City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016
|
|
- Branden Barber
- 6 years ago
- Views:
Transcription
1 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center. Vendors are invited to submit qualifications for consideration of providing a proposal for this scope of work. Several firms are expected to submit qualifications for evaluation from which a short list of firms will then be invited to submit a formal proposal. There is no expressed or implied obligation of the City to reimburse responding responders for any expenses incurred in preparing proposals in response to this request. Background Information The City Center at 1140 Dielman Road, Olivette, Missouri is a new two-story building that includes operations of City Hall Administration, Community Development, Records, Fire Department administration and living quarters, EMS, and Police administration and detention areas. The bid documents are separated into two parts: 1) New furniture and 2) A move management portion that includes existing systems furniture to be disassembled at the current City Hall (9472 Olive Blvd., Olivette, MO 63132), relocated & reassembled at the new City Center. The selected firm must provide services for both parts 1 & 2 of the bid documents. Plans and specifications have been developed by Archimages, Inc. and the City. The bid package will include overall floor plans and detailed furniture specifications for all areas. Scope of Services The furniture procurement and installation specification requires furnishings for all areas indicated in the bid documents including, but not limited to: police and fire departments, administration, public spaces including lobbies, meeting rooms, Council Chambers, multi-purpose community rooms, staff areas such as private offices, open office areas, conference rooms and other support areas. The City of Olivette anticipates furniture installation in January/February The selected firm will provide move planning services to coordinate sequencing and schedules with the City s Project Manager. Selected firm will be expected to provide local warranty services. The project sites will be available during normal business hours and have ground level access and an elevator to the second floor. For the move management portion, the vendor is to provide all moving equipment. All personal items and locker contents will be removed by the City of Olivette prior to move day. No new components for the relocated items is required at this time. Electrical/data disconnect/re-connect will not be a part of this vendor s scope of work. Construction at the destination shall be complete and all construction equipment and supplies shall be removed or stored so that it will not impede the progress of the movers. In order to provide potential bidders with an overview of the products and services that will be required we have provided Attachment B - Sample specification sheet and sample plans and specifications of furniture requirements for public and non-public spaces in addition to a section of the bid documents as Attachment C- Instructions to Furniture Vendors. {remainder of page intentionally blank} Page 1 of 9
2 Specifications for Proposal (must be included with response) 1. Attachment A Vendor Information Sheet filled out and signed by authorized representative 2. Experience with similar projects over the past five years with references 3. Distinguishing features of your firm and the services provided 4. Proposed approach to furniture procurement and installation 5. Proposed approach to prepayment requirements by manufacturers 6. List of names and credentials of each project team member and their anticipated tasks 7. List of anticipated subcontractors involved with project and vendor s working relationship 8. Any additional information deemed relevant to the selection for this project. Criteria for Selection All proposals submitted will be evaluated using the following criteria: 1. Compliance with the RFQ including ability to provide items in attachment B and C. 2. Understanding of the Project 3. Experience with similar projects: 4. Depth and breadth of experience and qualifications for personnel assigned Proposal Instructions For consideration to be given to any proposal submitted pursuant to this RFQ, 3 SEALED copies must be received by 1:00 pm on Friday, May 6 th, 2016 at the following address: City of Olivette, City Clerk, Bid Documents RFQ, 9473 Olive Blvd, Olivette, MO No faxed, ed, or late proposals will be accepted. The City will not be responsible for proposals placed in the mail which do not arrive by the deadline. Proposals received before the time of opening will be kept by the City Clerk securely and unopened. Proposals received after the deadline will not be considered. Contact with City Personnel At no time shall the Applicant, its agent, representatives or contracted personnel contact or otherwise communicate with City personnel. All questions relating to the RFQ are to be addressed to Archimages: Michael Hodges 143 West Clinton, St Louis, MO 63122, Addenda information shall be shared, as necessary, with all participants. Probable Schedule: RFQ issued 04/26/2016 RFQ responses due (1:00 PM) 05/06/2016 Review and selection of firms 05/06/ /11/2016 Invitation by selected firms to bid on project 05/11/2016 Bid openings of selected firms (time TBD) 05/20/2016 Selection of project vendor 06/07/2016 Installation and completion of project (exact dates TBD) January/February 2017 {remainder of page intentionally blank} Page 2 of 9
