, in OWASA s Administrative Offices, 400 Jones Ferry Road, Carrboro, North Carolina 27510; Mondays through Fridays, between the hours of 9:00 A.M. and 4:00 P.M. Electronic copies will be transmitted to bidders through . Orange Water & Sewer Authority Advertisement for Bids Administration Building LED Lighting Retrofit

2 CIP NO.: PROJECT: Administration Building LED Lighting Retrofit DATE: October 2017 Each Bidder shall be licensed under Chapter 87 of the North Carolina General Statutes. Bidders are notified that An Act to Regulate the Practice of General Contracting, was ratified by the General Assembly of North Carolina on March 10, 1925, and that this Act and subsequent Amendments, will be observed in receiving and awarding Contracts. Each bidder is required to submit a Non-Collusion Affidavit pursuant to Section of the General Statutes of North Carolina. To ensure that all Bidders are kept up to date on any Addenda, changes, or information notices, please send an to: drhodes@owasa.org indicating your intention to prepare a Bid for the Project. Failure to complete this step may render your Bid as non-responsive. Orange Water and Sewer Authority will issue a Notice to Proceed for each individual phase (see Attachment 2). Orange Water and Sewer Authority requires each phase to be at Substantial Completion within 10 consecutive calendar days from date of Notice to Proceed and at Final Completion 20 consecutive calendar days from date of Notice to Proceed. Bids shall be submitted under a condition of irrevocability, except as required by law, for a period of or ninety (90) calendar days after the Bid opening. Orange Water and Sewer Authority reserves the right to accept or reject any or all Bids, to waive any and all informalities, and to disregard all nonconforming or conditional Bids or counter Bids, and to accept the Bid that will be in the best interest of Orange Water and Sewer Authority. ORANGE WATER AND SEWER AUTHORITY DUSTIN RHODES, PE, UTILITES ENGINEER October 16, END OF DOCUMENT- Orange Water & Sewer Authority Advertisement for Bids Administration Building LED Lighting Retrofit

3 Attachment 1 Bid Information The Orange Water and Sewer Authority seeks bids for an energy-efficient (LED) lighting retrofit of its Administration Building and Jones Ferry Road Water Treatment Plant Campus at 400 Jones Ferry Road in Carrboro, NC ( project ). OWASA seeks these bids from contractors certified by Duke Energy as Midstream Suppliers for energy -efficient lighting. Bids will only be accepted if they address all of the following: Itemized cost for LED panels and fixtures to replace existing fixtures (see Appendix A), with and without Duke Energy $mart Saver incentive Itemized cost for programmable occupancy sensors with and without Duke Energy $mart Saver incentive (We anticipate a mixture of wall-mount and ceiling-mount sensors. The exact quantity and location will be determined at a later date, in consult with selected vendor.) Anticipated total time required to complete the project Total cost for project including material (minus sensors), rebate, labor, and recycling/disposal of existing lamps and fixtures Specifications for proposed material Detailed description of warranty on material and labor Description of similar projects conducted within the last 12 months

4 Attachment 2 Project Requirements Project Requirements OWASA would like to implement the project in two phases. Phase 1 at the Water Treatment Plant to begin within 30 days of contract award. Phase 2 in the Administration Building (referred to as Visitor Building in Appendix A), in coordination with an HVAC project in the Spring of 2018, assuming contract is awarded at least 30 days prior. OWASA will provide a total of 200 square feet of storage space for the contractor during each phase of the project Contractor will be responsible for removing all luminaires and equipment that is replaced in the retrofit. Equipment that can be recycled or salvaged shall be recycled or salvaged. The rest should be disposed of properly. Cost estimates should reflect the decommissioning of each luminaire. Contractor will work with OWASA to ensure that all installed equipment works as planned, provide an asset inventory of all retrofitted equipment OWASA has a minimum ten percent (10%) goal for participation by minority businesses in the total value of the work for this project in accordance with Section of the General Statutes of North Carolina. Contractor shall be responsible for initiating, maintaining, supervising and assuring compliance with all safety precautions and programs required by law or regulation, including but not limited to OSHA and all other regulatory agencies, while providing services under this contract.

