INVITATION TO BID. WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226

Size: px
Start display at page:

Download "INVITATION TO BID. WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226"

Transcription

1 INVITATION TO BID WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA February 23, 2016 DESCRIPTION OF SERVICES The intent of this invitation to bid is to contract for the reconfiguration of the IT Services and Youth Services Departments and remodel of the Conference Room at the Administrative Services Building of the Whatcom County Library System (WCLS), located at 5205 Northwest Drive in Bellingham, Washington. The scope includes all demolition and construction, protection of all adjacent areas and equipment, installation of doors, built in shelving and all interior finishes indicated on plans, and electrical and IT cable installations per plan. Mechanical duct extensions will need to be reviewed by our HVAC system specialist prior to installation. Bidders should read the entire set of specifications carefully, as these will form the basis of the contractual agreement with WCLS (the Agreement ). Failure to comply with the specifications may provide grounds to nullify the Agreement. Bidder must participate in a mandatory pre-bid showing on Tuesday, March 8, 2016 at 11:00 a.m. To reserve a bid packet and confirm attendance, call Jackie Saul at (360) , press 4, press 202 by Friday, March 4, Sealed proposals: Vendor will deliver one (1) sealed original copy to the following address: Whatcom County Library System 5205 Northwest Drive Bellingham, WA ATTN: Jackie Saul, Director of Finance and Administration By 12:00 noon on Monday, April 4, Bids received after the above cited time will be considered late and are not acceptable unless the deadline is waived by WCLS Administration, but in no event will the deadline be waived after sealed bids have been opened. Please any questions to jackie.saul@wcls.org no later than noon on Thursday, March 31, WCLS will share all questions received and their answers with all parties that have requested a bid packet.

2 LEGAL NOTICE Advertisement for Bid WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA Whatcom County Library System (WCLS) is seeking bids from qualified vendors for the reconfiguration of the IT Services and Youth Services Departments and remodel of the Conference Room at the Administrative Services Building of the Whatcom County Library System (WCLS), located at 5205 Northwest Drive in Bellingham, Washington. For bid specifications, visit Sealed bids are due no later than 12:00 noon on Monday, April 4, WCLS Invitation to Bid, p. 2

3 INVITATION TO BID Notice to Bidders: Bids will be received by the Whatcom County Library System (WCLS) at 5205 Northwest Drive, Bellingham, WA for the following project: ADMINISTRATIVE SERVICES BUILDING REMODEL Mandatory Pre-Bid Showing: Tuesday, March 8, 2016 at 11:00 a.m. at the Administrative Services Building, 5205 Northwest Drive, Bellingham, WA. Please call Jackie Saul at , press 4, press 202 by Friday, March 4, 2016 to reserve a bid packet and confirm attendance. Bids Due: Monday, April 4, 2016 by noon Sealed bids will be publicly opened at noon on April 4, Location: Whatcom County Library System Administrative Services Building 5205 Northwest Drive Bellingham, WA Scope of Work This project consists of the reconfiguration of the IT Services (IT) and Youth Services (YS) Departments and remodel of the Conference Room at the Administrative Services Building of the Whatcom County Library System (WCLS), located at 5205 Northwest Drive in Bellingham, Washington. Due to staffing and work flow needs, segments of this work will need to be staged in order to reduce disruption to staff as much as possible. IT Services will move from its current location to one near the front entrance of the Administrative Building, where the Youth Services Department is now located. Walls will be removed and replaced in the old IT Services area to accommodate the Youth Services Department. The entrance to the Conference Room and closet space in the Conference Room will be reconfigured, and the room will be painted (all rooms impacted by this project are to be painted). The project can be broken out into several parts: Demolition/Construction, Electrical, IT Cable, Fire/ Security, Mechanical, and Finishes. The successful bidder (after execution and delivery of the Agreement, the Contractor ) will carry out such project as described below. The scope includes (but is not limited to) all demolition and construction, protection of all adjacent areas and equipment, installation of doors, and all interior finishes indicated on plans, and electrical and IT cable installations per plan. Mechanical duct extensions will need to be reviewed by our HVAC system specialist prior to installation. The Contractor will commence work as soon as a contract has been executed in accordance with Section 12. All work, including final walkthroughs, must be completed no later than June 10, A building permit has been secured for this project. WCLS Invitation to Bid, p. 3