3 Disposition and Disclosure of Proposals All proposals submitted in response to this RFQ will become the property of the City and a matter of public record. The Responder must identify, in writing, all copyrighted material, trade secrets, or other proprietary information that it claims is exempt from disclosure. Any Responder claiming such an exemption must also state in this proposal that the applicant aggress to hold harmless, indemnify and defend the City and its agents, officials, and employees in any action or claim brought against the City for its refusal to disclose such materials, trade secrets or other proprietary information to any party making a request therefore. Any Responder failing to include such a statement shall be deemed to have waived its right to an exemption from disclosure. Expiration of the Response By submitting a response the applicant offers to enter into the Contract, the form and content of which shall be agreed upon by both parties. The response shall not be revocable for ninety (90) days following the deadline indicated above. The City reserves the right to waive any defects in the offer of any vendor, to reject any or all offers, and to request additional information from any and all vendors. {remainder of page intentionally blank} Page 3 of 9
4 Attachment A Vendor Information Sheet (to be completed by all responders) Business Name Address City, State, ZIP Year Established Contact Name Contact Phone Contact Fax Contact I, the undersigned, have read Attachment B-Sample Specification Sheet and Sample Plans for New Furniture and Attachment C Instructions to Furniture Bidders and understand and agree to the terms of those attachments if invited to submit a formal proposal. Name of Company Signed Date Page 4 of 9
5 Attachment B Sample Specification Sheet and Sample Plans for New Furniture Page 5 of 9
6 Page 6 of 9 City of Olivette
7 Attachment C INSTRUCTIONS TO FURNITURE BIDDERS (an excerpt of bid document) 1. Vendor(s) shall submit proposal clearly outlining any unit pricing, discount structure, inside delivery costs, assembly costs, required deposit, etc. All available discounts available to the City of Olivette, including GSA discounts, shall be applied. Prices quoted are firm, no increase permitted throughout the duration of the project. Pricing to include all shipping, freight, storage, and installation of all items. All formal quotes to be directed to the City according to request for proposal instructions. 2. Vendor(s) will provide a binder reference of all products included on their quote including any potential substitutions from original specifications to be submitted with their proposal. Binder to include cut sheet, dimensions, specifications, warranty information and suggested upholstery/finish samples of each item. 3. Vendor will provide furniture floor plans for all two floors drawn to scale. Plan should include all panel systems, wood case goods, storage/filing, seating, and all other miscellaneous furniture items. 4. Vendor(s) shall provide eight (8) weeks of storage, at no cost to Owner, if needed. This would begin from the target installation date. Vendor to confirm delivery date with Owner and Architect. 5. It is the Vendor s responsibility to bring to the Architect s attention any inconsistencies in the Furniture Specification, which includes but is not limited to, incorrect description for manufacturer s referenced style number, inconsistencies between Furniture Code Plan and/or individual design sketches and the furniture specification. Notification of such inconsistencies must be documented and clarified prior to order entry. 6. It is the Vendor s responsibility to measure all inside elevator cabs, clear inside door openings, access routes to intended room/area locations, etc., and to notify the Owner of any anticipated delivery difficulties. Vendor to be responsible for unloading, uncrating and delivering to designated area stated on purchase order. 7. It is the Vendor s responsibility to field verify dimensions to confirm that existing building conditions will permit furniture layouts as shown on the plans, which are based on construction documents. If delivery and construction schedule permit this must be done prior to placement of order. Vendor must visit site prior to delivery and installation to resolve any necessary field adjustments. If field verification is not possible prior to placement of order, Vendor must notify Architect in writing and highlight areas of potential problems to discuss options. 8. The Vendor shall provide written installation outline and schedule to be reviewed and approved by City of Olivette. Important to note, there is no loading dock at the Olivette Municipal Center. Coordination of installation must be outlined prior to actual delivery date. Vendor is required to notify Barbara Sondag a minimum of 72 hours prior to actual install. 9. The Vendor shall adequately protect the Owner s property during all phases of delivery and/or installation. Specifically, the Vendor is to lay continuous taped Masonite along all major traffic routes, pad all elevator cabs and protect all interior wall intersections/corners. It is the Vendor s responsibility to repair, at their expense, all damages as a result of the delivery and/or installation. Damages beyond repair should be replaced. Page 7 of 9