5 Appendix A Area Space Space Count Luminaire Qty Hrs/Yr Condition Visitor Building Atrium 1 30W Exit Sign 1 2,868 Good Visitor Building Atrium 1 30W Exit Sign w/ Emergency Lights 1 2,868 Good Visitor Building Atrium 1 40w PAR20 Incandescent 8 2,868 Good Visitor Building Basement File Room 1 2x4, 4 Lamp, F40 T12 Prismatic 8 2,868 Good Visitor Building Bathroom F 1 2x4, 3 Lamp, F40 T12 Prismatic 2 2,347 Good Visitor Building Bathroom F 1 4ft, F32 T8 2 Lamp Strip 1 2,347 Good Visitor Building Bathroom 1 100w BR30 Incandescent 5 2,868 Good Visitor Building Bathroom 1 2x4, 3 Lamp, F40 T12 Prismatic 11 2,868 Good Visitor Building Community Room 1 2x4, 3 Lamp, F40 T12 Prismatic 31 2,868 Good Visitor Building Community Room 1 30W Exit Sign 2 2,868 Good Visitor Building Community Room 1 4ft, F40 T12 2 Lamp Strip 2 2,868 Good Visitor Building Copy 1 2x4, 3 Lamp, F40 T12 Prismatic 1 2,347 Good Visitor Building Customer Center 1 2x2, 2 Lamp U Tube F32 Prismatic 1 2,868 Good Visitor Building Customer Center 1 2x4, 3 Lamp, F40 T12 Prismatic 26 2,868 Good Visitor Building Customer Center 1 30W Exit Sign w/ Emergency Lights 2 2,868 Good Visitor Building Engineer Office 1 2x4, 2 Lamp, F40 T12 Prismatic 4 2,868 Good Visitor Building Engineer Office 1 2x4, 3 Lamp, F40 T12 Prismatic 36 2,868 Good Visitor Building Engineering 1 2x2, 2 Lamp U Tube F32 Prismatic 13 2,868 Good Visitor Building Engineering 1 2x4, 3 Lamp, F40 T12 Prismatic 1 2,868 Good Visitor Building Engineering 1 30W Exit Sign w/ Emergency Lights 2 2,868 Good Visitor Building Engineering 1 42w 4 Pin CFL 6 2,868 Good Visitor Building Engineering 1 4ft, F32 T8 1 Lamp Strip 2 2,868 Good Visitor Building Engineering 1 4ft, F32 T8 1 Lamp Strip 2 2,868 Good Visitor Building Engineering Conference 1 100w BR30 Incandescent 8 2,868 Good Visitor Building Engineering Conference 1 2x4, 4 Lamp, F40 T12 Prismatic 1 2,868 Good Visitor Building Engineering Map Reading 1 3 Lamp T8 Arc. Up Down Strips 12 2,347 Good Visitor Building Engineering Map Reading 1 30W Exit Sign 1 2,347 Good Visitor Building Engineering Map Reading 1 3 Lamp T8 Arc. Up Down Strips 12 2,347 Good Visitor Building Engineering Map Reading 1 30W Exit Sign 1 2,347 Good Visitor Building Entrance 1 100w A19 Incandescent 2 2,868 Good Visitor Building Entrance 1 2x4, 3 Lamp, F40 T12 Prismatic 2 2,868 Good Visitor Building Entrance 1 30W Exit Sign 1 2,868 Good Visitor Building Finance 1 2x2, 2 Lamp U Tube F34 Prismatic 13 2,868 Good Visitor Building Finance 1 2x4, 3 Lamp, F40 T12 Prismatic 55 2,868 Good Visitor Building Finance 1 30W Exit Sign 2 2,868 Good Visitor Building Finance 1 30W Exit Sign w/ Emergency Lights 2 2,868 Good

