AGENDA STAFF REPORT. CLERK OF THE BOARD Pending Review COUNTY COUNSEL REVIEW. Approved Agreement to Form. Current Year Cost: NI A

Size: px
Start display at page:

Download "AGENDA STAFF REPORT. CLERK OF THE BOARD Pending Review COUNTY COUNSEL REVIEW. Approved Agreement to Form. Current Year Cost: NI A"

Transcription

1 Agenda Item AGENDA STAFF REPORT ASR Control MEETING DATE: 02/14/ 17 LEGAL ENTITY TAKING ACTION: Board of Supervisors BOARD OF SUPERVISORS DISTRICT(S): 2 SUBMITTING AGENCY/DEPARTMENT: John Wayne Airport (Pending) DEPARTMENT CONTACT PERSON(S): Barry A. Rondinella (949) Lawrence G. Serafini (949) SUBJECT: Apron Light Pole and Security Cameras Project Advertise for Bids CEO CONCUR COUNTY COUNSEL REVIEW CLERK OF THE BOARD Pending Review Approved Agreement to Form Consent Calendar 3 Votes Board Majority Budgeted: NI A Current Year Cost: NI A Annual Cost: NI A Staffing Impact: No # of Positions: Sole Source: NIA Current Fiscal Year Revenue: NI A Funding Source: Airport Construction Fund 281: County Audit in last 3 years: No 100% Prior Board Action: 06128/2016 #13 RECOMMENDED ACTION(S): 1. Reject all bids for the Apron Light Pole and Security Cameras Project received on August 3, 2016, and release associated bid bonds. 2. Adopt the list of prequalified contractors to bid on the Apron Light Pole and Security Cameras Project. 3. Authorize the Airport Director or designee to sign the Project plans and specifications for the County. 4. Find pursuant to Public Contract Code Section 3400(c) that the use of Pelco as the manufacturer of the security cameras is required in order to provide compatible products and installation services to match John Wayne Airport's existing security cameras system. 5. Authorize the Airport Director or designee to advertise the Project and solicit bids and to establish a bid opening date of March 22, 2017, at 2:00 pm. 6. Authorize the Airport Director or designee to extend the bid opening date, if necessary, up to 60 days. Page 1

2 SUMMARY: Soliciting bids for the Apron Light Pole and Security Cameras Project will provide additional lighting to Aircraft Gates 21, 22A through 22C and the South Remain Over Night area, and enhance the ability to monitor aircraft operations for the gates at Tenninals A, B and C and the South Remain Over Night area. BACKGROUND INFORMATION: John Wayne Airport (JWA) has determined that additional lighting at the southernmost end of the Riley Terminal (near Gates 21, 22A, 22B and 22C) is needed to improve the servicing of planes parked there. Additional lighting is designed to be provided via a high mast light pole which will have 12 light fixtures that will be directed towards Gates 21 and 22A through 22C. The existing Terminals A, B, and C gate aircraft parking areas are currently served by security cameras intended to monitor activities occurring in these areas. The existing cameras, however, do not provide optimal coverage and JW A recommends the installation of additional cameras to provide for enhanced surveillance of these areas. On June 28, 2016, the Board of Supervisors (Board) authorized the Airport Director to advertise the Project and solicit bids with a bid opening date of August 3, On August 3, 2016, two bids were received and compared to the engineer's estimate prepared by the project Architect-Engineer (A-E). The lowest bid, submitted by Minco Construction, was 80% higher than the Engineer's Estimate, and the second bid, submitted by M. Brey Electric, Inc. was 161 % higher than the Engineer's Estimate. The Engineer's Estimate and the bids' rankings are as follows: Engineer's Estimate: Lowest Bid - Minco Construction: Second Bid - M. Brey Electric, Inc.: $359,702 $647,700 $940,000 In response to the low engineer's estimate, JWA retained a second firm to conduct an independent cost estimate of the project. This firm determined that a number of project components, including: (i) cost of software and licensing; (ii) temporary conduits and wiring for temporary Closed Captioned Television (CCTV) equipment; (iii) demolition of existing equipment; (iv) video recorder equipment; and (v) testing and commissioning were not included in the estimate performed by the project A-E and resulted in an estimate that did not accurately reflect the requirements of the project. In an effort to ensure that future estimates for this project are accurate and reliable, and that future bids are competitive, JW A has taken a number of steps. First, JW A has engaged P2S Construction Management, an on-call consultant, to conduct a review of the constructability of this project and recommend technical clarifications in the bid documents to improve their quality and clarity. One result of this review is the inclusion of a requirement that Pelco cameras, a proprietary brand of security cameras, be used to ensure compatibility with the existing security camera system at JW A. Second, JW A re-evaluated the contractor licensing requirements for this project, and established that, in addition to the previously-issued bid documents' requirement for Class A-General Engineering licensed contractors, Class C 10-Electrical licensed contractors may participate in the bidding. The inclusion of Class C 10-Electrical licensed contractors will expand the pool of potential bidders and enhance the competitiveness of the bidding process. Page 2