4 Demolition/Construction During the demolition and construction phase, all areas adjacent to construction sites must have carpet/ floor and dust protection during project. Include duct cleaning of HVAC system at project s end in this bid. Any damage to carpet or adjacent areas caused by vendor must be remediated before the project ends. (Location of dumpster must be approved prior to beginning of demolition. Removal of all construction debris completed as soon as possible to provide as little disruption in the parking or loading areas for library s fleet of distribution vehicles). 1. Relocation of entry to Training Office (#101), remove existing window install right hand door in its place and infill the openings to match existing surface. 2. No changes in Youth Services Manager Office (#102) except to protect contents from construction debris and sheetrock dust. 3. Removal of non-load bearing interior walls in new Youth Services (YS) area (#103), infill the opening into Conference Room (#109) (reuse door in IT Server Room (#105) as shown on plans) and construct per plan new entry for YS area. Reuse right hand door, as shown in plan. Remove existing vinyl flooring and underlayment prep for carpet tiles to match existing (WCLS will provide the carpet tiles and we have them on site). 4. Relocate existing door to new YS closet (#104) per plan. Install new 8 H x ~8 wide partition wall in existing IT Server Room (# ) and install dropped T-grid acoustic tile ceiling. Relocate left hand door with window (taken from Conference Room #109) to new IT Closet (#105) per plan. 5. Install new ~9 h x ~8 wide partition walls in existing Archive Closet (# ) per plan. Install right hand door to Conference Room (#109) and solid double doors to Table Storage Closet (#107). 6. Install dropped T-grid ceiling over NEW hall to Conference Room and over Table Storage Closet to match existing ceiling height (~9 ) in stacks area. 7. Frame in new opening (6 8 H x 36 W) from stacks to Conference Room hallway (#106) per plan; remove existing interior window above this new opening, infill and match sheetrock. 8. Install new 7 H x 7 6 W partition wall for Chair Closet in Conference Room (#109A) with double doors. Ensure adequate blocking is used in existing perpendicular wall for secure attachment of new partition wall. Create smaller closet (#109B) and install 24 door. 9. Remove existing carpet tiles from new IT area (#110) and store back to back for future reuse. Install ¼ birch 3-ply or greater underlayment and vinyl flooring. WCLS Invitation to Bid, p. 4

5 Repair sheet rock damage, texture and paint with satin Sherwin Williams wall paint.* *Verify color and finish prior to order. Mount IT cable unit in corner per plan. Remove debris. Electrical 1. Relocate electrical switches for YS area to inside new entry 3 switch gang plate motion detector). All fixtures to remain. Relocate switches and outlets in Training Office (#101) and YS Closet (#104) affected by door relocation. 2. Remove 7 wall-hung light fixtures, leave one fixture for hall. Switch is okay where it is (now in 4 gang plate). 3. Disconnect one light fixture from existing switch in new YS Closet (#104), install new switch near new door to second new fixture to new IT Closet (#105). 4. Disconnect one light fixture from existing switch in Archive Closet (# ), add new switch to other existing fixture for Table Storage Closet (#107), add switch for (2) relocated wall fixtures in NEW Conference Room Hall (#106). 5. Add new electrical receptacles as specified in electrical plan. IT Cable 1. Install new CAT6 as indicated on electrical plan; wall and floor locations. 2. Supply main IT cables to wall mounted Box in IT Room (#110). Fire / Security Mechanical Relocate exit signs, fire extinguishers, and sensors per Fire Marshall remarks on permit. 1. Relocate thermostat in new IT area (#110) adjacent to door, on the same wall. 2. Extend ducts/registers where dropped ceilings occur to balance HVAC system. 3. Verify HVAC system is operating properly at project end in areas disturbed during remodel. Finishes 1. Partition walls and ceilings constructed- 2 x 4 w/ 5/8 gypsum board. Wall finishes to match existing texture, primed then painted with 2 coats of low lustre Sherman Williams paint. 2. Install carpet tile provided by WCLS (Shaw Interface style cubic- we have these carpet tiles on site) with 4 Johnsonite rubber base* to match existing in new YS area. *verify color prior to ordering 3. Install Armstrong Connection Corlon vinyl floor covering in IT Services Office (#110) with same 4 rubber base as YS area. WCLS Invitation to Bid, p. 5