6 Visitor Building Finance 1 42w 4 Pin CFL 9 2,868 Good Visitor Building Finance Conference Room 1 2x4, 4 Lamp, F40 T12 Prismatic 2 2,868 Good Visitor Building Finance Conference Room 1 75w BR30 Incandescent 8 2,868 Good Visitor Building Hall Engineering 1 2x4, 4 Lamp, F40 T12 Prismatic 6 2,868 Good Visitor Building Hallway 1 30W Exit Sign 3 2,347 Good Visitor Building Hallway 1 42w 4 Pin CFL 40 2,347 Good Visitor Building Hallway Customer Service 1 2x4, 3 Lamp, F40 T12 Prismatic 4 2,868 Good Visitor Building Hallway Customer Service 1 30W Exit Sign w/ Emergency Lights 1 2,347 Good Visitor Building Human Resources Offices 1 2x2, 2 Lamp U Tube F32 Prismatic 10 2,868 Good Visitor Building Human Resources Offices 1 2x4, 3 Lamp, F40 T12 Prismatic 29 2,868 Good Visitor Building Human Resources Offices 1 30W Exit Sign 2 2,868 Good Visitor Building Human Resources Offices 1 42w 4 Pin CFL 7 2,868 Good Visitor Building Human Resources 1 30W Exit Sign 1 2,868 Good Visitor Building Human Resources 1 30W Exit Sign w/ Emergency Lights 1 2,868 Good Visitor Building IT 1 2x2, 2 Lamp U Tube F32 Prismatic 6 2,868 Good Visitor Building IT 1 2x4, 3 Lamp, F40 T12 Prismatic 23 2,868 Good Visitor Building IT 1 30W Exit Sign 3 2,868 Good Visitor Building Library 1 75w BR30 Incandescent 11 2,868 Good Visitor Building Locker Room F 1 2x4, 3 Lamp, F40 T12 Prismatic 18 2,868 Good Visitor Building Locker Room F 1 30W Exit Sign 1 2,868 Good Visitor Building Mens Locker 1 2x4, 3 Lamp, F40 T12 Prismatic 10 2,868 Good Visitor Building Mens Locker 1 30W Exit Sign 1 2,868 Good Visitor Building Staircase 1 30W Exit Sign 1 2,868 Good Visitor Building Staircase 1 4ft, F40 T12 2 Lamp Strip 3 2,868 Good Visitor Building Training Room 1 2x4, 3 Lamp, F40 T12 Prismatic 9 2,868 Good Water Treatment Plant 3rd Floor Office 1 2x2, 2 Lamp U Tube F32 Parabolic 22 2,868 Good Water Treatment Plant 3rd Floor Office 1 2x4, 4 Lamp, F40 T12 Parabolic 4 2,868 Good Water Treatment Plant 3rd Floor Office 1 30W Exit Sign 3 2,868 Good Water Treatment Plant 3rd Floor Office 1 4ft, 2 Lamp, F40 T12 Wrap 1 2,868 Good Water Treatment Plant Clarifier 1 150w Metal Halide 7 2,868 Good Water Treatment Plant Clarifier 1 4ft, 2 Lamp, F40 T12 Wrap 9 2,868 Good Water Treatment Plant Electrical Room 1 4ft, F40 T12 2 Lamp Vapor Tight 7 2,868 Good Water Treatment Plant Equipment Room 1 4ft, 4 Lamp, F40 T12 Wrap 4 2,868 Good Water Treatment Plant Filter Basin 1 30W Exit Sign 4 2,868 Good Water Treatment Plant Filter Basin 1 30W Exit Sign w/ Emergency Lights 1 2,868 Good Water Treatment Plant Filter Basin 1 400w Metal Halide 10 2,868 Good Water Treatment Plant Filter Basin 1 4ft, 4 Lamp, F40 T12 Wrap 6 2,868 Good