3 In light of these facts, JWA is requesting authority to reject all bids and re-bid the project. On November 9, 2016, pursuant to Section 6.1 of the County's Design and Construction Procurement Policy Manual, JWA publicly advertised a Request for Prequalifications for general contractors in order to establish a list of prequalified firms that will be eligible to bid on this project. On November 22, 2016, JWA received prequalification submittals from the following firms: 1. Federal Technology Solutions, Inc. 2. Firstline Security Integration 3. Griffith Company 4. Houalla Enterprises Ltd. dba Metro Builders & Engineers Group, Ltd. 5. M. Brey Electric, Inc. 6. M. Wilson Company Contractors, Inc. 7. Servitek Solutions, Inc. 8. Siemens Industry, Inc. Upon review of the prequalification submittals received, JW A established that all eight firms listed above met the prequalification requirements. All eight firms were notified of JW A's decision regarding prequalification results. This project will result in the installation of new security cameras and requires work on and interface with JWA's existing Pelco security cameras system. In order to ensure compatibility, proper installation and interface and to protect existing Pelco-related warranties, JW A is recommending that the Board make a finding pursuant to Public Contract Code Section 3400(c) that Pelco security camera equipment be required. JWA recommends that the Board reject the bids received on August 3, 2016, and authorize the Airport Director or designee to re-advertise the Project for bidding Compliance with CEQA: The subject activity is statutorily exempt from review under the California Environmental Quality Act (CEQA) pursuant to Section 21080(b)(5) of the Public Resources Code and Section of the CEQA Guidelines as the projects the public agency rejects or disapproves. FINANCIAL IMPACT: Appropriations for this project are included in FY Modified Budget for Airport Construction Fund 281. STAFFING IMPACT: NIA Page 3

4 ATTACHMENT(S): Attachment A - Notice Inviting Bids Attachment B - Public Contract Code Section 3400 Page4

5 NOTICE INVITING BIDS Attachment A JOHN WAYNE AIRPORT Apron Light Pole and Security Cameras Project No. P421 NOTICE IS HEREBY GIVEN that the Board of Supervisors of the County of Orange, California ( COUNTY ) will receive sealed bids from prequalified firms up to 2:00 PM, Wednesday, March 22, 2017, in the office of the Clerk of the Board of Supervisors, Room 101, Robert E. Thomas Hall of Administration (Building 10), 333 W. Santa Ana Blvd., Santa Ana, California 92701, at which time said bids will be publicly opened and read in Room 169 on the first floor, for the following project: Project Title: Apron Light Pole and Security Cameras Project No.: Location: P421 John Wayne Airport (JWA), County of Orange, California Delivery of the Bid to the correct address and room by the time specified above shall be the sole responsibility of the prequalified firm submitting the Bid. COUNTY shall return unopened any late Bids. DESCRIPTION OF WORK: The project is to provide a 65-foot high mast light pole for illuminating aircraft service areas in the vicinity of Gates 21 and 22A through 22C, and 38 security cameras at designated aircraft service areas of Terminals A, B and C. Of these 38, three are pan tilt zoom and the remainder are stationary. CONTRACTOR PREQUALIFICATION: This project is open for bidding only to those firms that have been prequalified by John Wayne Airport. Bids submitted by firms not prequalified to bid this project will not be accepted. The prequalified firms are: 1. Federal Technology Solutions, Inc. 2. Firstline Security Integration 3. Griffith Company 4. Houalla Enterprises Ltd. dba Metro Builders & Engineers Group, Ltd. 5. M. Brey Electric, Inc. 6. M. Wilson Company Contractors, Inc. 7. Servitek Solutions, Inc. 8. Siemens Industry, Inc. All of said work to be performed in accordance with the complete contract documents as defined in the Agreement, including but not limited to the Agreement, General Conditions, drawings, specifications, and addenda, if any, which are available for purchase at ARC, 345 Clinton Street, Costa Mesa, CA 92626, telephone Contact ARC for the cost. Information regarding this bid is available by visiting the JWA Website at Prospective prequalified firms are responsible for obtaining the bid package details, and addenda, if any, by contacting ARC. For additional information, contact the JWA Project Manager, K. Kory HARIRI at or KHariri@ocair.com. Page 1 of 3