6 4. Use white metal dropped ceiling 2 x 4 T-bar grid with acoustic panels to match existing ceiling in area(s) indicated on plan (over new hall to conference room (#106), new YS Closet (#104). Liquidated Damages The Contractor shall be required to pay WCLS as liquidated damages the sum of $ for each consecutive calendar day that it is in default after the June 10, 2016 contract deadline. Liquidated damages shall be deducted from the contract by change order. 2. Bid Security A certified check or bid bond (the Bid Security ) is required with each bid in an amount equal to five percent (5%) of the bid amount. No bid shall be considered unless accompanied by such Bid Security. Bid Securities received in the form of a certified check will be deposited to an account held by WCLS. The Bid Securities of all unsuccessful bidders will be returned as soon as practical after opening of the bids. When the Bid Security of an unsuccessful bidder was received in the form of a certified check, WCLS will deliver a check in the amount of such Bid Security to such bidder. WCLS will retain the Bid Security of the successful bidder until receipt of a performance bond pursuant to Section 11 and execution of the Agreement pursuant to Section 12. If no contract is awarded, WCLS will promptly return all Bid Securities to the respective bidders. 3. Submission of Proposal Bidders must attend the mandatory Pre-Bid Showing. Bidders are required to make their bids on the Bid Proposal form provided by WCLS and return their sealed bids along with the Bid Security and the Non- Collusion Affidavit. WCLS will not accept any bid that is not sealed or not accompanied by Bid Security and a Non-Collusion Affidavit. Bids must include all applicable sales taxes. 4. Bidder Responsibility Criteria It is the intent of WCLS to award a contract to the lowest responsible bidder. Before award, the bidder must meet the following bidder responsibility criteria to be considered a responsible bidder. The bidder may be required by WCLS to submit documentation demonstrating compliance with the criteria. The bidder must: (a) Have a current certificate of registration as a contractor in compliance with chapter RCW, which must have been in effect at the time of bid submittal; (b) Have a current Washington Unified Business Identifier (UBI) number; (c) If applicable: i. Have Industrial Insurance coverage (workers compensation) for the bidder s employees working in Washington as required in Title 51 RCW; ii. Have an employment security department number as required in Title 50 RCW; and iii. Have a Washington Department of Revenue state excise tax registration number as required in Title 82 RCW; WCLS Invitation to Bid, p. 6

7 (d) Not be disqualified from bidding on any public works contract under RCW or (3); and (e) Attend the mandatory Pre-Bid Showing to be held at the time and place set forth above. 5. Verification of Subcontractor Responsibility Criteria The Contractor must verify responsibility criteria for each first tier subcontractor, and the Contractor must contractually require each first tier subcontractor to verify responsibility criteria for each of its subcontractors and to require each of its subcontractors to undertake to verify responsibility criteria for each of its subcontractors. Such verification shall include that each subcontractor, at the time of subcontract execution, meets all of the applicable responsibility criteria listed in Section 4(a) through (d) above and possesses an electrical contractor license (if required by chapter RCW) or an elevator contractor license (if required by chapter RCW). Upon request of WCLS, the Contractor must promptly provide (or, as applicable, cause all subcontractors of any tier to provide) to WCLS documentation demonstrating such verification. 6. Signature A bid by a corporation or company shall include the printed name of the corporation or company, the printed name and title and the signature of the President, Secretary, or other officer authorized to bind the corporation or company. An impression of the corporate seal must appear on bids submitted by a corporation. A bid by a firm shall include the printed firm name and member or agent name. Any person signing the proposal as an agent for another or others must also file legal evidence of his authority to do so. The business mailing address and telephone number must be provided. 7. Bid Results Bid results shall be ed to each bidder on Wednesday, April 6, Upon approval by the WCLS Board of Trustees on Tuesday, April 19, 2016, an official Notice of Award will be sent via mail by WCLS to the successful bidder. If in the opinion of WCLS, all bids are unsatisfactory, WCLS may reject all of them and re-advertise. 8. Non-Collusion Affidavit Proposals must be prepared without the assistance of any officer or other person employed by or connected in any manner with the Whatcom County Library System. The signed and notarized Non- Collusion Affidavit must be submitted with the Bid Proposal described in Section Examination of Site & Conditions The contractor, by filing a bid, acknowledges that he or she has examined the premises and site so as to compare them with the drawings and specifications, and to have satisfied him or herself as to the facilities and difficulties attending the execution of the proposed contract (including local conditions, uncertainty of weather and all other contingencies) before the delivery of his proposal, and no allowance shall be subsequently made on behalf of the Contractor by reason of any error or neglect on his or her part. 10. Withdrawal of Proposal Proposals may only be withdrawn by written and signed request and only if such request is received prior to the opening of the sealed bids. No bid will be received or considered after the time set for the opening of the sealed bids. WCLS Invitation to Bid, p. 7