7 Water Treatment Plant Filter Basin 1 4ft, 4 Lamp, F40 T12 Wrap 4 2,868 Good Water Treatment Plant Filter Basin 1 4ft, F32 T8 1 Lamp Strip 3 2,868 Good Water Treatment Plant Filter Building 1 250w High Pressure Sodium 30 2,868 Good Water Treatment Plant Filter Building 1 4ft, F34 T12 2 Lamp Vapor Tight 1 2,868 Good Water Treatment Plant Filter Building 1 8ft, F34 T12 4 Lamp Vapor Tight 3 2,868 Good Water Treatment Plant Fluoride Room Plastic Corrosive 1 4ft, F34 T12 2 Lamp Vapor Tight 6 2,868 Good Water Treatment Plant Generator Room 1 8ft, F96 T12HO 2 Lamp Industrial 7 2,868 Good Water Treatment Plant Lab 1 2x2, 2 Lamp U Tube F40 Prismatic 4 2,868 Good Water Treatment Plant Lab 1 2x4, 3 Lamp, F40 T12 Prismatic 22 2,868 Good Water Treatment Plant Lab 1 30W Exit Sign 1 2,868 Good Water Treatment Plant Locker Room 1 2x2, 2 Lamp U Tube F40 Parabolic 3 2,868 Good Water Treatment Plant Locker Room 1 2x4, 4 Lamp, F40 T12 Prismatic 7 2,868 Good Water Treatment Plant Lower Space 1 30W Exit Sign 2 2,868 Good Water Treatment Plant Lower Space 1 30W Exit Sign w/ Emergency Lights 2 2,868 Good Water Treatment Plant Lower Space 1 4ft, F34 T12 2 Lamp Vapor Tight 7 2,868 Good Water Treatment Plant Lower Space 1 8ft, F40 T12 4 Lamp Vapor Tight 7 2,868 Good Water Treatment Plant Office 1 2x2, 2 Lamp U Tube F34 Parabolic 2 2,868 Good Water Treatment Plant Office 1 2x4, 4 Lamp, F40 T12 Prismatic 16 2,868 Good Water Treatment Plant Office 1 30W Exit Sign 3 2,868 Good Water Treatment Plant Office 1 30W Exit Sign w/ Emergency Lights 2 2,868 Good Water Treatment Plant Office 1 4ft, 4 Lamp, F40 T12 Wrap 14 2,868 Good Water Treatment Plant Office 1 4ft, F40 T12 2 Lamp Strip 3 2,868 Good Water Treatment Plant Office 1 8ft, F40 T12 4 Lamp Industrial 3 2,868 Good Water Treatment Plant Operators Room 1 2x2, 2 Lamp U Tube F40 Parabolic 2 2,868 Good Water Treatment Plant Operators Room 1 2x4, 2 Lamp, F40 T12 Prismatic 8 2,868 Good Water Treatment Plant Operators Room 1 2x4, 3 Lamp, F40 T12 Prismatic 14 2,868 Good Water Treatment Plant Operators Room 1 30W Exit Sign 3 2,868 Good Water Treatment Plant Second Floor 1 2x2, 2 Lamp U Tube F40 Parabolic 28 2,868 Good Water Treatment Plant Second Floor 1 2x4, 4 Lamp, F34 T12 Prismatic 22 2,868 Good Water Treatment Plant Second Floor 1 30W Exit Sign 4 2,868 Good Water Treatment Plant Solids Separator 1 150w Metal Halide 1 2,868 Good Water Treatment Plant Solids Separator 1 30W Exit Sign 4 2,868 Good Water Treatment Plant Solids Separator 1 4ft, 2 Lamp, F40 T12 Wrap 31 2,868 Good Water Treatment Plant Solids Separator 1 4ft, F40 T12 2 Lamp Vapor Tight 14 2,868 Good Water Treatment Plant Solids Separator 1 4ft, F40 T12 2 Lamp Industrial 5 2,868 Good