6 Attachment A JOHN WAYNE AIRPORT Apron Light Pole and Security Cameras Project No. P421 CONTRACTOR S LICENSE CLASSIFICATION: For performance of this work, a current and active California Contractor s License Class A (General Engineering) and/or a California Contractor s License Class C-10 (Electrical Contractor) license is required of the Contractor at the time of bid. Pursuant to California Public Contract Code Section 3400(b), where a material, product, thing, or service is designated by a specific brand or trade name followed by the words or equal in the Contract Documents, requests for approval of an equal material, product, thing, or service shall be submitted prior to the date and time indicated below for submission of bidder questions. Pursuant to California Public Contract Code Section 3400(c), the following material, product, thing or service is designated by specific brands or trade names in order to match other materials, product, thing or service in use at John Wayne Airport, either completed or currently in the course of completion; and/or in order to obtain a necessary item that is only available from one source; and/or to meet certain technical and performance requirements identified by JWA: Specification Section: Description: Manufacturer: Video Surveillance System (cameras) Pelco The Contractor and/or his/her sub performing Closed Captioned Television (CCTV) work on this project will be required to hold Endura Certifications from Pelco, which includes technicians holding the following certifications: Endura System Architecture Endura Networking for the Security Professional CCNA Cisco Certified Network Associate LABOR CODE NOTICE: Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, COUNTY has obtained the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality from the Director of the Department of Industrial Relations for each craft, classification, or type of workman needed to execute the contract. Copies of the prevailing wage rates are on file at COUNTY S principal office. Copies may be obtained from the State Office, Department of Industrial Relations, or from the Department of Industrial Relations website: Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates. Additionally, Contractor shall comply with the provisions of Labor Code Section 1775 (Penalties for Prevailing Wage Violations) and 1813 (Forfeiture for Overtime Violations). All contractors and subcontractors must comply with the requirements of Labor Code Section (a), pertaining to registration of contractors pursuant to Section Bids cannot be accepted from unregistered contractors except as provided in Section This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. After award of the Page 2 of 3

7 Attachment A JOHN WAYNE AIRPORT Apron Light Pole and Security Cameras Project No. P421 contract, Contractor and each Subcontractor shall furnish electronic payroll records directly to the Labor Commissioner in the manner specified in Labor Code Section In the performance of this work Contractors and subcontractors, in addition to the above-noted Labor Code sections, shall also comply with the requirements of Labor Code Sections 1774 (Minimum Prevailing Wage Rates), 1776 (Payroll Records), (Employment of Apprentices), and 1815 (Working Hours). BID SECURITY: Each prequalified firm must submit with its bid a satisfactory check certified by an acceptable bank or a bidder's bond made payable to the order of the County of Orange in an amount not less than 5 percent (5%) of the TOTAL BID AMOUNT proposed in the Bid Form, as a guarantee that the bidder will enter into the proposed contract if the same is awarded to bidder. In the event of failure to enter into such contract, the proceeds of the check will be forfeited or, in case of a bond, the full sum thereof will be forfeited to the County of Orange. Bidders shall leave their bids open for 90 days. BONDS: The successful bidder to whom the contract is awarded shall be required to furnish a Performance Bond and a Labor & Material Payment Bond in an amount equal to 100 percent of the contract. SUBSTITUTION OF SECURITIES: Pursuant to Section of the Public Contract Code of the State of California, the contract will contain provisions permitting the successful bidder to whom the contract is awarded to substitute securities for any moneys withheld by the County of Orange to ensure performance under the contract. An Escrow Agreement form can be found in the Project Manual. PREBID MEETING: Prequalified firm bidders are advised that there will be a mandatory pre-bid meeting to be held on Thursday, February 23, 2017, starting at 10:00 AM, at John Wayne Airport, Eddie Martin Building located at 3160 Airway Avenue, Costa Mesa, California Bids submitted by prospective bidders not present at the mandatory pre-bid meeting will not be accepted. BIDDER QUESTIONS: Prequalified firm bidders are advised that the final day JWA will consider bidder questions will be Friday, March 10, 2017 at 3:00 PM. Bidders shall present all questions and/or inquiries in writing to the JWA Project Manager, K. Kory HARIRI at or KHariri@ocair.com. COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS OR TO WAIVE ANY IMMATERIAL IRREGULAITIES OR INFORMALITIES IN ANY BID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF THE COUNTY OF ORANGE, CALIFORNIA Page 3 of 3