8 10. Vendor shall provide to the City of Olivette a surety bond in the face amount of $10,000 to be held until the successful vendor and the City sign a contract for the furniture purchase. 11. Vendor must submit certificates of insurance in the following amounts, naming the City as an additional insured: General Liability $2,000,000 Auto Liability $2,000,000 Workman s Compensation $1,000, The Vendor shall at all times keep the premises free from accumulation of waste materials or rubbish causes by his operation and is responsible for removal of such materials from the site. 13. It is the Vendor s responsibility to coordinate all COM, COL & COV orders (if applicable) to assure that a single dye lot per upholstery material be applied to the entire project, regardless of multiple final assembly manufacturers. All fabrics shall meet local and national codes for flame-retardancy. 14. All yardage requirements shown are for 54 wide, plain fabric and do not necessarily reflect the requirement for the COM specified. It is the Vendor s responsibility to confirm all yardage requirements in writing to the Architect based on the specified COM pattern repeats for each item. The Vendor is to order sufficient material as applicable of the same dyelot. If additional yardage for Owner provided COM material is required as a result of improper yardage quantities provided by the Vendor, the Vendor is responsible to coordinate the ordering of additional material needed to complete the order. 15. It is the Vendor s responsibility to obtain all necessary COM, COL & COV factory approvals. Special arrangements are to be made for omitting acrylic backing where such modification is necessary to obtain factory approval. The Vendor is to notify the Owner at once of any outright factory rejections. Alternate upholstery material will be specified by the Architect. 16. It is the Vendor s responsibility to coordinate any requirements to modify standard products in order to accommodate the Architect s specifications. This shall extend to the submission of shop drawings, samples, etc., and the coordination of a multi-jurisdictional installation if required. Any conflicts, production difficulties or lack of sufficient information are to be brought to the Architect s immediate attention. It is the responsibility of the Vendor to confirm that all furniture and fabric shipped to the site meets all local, jurisdictional fire codes. 17. It is anticipated that the Vendor will establish a comprehensive process for monitoring the status of all orders, production schedules, request for approval, delivery schedules, etc. Vendor will submit status reports to Michael Hodges & Darren Mann. Any delays should be brought to the attention of the above mentioned persons immediately. In addition, they shall be notified 72 hours prior to delivery. 18. Delivery and installation charges should be separate line items. The Vendor is to calculate and add alternate overtime delivery charge in the event it becomes necessary to keep the project on schedule. 19. The Vendor is to submit the bid with a summary sheet indicating cost per room, and a grand total of furniture, and itemized charges as previously outlined above. 20. The Owner reserves the right to accept or reject any portion of a proposal, or all proposals submitted. Page 8 of 9
9 21. The Owner will review all specifications with selected vendor, may adjust or change any item(s), prior to order entry. 22. All furniture and furnishings must be tagged prior to shipping as indicated in the specifications indicating room number and item reference code number. 23. Manufacturers failing to meet promised delivery date, to be advised, shall be liable for operational losses sustained by City of Olivette as a result of their delay. 24. All invoices for this project must be submitted to Darren Mann, with copies to Michael Hodges. Discrepancies between invoice and purchase order will result in delay of payment. 25. Vendor(s) are advised to carefully review instructions. In the event of any errors or omissions, Vendor is responsible to rectify at own expense. 26. Vendor shall certify that he/she is licensed in accordance with all local and Missouri state statues and shall submit a copy of such license if it is applicable. 27. Vendor shall provide two manuals that provide the manufacturer s instructions for operations, brochures, maintenance and cleaning, as well as copy of all furniture warranties. 28. Vendor to coordinate with telephone and data installer, and the Owner s information technology staff as required. 29. Owner shall review with Vendor payment terms as standard with the City of Olivette - net thirty (30) days after satisfactory delivery and installation (as approved by Owner) and invoice date. Page 9 of 9
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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York
More informationColour Plotter / Scanner
Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson
More informationI INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library
I INVITATION TO BID FLOORING MATERIALS The is accepting sealed bids for the purchase and installation of Flooring Materials at the until 2:30 p.m. (our clock) on November 28, 2016 at City Hall located
More informationRequest for Bids Capital Region Airport Authority
Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required
More informationSAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: May 12, 2010 TO: RE: ALL PROSPECTIVE BIDDERS BID
More informationDocument 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 informationREQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado
REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,
More informationDocument 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 informationINVITATION 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 informationTerms & Conditions of Sale May Applications of Standard Terms. Prices and Payment. Taxes
Applications of Standard Terms Sales of Studio TK products are made only on Studio TK s standard terms and conditions of sale which are contained in the Price & Product Guide and in Studio TK s order acknowledgements.