8 ORANGE WATER AND SEWER AUTHORITY SERVICE CONTRACT ORANGE COUNTY, NORTH CAROLINA THIS CONTRACT is made, and entered into this the day of, 20, by and between ORANGE WATER AND SEWER AUTHORITY, a public corporate subdivision of the State of North Carolina, (hereinafter referred to as OWASA, party of the first part and, (hereinafter referred to as CONTRACTOR ), party of the second part. 1. SERVICES TO BE PROVIDED AND AGREED CHARGES CONTRACTOR hereby agrees to provide services and/or materials under this contract (hereinafter referred to collectively as SERVICES ) pursuant to the provisions and specifications identified in Attachment 1, Attachment 2, and Appendix A. OWASA hereby agrees to pay for services at per unit prices contained in Attachment 1 and Appendix A and pursuant to paragraph 3 of this contract. Attachment 1 and 2 and Appendix A are hereby incorporated by reference as if fully set out herein. 2. TERM OF CONTRACT The term of this CONTRACT for services and supplies is from to. 3. PAYMENT TO CONTRACTOR CONTRACTOR shall receive from OWASA a sum not to exceed $ as full compensation for the provision of services. OWASA agrees to pay at the rates specified for services, satisfactorily performed, in accordance with this contract, and the bid proposal both of which are contained in Attachment 1. Unless otherwise specified, CONTRACTOR shall submit an itemized invoice to OWASA by the end of the month during which services are performed. Payment will be processed promptly upon receipt and approval of the invoice by OWASA. 4. INDEPENDENT CONTRACTOR OWASA and CONTRACTOR agree that CONTRACTOR is an independent contractor and shall not represent itself as an agent or employee of OWASA for any purpose in the performance of CONTRACTOR S duties under this contract. Accordingly, CONTRACTOR shall be responsible for payment of all federal, state and local taxes as well as business license fees arising out of CONTRACTOR S activities in accordance with this contract. For purposes of this contract taxes shall include, but not be limited to, Federal and State Income, Social Security and Unemployment Insurance taxes. CONTRACTOR, as an independent contractor, shall perform said services in a professional manner, with reasonable care, and in accordance with the standards and practices applicable in the industry, including those recommended or required by professional organizations and licensing agencies of the industry. 5. INSURANCE AND INDEMNITY The CONTRACTOR shall indemnify and hold harmless OWASA and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or inconsequential (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or arbitration) arising out of or resulting from the performance of this Contract or the actions of the CONTRACTOR or its officials, employees, or contractors under this Contract or under the contracts entered into by the CONTRACTOR in connection with this Contract. This indemnification shall survive the termination of this agreement.

9 2 In addition, CONTRACTOR shall maintain, at its expense, the following minimum insurance coverage: Bodily Injury Liability... $1,000,000 Property Damage Liability... $100,000 Combined Single Limit Bodily Injury and Property Damage... $1,000,000 Workers Compensation for employer s liability and bodily injury by disease for each employee... $100,000 Workers Compensation for disease for each employee policy limit... $500,000 CONTRACTOR shall have OWASA named as an additional insured on CONTRACTOR S insurance policy. CONTRACTOR shall furnish a certificate of insurance from an insurance company, licensed to do business in the State of North Carolina and acceptable to OWASA verifying the existence of any insurance coverage required by OWASA. The certificate will provide for sixty (60) days advance notice in the event of termination or cancellation of coverage. 6. HEALTH AND SAFETY CONTRACTOR shall be responsible for initiating, maintaining, supervising and assuring compliance with all safety precautions and programs required by law or regulation, including but not limited to OSHA and all other regulatory agencies, while providing services under this contract. 7. NON-DISCRIMINATION IN EMPLOYMENT CONTRACTOR shall not discriminate against any employee or applicant for employment because of age, sex, race, creed, national origin, or disability. CONTRACTOR shall take affirmative action to ensure that applicants are employed and that employees are treated fairly and legally during employment with regard to their age, sex, race, creed, national origin, or disability. In the event CONTRACTOR is determined by the final order of an appropriate agency or court to be in violation of any non-discrimination provision of federal, state or local law or this provision, this Contract may be canceled, terminated or suspended in whole or in part by OWASA, and CONTRACTOR may be declared ineligible for further OWASA contracts. 8. GOVERNING LAW This contract shall be governed by and in accordance with the laws of the State of North Carolina. All actions relating in any way to this contract shall be brought in the General Court of Justice in the County of Orange and the State of North Carolina. 9. TERMINATION OF AGREEMENT This contract is subject to the availability of funds to purchase the specified services and may be terminated at any time during the term upon thirty (30) days written notice if such funds become unavailable. This contract may be terminated, for cause, by the non-breaching party after notifying in writing the breaching party of a substantial failure to perform in accordance with the provisions of this contract and if the failure is not corrected within ten (10) days of the receipt of the notification. Upon such termination, the parties shall be entitled to such additional rights and remedies as may be allowed by relevant law. This contract may be terminated by either party at any time during the term upon thirty (30) days written notice. Termination of this agreement, either with or without cause, shall not form the basis of any claim for loss of anticipated profits by either party.