8 Attachment B - California Public Contract Code Section 3400(c)(2) and 3400(c)(3) Page 1 of 1 Attachment B PUBLIC CONTRACT CODE SECTION (a) The Legislature finds and declares that it is the intent of this section to encourage contractors and manufacturers to develop and implement new and ingenious materials, products, and services that function as well, in all essential respects, as materials, products, and services that are required by a contract, but at a lower cost to taxpayers. (b) No agency of the state, nor any political subdivision, municipal corporation, or district, nor any public officer or person charged with the letting of contracts for the construction, alteration, or repair of public works, shall draft or cause to be drafted specifications for bids, in connection with the construction, alteration, or repair of public works, ( 1) in a manner that limits the bidding, directly or indirectly, to any one specific concern, or (2) calling for a designated material, product, thing, or service by specific brand or trade name unless the specification is followed by the words "or equal" so that bidders may furnish any equal material, product, thing, or service. In applying this section, the specifying agency shall, if aware of an equal product manufactured in this state, name that product in the specification. Specifications shall provide a period of time prior to or after, or prior to and after, the award of the contract for submission of data substantiating a request for a substitution of" an equal" item. If no time period is specified, data may be submitted any time within 35 days after the award of the contract. ( c) Subdivision (b) is not applicable if the awarding authority, or its designee, makes a finding that is described in the invitation for bids or request for proposals that a particular material, product, thing, or service is designated by specific brand or trade name for any of the following purposes: ( 1) In order that a field test or experiment may be made to determine the product's suitability for future use. (2) In order to match other products in use on a particular public improvement either completed or in the course of completion. (3) In order to obtain a necessary item that is only available from one source. (4) (A) In order to respond to an emergency declared by a local agency, but only if the declaration is approved by a four-fifths vote of the governing board of the local agency issuing the invitation for bid or request for proposals. (B) In order to respond to an emergency declared by the state, a state agency, or political subdivision of the state, but only if the facts setting forth the reasons for the finding of the emergency are contained in the public records of the authority issuing the invitation for bid or request for proposals Any public entity, as defined in Section 1100, including any school district or community college district, when purchasing food, shall give preference to United States-grown produce and United States-processed foods when there is a choice and it is economically feasible to do so. For purposes of this section, the determination of "economically feasible" shall be made by the purchasing public entity, considering the total cost, quantity, and quality of the food and the budget and policies of the entity. Page 1 of 1

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

NOTICE TO BIDDERS. Work done shall be in strict accordance with Plans and Specifications prepared by

NOTICE TO BIDDERS. Work done shall be in strict accordance with Plans and Specifications prepared by NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Board of Trustees of the Campbell Union High School District of Santa Clara County, California, hereby invites and will receive sealed proposals for the

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: Longfellow ES Exit Balcony Addition DATE: March 4, 2019 755 Morse Street, SF, CA 94112 SFUSD Project No.12059

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

TRAVELING FINE SCREEN - INSTALLATION

TRAVELING FINE SCREEN - INSTALLATION Community Services Department Environmental Services Division TRAVELING FINE SCREEN - INSTALLATION Project #: 2015-04 Bid Date: September 2, 2015 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4.