More informationDocument 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 informationCITY OF HOPKINSVILLE
CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241 TITLE: HOPKINSVILLE CHRISTIAN COUNTY EMERGENCY COMMUNICATIONS CENTER (ECC)
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations
More informationHORRY COUNTY SOLID WASTE AUTHORITY, INC.
HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for the repair of the concrete tipping floor at the Material Recycling Center (MRF)
More informationInvitation for Bid No Package Contents
Invitation for Bid No. 17-31 Package Contents Huntsville Utilities Invitation for Bid No. 17-31 contains various tools and tool accessories for annual bid. The bid package should include the following
More informationREQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES
REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077
More informationDEAN + TYLER + BURNS ARCHITECTURE
DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3
More informationScott 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 informationREQUEST FOR QUOTE (RFQ) Track and Field Jump Pits
REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us
More informationterms & conditions of sale International
Applications of Standard Terms Sales of TEKNION products are made only on TEKNION s standard terms and conditions of sale which are contained in the Price & Product Guide and in TEKNION s order acknowledgements.
More informationTerms & Conditions Case Study:
EDUCATION & RESEARCH FOUNDATION Terms & Conditions Case Study: The Tale of TED Electric Supply This research study has been generously sponsored by the NAED Education & Research Foundation s Channel Advantage
More informationSupply and Delivery. Chromebase All-in-One Computers
T E N D E R Supply and Delivery Of Chromebase All-in-One Computers Closing Date: Tuesday, March 13, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board
More informationREQUEST FOR PROPOSAL (RFP) for the Construction of Base Building Requirements for the new Alaska Gallery exhibit.
REQUEST FOR PROPOSAL (RFP) for the Construction of Base Building Requirements for the new Alaska Gallery exhibit. 1. INVITATION The Anchorage Museum is soliciting bids from qualified general contractors
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL The City of Mt. Pleasant is requesting proposals from qualified executive search firms, experienced in assisting local municipalities in the recruitment and selection of a City Manager.
More informationCOUNTY OF MERCED REQUEST FOR QUOTATION GENERAL COUNSEL LEGAL SERVICES NO. 7206
May 24Mark A. Cowart Director/Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Issue date: 05.02.17 COUNTY OF MERCED REQUEST FOR QUOTATION
More informationCity of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403
City of Jonesboro Invitation to Bid - Not an Order P.O. Box 845 300 South Church St. Room 42 (7240) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 209:07 Date January 7, 209 Sealed bids, subject to
More informationCUSTOMER S OWN MATERIALS (COM)
Furniture Terms & Conditions of Sale ACCEPTANCE The terms and conditions set forth herein represent an offer by Pizzuto Furniture to sell product to the purchaser. The purchaser s acceptance of a Pizzuto
More informationNational Science Foundation Ministry of Science, Technology & Research
1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF
More informationSupply and Delivery of Boltless Metal Shelving Units
T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board
More informationDocument 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 informationBidding 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 informationRequest for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION
Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for
More informationOctober 25, 2018 RFP # REQUEST FOR PROPOSAL
JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed
More informationBoth envelopes must have the following information in the lower left hand corner:
SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including
More informationPROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:
CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL ACQUISITION & IMPLEMENTATION OF A CORPORATE WIDE BOX STYLED STANDARD LOCKERS Proposal Release Date: March 25, 2008 Proposal Due Date: April 25, 2008 Page - 1 - of 9 TABLE OF CONTENTS