10 3 10. SUCCESSORS AND ASSIGNS CONTRACTOR shall not assign its interest in this contract without the written consent of OWASA. CONTRACTOR has no authority to enter into contracts on behalf of OWASA. 11. COMPLIANCE WITH LAWS. CONTRACTOR represents that it is in compliance with all Federal, State, and local laws, regulations or orders, as amended or supplemented. The implementation or this contract will be carried out in strict compliance with all Federal, State, or local laws regarding discrimination in employment. 12. NOTICES All notices which may be required by this contract or any rule of law shall be effective when received by certified mail sent to the following addresses: OWASA PURCHASING DEPARTMENT 400 JONES FERRY ROAD CARRBORO, NORTH CAROLINA, (VENDOR CONTACT INFO HERE) 13. AUDIT RIGHTS For all services being provided under this contract, OWASA shall have the right to inspect, examine, and make copies of any and all books, accounts, invoices, records and other writings relating to the performance of said services. Audits shall take place at times and locations mutually agreed upon by both parties, although CONTRACTOR must make the materials to be audited available within one (1) week of the request for them. 14. OWASA NOT RESPONSIBLE FOR EXPENSES OWASA shall not be liable to CONTRACTOR for any expenses paid or incurred by CONTRACTOR unless otherwise agreed in writing. 15. EQUIPMENT CONTRACTOR shall supply, at its sole expense, all equipment, tools, materials, and/or supplies required to provide contracted services unless otherwise agreed in writing. 16. E-VERIFY CONTRACTOR shall comply with the requirements of Article 2 of Chapter 64 of the General Statutes. Further, if CONTRACTOR utilizes a subcontractor, CONTRACTOR shall require the subcontractor to comply with the requirements of Article 2 of Chapter 64 of the General Statutes. 17. ENTIRE AGREEMENT This Agreement and the attached documents labeled Attachment 1, Attachment 2, and Appendix A shall constitute the entire understanding between OWASA and CONTRACTOR. There are no written or unwritten understandings or agreements between the parties, except as expressed herein,

11 4 nor have any representations not contained herein been made to induce the execution of this Agreement. This Agreement shall supersede all prior understandings and agreements relating to the subject matter hereof and may be amended only by written mutual agreement of the parties. 18. HEADINGS. The subject headings of the paragraphs are included for purposes of convenience only and shall not affect the construction or interpretation of any of its provisions. This agreement shall be deemed to have been drafted by both parties and no purposes of interpretation shall be made to the contrary. OWASA CONTRACTOR Title: Sustainability Manager Title: This instrument has been preaudited in the manner required by the Local Government Budget and Fiscal Control Act. Title: Director of Finance and Customer Service

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #:

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #: US 1 LOGISTICS, LLC AMERICA 1 LOGISTICS, LLC, FREEDOM 1, LLC WHITE RIVER TRANSPORTATION, LLC TRANSPORT LEASING SYSTEMS, LLC LONGBOW TRANSPORTATION & LOGISTICS, LLC LIONHART TRANSPORTATION, LLC HOMELAND

More information

SERVICE CLASSIFICATION NO. 6

SERVICE CLASSIFICATION NO. 6 P.S.C. NO. 3 ELECTRICITY LEAF: 293 ORANGE AND ROCKLAND UTILITIES, INC. REVISION: 2 INITIAL EFFECTIVE DATE: July 19, 2012 SUPERSEDING REVISION: 1 SERVICE CLASSIFICATION NO. 6 APPLICABLE TO USE OF SERVICE

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

More information

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS 39441 (601) 428-4014 (601) 428-1948 fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Date: From: To: This Billboard Rental Agreement is made

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

SPECIFICATIONS JANITORIAL SERVICES

SPECIFICATIONS JANITORIAL SERVICES SPECIFICATIONS JANITORIAL SERVICES 1. TERM OF CONTRACT Contract shall exist for (12) months beginning on Notice to Proceed date. The Town reserves the right to extend this Agreement on an annual basis