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

DOCUMENT INVITATION TO BID

DOCUMENT INVITATION TO BID DOCUMENT 00 11 16 INVITATION TO BID 1. Notice is hereby given that the governing board ( Board ) of the Oakland School District ( District or Owner ) will receive sealed bids for the following: Project

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

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

Notice Inviting Informal Bids

Notice Inviting Informal Bids Notice Inviting Informal Bids Construction Services for SBVC Trane Chiller CH-1 Adaptive Frequency Drive Replacement Project NIB RELEASED: 6/11/2018 SITE WALK AND CONFERENCE (MANDATORY): 9:00 A.M. PST

More information

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004 NOTICE TO CONTRACTORS Notice is hereby given that the Board of Directors of Sacramento Area Sewer District of Sacramento

More information

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS Notice is hereby given that the Board of Directors of Sacramento Area Sewer District of Sacramento

More information

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015 NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT Revised February 11, 2015 For Projects to be bid from February 12, 2015 to February 11, 2016 Alisal

More information

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS Project No. 5005/A4L-424/ 962520 LEVEL I PREQUALIFICATION DOCUMENTS for GEISEL RESTROOM RENOVATIONS University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The 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 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

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Sec. 153.65. As used in sections 153.65 to 153.73 of the Revised Code: (A)(1)

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic 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 information

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR SOUTHPORT ELEMENTARY SCHOOL ELECTRONIC MARQUEE AT SOUTHPORT ELEMENTARY SCHOOL 2747 Linden Road, West Sacramento, CA 95961 BCA Architects

More information

Both envelopes must have the following information in the lower left hand corner:

Both 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 information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION University of California, Irvine 2016-17 State Funded Reroof Multiple Buildings Project No. 5110248 NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION The University of California, Irvine (UCI) requests

More information

PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT. VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING

PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT. VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING AT BEVERLY VISTA SCHOOL 200 SOUTH ELM, BEVERLY HILLS, CA 90212 In the

More information

BID AND PURCHASING LAWS/BEST PRACTICES

BID AND PURCHASING LAWS/BEST PRACTICES BID AND PURCHASING LAWS/BEST PRACTICES BEFORE YOU DO ANYTHING, ASK YOURSELF THIS QUESTION. Is this purchase or contract for goods or services exempt from the bid laws? Exemptions: Piggy back off a contract

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Construction Services for KVCR New Broadcasting Tower at Moreno Valley, Riverside County RFP RELEASED: 2/5/2018 Site Walk and Conference (mandatory): 10:00 a.m. PST on 2/13/2018 Requests

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS 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 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

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

AGENDA ITEM NO. June 6, 2017

AGENDA ITEM NO. June 6, 2017 DocuSign Envelope ID: 7CA39164-0C90-42A5-B40D-ED361AA88939 AGENDA ITEM NO. June 6, 2017 May 23, 2017 Honorable Board of Supervisors County of Alameda 1221 Oak Street, Suite 536 Oakland, CA 94612-4305 Dear

More information

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA Project No. 4484/A4L-379/964840 LEVEL I PREQUALIFICATION DOCUMENTS for OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

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

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG 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 information

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

City and County of San Francisco

City and County of San Francisco City and County of San Francisco Office of the Controller CITY SERVICES AUDITOR REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION CONTRACT AUDIT AND PROJECT CONSULTING SERVICES RFQ#CON2013-11 CONTACT: Mary Hom,

More information

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT JUNE 23, 2016 NOTICE TO CONTRACTORS TO PREQUALIFY FOR MECHANICAL,

More information

MARYLAND STADIUM AUTHORITY

MARYLAND 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 information

What Every Contractor Should Know About Prevailing Wages Disadvantaged Business Enterprise (DBE) Supportive Services Program

What Every Contractor Should Know About Prevailing Wages Disadvantaged Business Enterprise (DBE) Supportive Services Program What Every Contractor Should Know About Prevailing Wages Disadvantaged Business Enterprise (DBE) Supportive Services Program The contents of this training course reflect the views of the author who is

More information

Wastewater Treatment Plant Dewatering Pad

Wastewater Treatment Plant Dewatering Pad Community Development Department Engineering Division Wastewater Treatment Plant Dewatering Pad Project #: 2017-06 Bid Date: December 19, 2018 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan

More information

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Mustang Substation Bank I Replacement Project MAJ 15-SP5054 CALIFORNIA POLYTECHNIC STATE UNIVERSITY FACILITIES PLANNING & CAPITAL PROJECTS San Luis Obispo, CA 93407-0690 p 805/756-2581 f 805.756.7566 http://www.afd.calpoly.edu/facilities/ Mustang Substation Bank

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

SUBJECT: ADDENDUM No. 2 Rollingwood Drive Pavement Rehabilitation Project (File Number )

SUBJECT: ADDENDUM No. 2 Rollingwood Drive Pavement Rehabilitation Project (File Number ) Engineering Division 555 Santa Clara Street Vallejo CA 94590 707.648.5251 June 4, 2018 SUBJECT: ADDENDUM No. 2 Rollingwood Drive Pavement Rehabilitation Project (File Number 9744.14.03) To Prospective