More information1.1 THE ARCHITECT S SPECIFICATIONS AND DRAWINGS 1.2 THE BIDDING CONTRACTORS
GENERAL The commercial bidding process is a well-defined path of positioning oneself to be the successful bidder amongst a group purporting to offer the same quality materials and labor. There are certain
More informationREQUEST FOR PROPOSAL. Construction Management Services Not at Risk
REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk
More informationRequest for Qualifications (RFQ) - NO Engineering Consulting Service
City of Huntsville 448 Highway 75 North Huntsville, Texas 77320 Billie F. Smith Phone: 936-291-5495 Fax: 936-294-5731 E-mail: bsmith@huntsvilletx.gov Request for Qualifications (RFQ) - NO 11-12 Engineering
More informationINVITATION 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 informationSPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH
SPECIFICATIONS FOR TENDER #0171-1807 SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH CLOSING DATE: 20th of March, 2018 CLOSING TIME: 2:00 PM (Newfoundland Time) Invitation to Tender
More informationINVITATION 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: CITY OF HOPKINSVILLE COMMERCIAL CLEANING MAINTENANCE
More informationPW # 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 informationREQUEST FOR QUOTATIONS Crushed Gravel
REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)
More informationFinance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS
Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions
More informationMARYLAND STADIUM AUTHORITY
MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October
More informationMARYLAND STADIUM AUTHORITY
MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY
More informationTOWN 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 informationREQUEST 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 informationBOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)
ROOF Boone County Public Library is seeking competitive sealed bids to replace an existing Shingle Roof and EPDM membrane roof on the Florence Branch located at 7425 U.S. 42, Florence, KY 41042. The successful
More informationRequest for Proposal Bagged Rock Salt & Ice Melt
Request for Proposal Bagged Rock Salt & Ice Melt Several public school districts located in the same geographic area are seeking proposals for the purchase of custodial supplies; specifically bagged rock
More informationPUBLIC WORKS REQUEST FOR QUOTATIONS TOPSOIL SUPPLY
PUBLIC WORKS REQUEST FOR QUOTATIONS TOPSOIL SUPPLY APRIL 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope, clearly marked on the outside, Public Works
More informationPlease include a business card with updated contact information in the packet.
January 8, 2019 To Whom It May Concern: is requesting sealed bid proposals for BID# 19-002 DC3 AVer CP Series CP8641 86 LED Displays. If you have questions please see contact information in the specifications
More informationRev A. Vendor Compliance Manual
9004160 Rev A Vendor Compliance Manual Using the Vendor Compliance Manual This manual is designed to provide you with Automation Products Group, Inc. s (APG s) supply chain requirements. Please carefully
More informationSelection of Contractor Step 5. June 2013
Selection of Contractor Step 5 June 2013 Project Management Concept Step 1: Needs Development Step 2: Scope Development Step 3: Procurement of Design Team Step 4: Design Step 5: Bid/Procurement of Contractor
More informationTEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL
TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL
More informationADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4
ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:
More informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More informationIllinois Valley Regional Dispatch RFP Disclaimer Logging Recorder
Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder To the extent any of the following requirements are propriety or vendor specific or in any way limits open and competitive proposals IVRD
More informationIf you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal
If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be considered non-responsive.