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

C. This contract can be canceled for unsatisfactory performance with a thirty (30) day written notice.

C. This contract can be canceled for unsatisfactory performance with a thirty (30) day written notice. FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL HAULING CONTRACT FOR THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin County

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION WILLIAM A. BELL, SR. MAYOR ROOM 220 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, ALABAMA 35203-2292 INVITATION TO

More information

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall,

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall, PAAC/City CONSIGNMENT AGREEMENT for ARTWORK This Consignment Agreement (the Agreement ) is made this date: * by and between * (the Consignor ), The City of Twentynine Palms (the City ), to provide the

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Addendum No. 2 TO: ALL BIDDERS OF RECORD The following items shall take precedence over the drawings and specifications

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School. WINDOW REPLACEMENT FOR ARCHITECT'S NO. 2638 NORWOOD ELEMENTARY SCHOOL DOCUMENT 00 9113A - ADDENDUM NO. 1 1.1 PROJECT INFORMATION A. Project Name: Window Replacement for Norwood Elementary School. B. Owner:

More information

Invitation for Bids # Potable Water Service Components

Invitation for Bids # Potable Water Service Components Invitation for Bids # 2019-003 Potable Water Service Components Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

INVITATION FOR BID (IFB):

INVITATION FOR BID (IFB): DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

TRADESHOW SERVICES AGREEMENT

TRADESHOW SERVICES AGREEMENT Appendix 5 TRADESHOW SERVICES AGREEMENT This TRADESHOW SERVICES AGREEMENT ( Agreement ), dated August ----, 2014. is by and between the Paris office of Japan External Trade Organization at 27, Rue de Berri

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

Department of Public Works Division of Engineering. Nassau County, New York

Department of Public Works Division of Engineering. Nassau County, New York TOWN OF OYSTER BAY Department of Public Works Division of Engineering Nassau County, New York REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES SOLICITATION NO. 2017-12 NOTES: 1. ISSUANCE DATE: Thursday, October

More information

1. DEFINITIONS 2. ORDERS, PRICES AND FEES

1. DEFINITIONS 2. ORDERS, PRICES AND FEES Exhibit C GENERAL TERMS AND CONDITIONS - INTERNATIONAL The following are the Terms and Conditions under which TRANSCORE, LP, a Limited Partnership chartered in Delaware, United States of America or its

More information

TOWNSHIP TAX INCENTIVE AGREEMENT

TOWNSHIP TAX INCENTIVE AGREEMENT TOWNSHIP TAX INCENTIVE AGREEMENT This TAX INCENTIVE AGREEMENT (the Agreement ), made and entered into as of the day of, 2014, by and between the CITY OF CENTERVILLE, OHIO, a municipal corporation duly

More information

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE These terms and conditions of service constitute a legally binding contract between the "Company" and the "Customer". In the event MR Global Logistics

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

BROKER - CARRIER AGREEMENT

BROKER - CARRIER AGREEMENT Version 7.02 as endorsed by the National Transportation Brokers Association. Membership in the National Transportation Brokers Association is not mandatory for use of this Agreement; however, it is understood

More information

STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS

STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS The organization contracting for the purchase of advertising covered by this contract hereinafter called AGENCY or ADVERTISER as the case may be) and The

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT Notice is hereby given that the Central Valley Opportunity Center (CVOC) calls for bids to furnish (1) new Forklift. 1. The bid specifications

More information

Louisiana Society for Human Resource Management

Louisiana Society for Human Resource Management Louisiana Society for Human Resource Management 2017 Regular Session Bills of Interest The following are summaries of bills pending before the Louisiana Legislature during the 2017 Regular Session, and

More information

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court Boone County, Kentucky Bid #: 120816SW Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., December 8, 2016 Local time

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION TEXAS DEPARTMENT OF TRANSPORTATION * DISPLACEMENT AND CONTROL OF BIRD INFESTATION PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

Dart Advantage Warehousing, Inc. s Terms & Conditions of Warehousing

Dart Advantage Warehousing, Inc. s Terms & Conditions of Warehousing Dart Advantage Warehousing, Inc. s Terms & Conditions of Warehousing Dart Advantage Warehousing, Inc. ( DAW ) is a provider of warehousing services (and logistics services as an agent of Advantage Transportation,