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

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

MARYLAND STADIUM AUTHORITY

MARYLAND 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 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

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 FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016 REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES For the renovation of existing apartment buildings August 15, 2016 INVITATION Bath Housing Development Corporation is soliciting proposals for

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805)

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805) SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California 93060 (805) 933-3908 Annual Pre-Qualification for MEP Contractors per Public Contract Code 20111.6 License Classifications:

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1 CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Replacement of Manual Trolley Switch System Phase

More information

REQUEST 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. 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 information

For more project information please see our BID BOARD at

For more project information please see our BID BOARD at University of California, Irvine Project Name: Convert Cooling Towers to Reclaimed Water, CP Project No.: 5110012 Contract No.: 9945840 ADVERTISEMENT FOR BIDS Subject to conditions prescribed by the University

More information

ADDENDUM #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 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 information

CONSTRUCTION DOCUMENTS Part 1

CONSTRUCTION DOCUMENTS Part 1 Audio Presentation Session 4 CONSTRUCTION DOCUMENTS Part 1 Project Delivery Education Program Construction Document Technology (CDT) Preparatory Course 2011 The Construction Specifications Institute www.csinet.org

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

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

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

Understanding Public Bid Law La. R.S. 38:

Understanding Public Bid Law La. R.S. 38: Understanding Public Bid Law La. R.S. 38:2211-2293 E R I N D A Y, A S S I S T A N T A T T O R N E Y G E N E R A L L O U I S I A N A D E P A R T M E N T O F J U S T I C E Application All Political Subdivisions

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

REQUEST FOR BIDDER QUALIFICATIONS

REQUEST FOR BIDDER QUALIFICATIONS CITY OF OCEAN CITY CAPE MAY COUNTY, NEW JERSEY 08226 REQUEST FOR BIDDER QUALIFICATIONS Phase II Improvements at the Ocean City Life Saving Station 801 4 th Street, Ocean City, NJ 08226 Pursuant to N.J.S.A.

More information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

PREQUALIFICATION OF PROSPECTIVE BIDDERS

PREQUALIFICATION OF PROSPECTIVE BIDDERS Subcontractor* Prequalification for Fullerton College Building 3000 HVAC Equipment Replacement North Orange Coast Community College District, Fullerton California BID #1819-09 PREQUALIFICATION OF PROSPECTIVE

More information

RE-ADVERTISEMENT FOR PREQUALIFICATION. Bid Package No. 28 Toilet Partitions and Accessories +Fire Extinguishers/Cabinets

RE-ADVERTISEMENT FOR PREQUALIFICATION. Bid Package No. 28 Toilet Partitions and Accessories +Fire Extinguishers/Cabinets RE-ADVERTISEMENT FOR Subject to conditions prescribed by the CM/Contractor, responses to the CM/Contractor s prequalification documents for a Lump Sum Subcontract are sought from prospective Toilet Partitions

More information

REQUEST 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 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 information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Long Beach, California, acting by and through the City s Board of Harbor Commissioners ( City ) will receive, before the Bid Deadline established

More information

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # 2018-11 AT CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION 632 W. 13 th STREET MERCED, CA

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

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

ADDENDUM NO. 1. Date: January 11, for. RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College. BID No.

ADDENDUM NO. 1. Date: January 11, for. RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College. BID No. ADDENDUM NO. 1 Date: January 11, 2017 for RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College BID No. 332 South Orange County Community College District General-All

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

Complying with Ohio s. Qualifications-Based Selection Law. (Ohio Revised Code ) A Guide for Public Authorities

Complying with Ohio s. Qualifications-Based Selection Law. (Ohio Revised Code ) A Guide for Public Authorities Complying with Ohio s Qualifications-Based Selection Law for Professional Engineers, Architects & Surveyors (Ohio Revised Code 153.65-.73) A Guide for Public Authorities American Council of Engineering

More information

Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL phone fax

Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL phone fax Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL 35233 phone 205.326.1131 fax 205.326.1164 ADDENDUM #04 PROJECT: Alabama State University Renovations to Life Sciences Building

More information

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY 140 John James Audubon Parkway, Suite 201, Amherst, New York 14228 P 716.688.0766 F 716.625.6825 ADDENDUM NO. 1 Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley,

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information