More informationTown of Skowhegan BOAT
Town of Skowhegan INVITATION TO BID BOAT Boat, Motor and Trailer for Skowhegan Fire Department BID DUE DATE: 10 a.m. March 24 th, 2014 Contacts: Greg Dore, Interim Town Manager 207-474-6907 Shawn Howard,
More informationADDENDUM #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 informationREQUEST 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 informationAttic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West
525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East
More informationPARTS ORDERING AND RETURN POLICY PROCEDURES
PARTS ORDERING AND RETURN POLICY PROCEDURES JANUARY 2016 INTRODUCTION The following pages contain information relative to the Parts Ordering and Return Policies and Procedures established by Allied. This
More information1997 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 informationBidding 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 informationREQUEST FOR QUOTATION (RFQ 111/18) (Goods/Services)
REQUEST FOR QUOTATION (RFQ 111/18) (Goods/Services) NAME & ADDRESS OF COMPANY: DATE: 15 November 2018 Dear Sir / Madam: REFERENCE: Long Term Agreement for Design, Printing and Installation of New Rural
More information1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:
SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification
More informationREQUEST FOR QUALIFICATIONS
CITY OF EL CENTRO REQUEST FOR QUALIFICATIONS Feasibility Study for the El Centro Police Department Contact Information: City of El Centro Police Department Eddie Silva Madueño, Chief of Police Phone: 760-337-4528
More informationINVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14
INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us
More informationRequest for Quote (RFQ) For. Brown County
Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00
More information1025 E. King Street Revision: C Winona, MN PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS By accepting a purchase order from Winona Pattern & Mold (WPM), the Supplier is responsible for acknowledging agreement to fulfill all order requirements. Acceptance
More informationREQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION
REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION Date Issued: October 30, 2017 RFP Number: 18Q-024 Submission Deadline:
More informationUniversity of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,
University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web
More informationTOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR
February 5, 2018 SUMMARY OF CM/GC SELECTION PROCESS FOR DIMMIT II APARTMENT BUILDING The Town of Winter Park requests proposals from qualified Construction Manager / General Contractor (CM/GC) firms for
More informationREQUEST FOR QUALIFICATIONS LEGAL SERVICES FOR THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY RFQ NUMBER 17-01
REQUEST FOR QUALIFICATIONS LEGAL SERVICES FOR THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY RFQ NUMBER 17-01 ISSUE DATE Friday, July 21, 2017 SUBMISSION DATE AND TIME Tuesday, August
More informationCity of Jacksonville Finance Department
City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel
More informationMain 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 informationQ Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services
Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR QUOTATION Q05.2016 SHAREPOINT SUPPORT SERVICES Sealed bids submitted on the included
More informationINVITATION FOR BID Medical Supplies 2016
INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR
More information2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS
13VAC5-91-10. Definitions. The following words and terms when used in this chapter shall have the following meanings unless the context clearly indicates otherwise. Administrator means the Director of
More informationMR 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 informationREQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September
More informationRequest for Quotations
METRO EMERGENCY OPERATIONS CENTER OF KANAWHA COUNTY 200 Peyton Way Charleston, WV 25309 (304) 746-7911 7911 Request for Quotations Re: Dispatch Radio Console Equipment Date: March 5, 2018 Fiscal Year:
More informationADDENDUM 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 informationBIDDING PROCEDURES FOR GOODS PURCHASES
Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that
More informationBIDDING PROCEDURES FOR GOODS PURCHASES
Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that
More informationREQUEST FOR BID PROPOSAL Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT
REQUEST FOR BID PROPOSAL 2018 Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT Information Technology Services (ITS) The Barrow County School District Winder, Georgia 30680 Phone - 770-867-4527 Fax
More informationNOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.
West Bengal Tourism Development Corporation Llimited (A Govt. of West Bengal Undertaking) Udayachal Tourist lodge (1 st Floor), DG Block, Sector II, Kolkata- 700091 Phones: 033 2359 7250, Fax : 033-2359-8292
More informationINVITATION FOR BID #2 FUEL OIL
Susquehanna Community SD (SCSD) INVITATION FOR BID #2 FUEL OIL April 1, 2019 INVITATION FOR BID #2 Fuel Oil The Susquehanna Community SD is soliciting sealed bids for #2 fuel oil for the period of September
More informationSECTION BID FORM
Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,
More informationProfessional 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 informationREQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2
Alameda County Flood Control and Water Conservation District, Zone 7 100 North Canyons Parkway, Livermore, CA 94551 925.454.5000 Fax: 925.454.5725 REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY
More informationThe Home Depot U.S.A., Inc. Instructions to Bidders
The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding
More informationPUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)
PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit
More informationADDENDUM 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 informationCity, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.
MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below
More informationRequest for Quotes GSCRD. Gas Cards. January 21, 2015
Request for Quotes 1212015-GSCRD Gas Cards January 21, 2015 Page 1 Proposed Calendar January 21, 2015 RFQ Submittal Deadline February 6, 2015 By 3pm. Award Date February 16, 2015 Questions Phone (254)
More information