More information

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project TM Document B105 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2016-NC-002 For Construction of Bloomfield EMS Station located in Bloomfield, Kentucky 02/12/2016 REQUEST FOR BIDS Bloomfield EMS Station Building The City

More information

SKYSHOP USA AGREEMENT FOR SERVICES AND GENERAL OBLIGATIONS 1 SERVICES IN GENERAL: This agreement is entered into by and between Expedited Global

SKYSHOP USA AGREEMENT FOR SERVICES AND GENERAL OBLIGATIONS 1 SERVICES IN GENERAL: This agreement is entered into by and between Expedited Global SKYSHOP USA AGREEMENT FOR SERVICES AND GENERAL OBLIGATIONS 1 SERVICES IN GENERAL: This agreement is entered into by and between Expedited Global Group, LLC dba SkyShop USA, (hereinafter referred to as

More information

Charlotte Douglas International Airport s Invitation to Bid for Concourse A: Passenger Boarding Bridges, A9, A11 & A13 Parts & Install

Charlotte Douglas International Airport s Invitation to Bid for Concourse A: Passenger Boarding Bridges, A9, A11 & A13 Parts & Install Date: May 8, 2015 Charlotte Douglas International Airport s Invitation to Bid for Concourse A: Passenger Boarding Bridges, A9, A11 & A13 Parts & Install Schedule DATE (a) May 8, 2015 (b) May 19, 2015 by

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

Request for Proposal:

Request for Proposal: Request for Proposal: Enterprise Resource Planning System February 27, 2018 The Town of Tarboro is seeking proposals for an Enterprise Resource Planning System. The system must provide a cost effective

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

Low-Level Design Validation and Testing

Low-Level Design Validation and Testing Low-Level Design Validation and Testing Service Description Document November 2009 Contents 1. Introduction... 2 2. Eligibility and Prerequisites... 2 3. Service Features and Deliverables... 2 4. Customer

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 The School Board shall prequalify contractors for a one (1) year period or for a specific project. This policy prescribes uniform

More information

EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps»

EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps» EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps» PROJECT TITLE: PROJECT NO.: DATE: «ProjectTitle» «ProjectNo» «AgreementStartDate»

More information

BID BLACKTOP RESURFACING

BID BLACKTOP RESURFACING PO Box 159 Wascott, WI 54890 BID BLACKTOP RESURFACING - 2015 General Information for Bidders Sealed bids must be received by 12:00 Noon, Monday, June 29, 2015, at the Wascott Town Hall as stated in the

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

COGISTICS TRANSPORTATION LLC CARRIER TERMS AND CONDITIONS OF SERVICE

COGISTICS TRANSPORTATION LLC CARRIER TERMS AND CONDITIONS OF SERVICE COGISTICS TRANSPORTATION LLC CARRIER TERMS AND CONDITIONS OF SERVICE Except to the extent superseded by an individually negotiated Carrier contract, the following Terms and Conditions of Service shall

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

Mott Community College. Independent Contractor Policy and Procedures

Mott Community College. Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

New Construction Lighting Application. Application Process. Details & Instructions

New Construction Lighting Application. Application Process. Details & Instructions New Construction Lighting Application Details & Instructions PSO provides technical assistance and rebates to assist businesses in making energy saving upgrades. Review details and requirements* at PowerForwardWithPSO.com.

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

More information

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS 1. REQUEST FOR PROPOSALS. Clearwater Public Schools, Ewing Public Schools,

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

January 22, Table of Contents

January 22, Table of Contents January 22, 2014 PROCEDURES SINGLE SELECTION PROCUREMENT OF DESIGN AND CONSTRUCTION MANAGEMENT SERVICES (Section 30 of Chapter 193 of the Acts of 2004) Table of Contents 1.0 Introduction...3 1.1 Purpose

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

City of Northfield Engineering Department

City of Northfield Engineering Department City of Northfield Engineering Department 801 Washington Street * Northfield, MN 55057 Engineering Standard Specifications City of Northfield, Minnesota May 2017 ENGINEERING STANDARD SPECIFICATIONS CITY

More information