8 11. Performance Bond and Labor & Material Payment Bonds Prior to execution of the contract, the successful bidder shall furnish a performance and payment bond (the Performance and Labor & Material Payment Bond ) meeting the requirements of RCW (1)(a), including but not limited to covering the faithful performance of the contract and the payment of all obligations and taxes arising thereunder, in the amount of one hundred percent (100%) of the contract value. The bidder shall require the attorney-of-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of this power-of attorney indicating the monetary limit of such power. 12. Execution of Contract The successful bidder must sign and return the Agreement and furnish the Performance and Labor & Material Payment Bond, a certificate of insurance coverage required by Section 13, and an Intent to Pay Prevailing Wages within fourteen (14) days from the Notice of Award date. In the event that the successful bidder fails to timely sign and return the Agreement and furnish such other documents required by this Section 12, all rights of said bidder with regard to this project will be annulled to the extent allowed by law and the successful bidder s Bid Security will be forfeited to WCLS. The Agreement is executed once all of the documents listed in this Section 12 are furnished within the timeline specified and the WCLS Executive Director then signs and dates the Agreement. 13. Insurance & Liability The Contractor shall procure and maintain during the life of this contract such insurance as shall protect him and any subcontractor performing work covered by this contract from claims or damages for bodily injury, including death resulting therefrom as well as from claims for property damage, which may arise from operations under this contract, whether such operations are performed by himself or by any subcontractor or by anyone directly employed by either of them. Insurance must be placed with commercial insurance companies licensed to do business in the State of Washington and which possess minimum financial standards of A.M. Best Company, A-:VI or better. Certificates of Insurance for all insurance shall be filed with WCLS naming WCLS, its officers, employees, board, and volunteers as Additional Insured. The policy amount shall be $1,000,000 combined single limit. All insurance policies by the Contractor shall provide (1) that the policies shall not be cancelled or the amount thereof reduced without forty-five (45) days prior written notice to WCLS, and (2) that forty-five (45) days prior written notice shall also be given if the policy is not to be renewed at the scheduled expiration date. 14. Prevailing Wage All laborers, workmen or mechanics employed in the performance of this contract, whether by the Contractor, subcontractor or other person, shall be paid no less than the prevailing wage. It is the sole responsibility of the Contractor to assign the appropriate classifications to such laborers, workmen or mechanics and to ascertain the applicable prevailing wage rates and fringe benefits for each such classification. Current prevailing wage data can be obtained by the Contractor from the Industrial Statistician of the Department of Labor and Industries, Prevailing Wage Section, P.O. Box 44540, Olympia, Washington WCLS Invitation to Bid, p. 8

9 , (360) , or on their website at Before any payment is made by WCLS for work performed by a Contractor or subcontractor, such Contractor or subcontractor must submit to WCLS a statement of intent to pay prevailing wages in accordance with RCW Prior to acceptance of such work by WCLS, such Contractor or subcontractor shall submit to WCLS an affidavit of wages paid in accordance with RCW Retainage Funds representing five percent of the value of the contract (excluding amounts representing retail sales taxes due from the Contractor to the Department of Revenue) shall be retained and held in trust for the protection and payment of (i) the claims of any person arising under the contract and (ii) the State of Washington with respect to taxes, increases and penalties imposed pursuant to Titles 50, 51 and 82 RCW which may be due from the Contractor; provided that, upon the request of the Contractor, the amount of funds so retained and held shall be reduced to 100 percent of the value of the work remaining on the project. Such funds shall be, at the option of the Contractor, (a) retained by WCLS in a fund, (b) deposited by WCLS in an interest-bearing account in a bank, mutual savings bank, or savings and loan association (with interest payable to the Contractor), or (c) placed by WCLS in escrow with a bank or trust company. After completion of all contract work, the Contractor may request WCLS to release and pay in full the amounts retained and held during performance of this Contract, and, no more than 60 days after such request, WCLS shall release and pay such amounts subject to the provisions of chapters and RCW. 16. Bidding Documents Bona fide bidders may obtain bidding documents at the time of the pre-bid showing or upon request to WCLS, provided that the bidder attends the mandatory pre-bid showing. 17. Rejection of Bids WCLS will have the right to reject any and all bids and in particular to reject a bid received after the deadline for bids due or bids that are not accompanied by the required Bid Security or Non-Collusion Affidavit or a bid in any way incomplete or nonresponsive to the bid package. WCLS further reserves the right to accept that proposal which is to the best interest of WCLS. 18. Appeal Process If WCLS determines that the apparent low bidder does not meet bidder responsibility criteria in Section 4 above and is therefore not a responsible bidder, WCLS shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of WCLS s determination by presenting additional information to WCLS. WCLS will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, WCLS will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. Dated this 23 rd day of February, 2016 Jackie Saul, Director of Finance and Administration Whatcom County Library System , press 4, press 202 WCLS Invitation to Bid, p. 9

West Valley Library Parking Lot Repair with Porous Asphalt

West Valley Library Parking Lot Repair with Porous Asphalt RFQ-066 Request for Quote for West Valley Library Parking Lot Repair with Porous Asphalt Susan Miller Facilities Manager Yakima Valley Libraries April 3, 2017 RFQ NAME: ISSUING AGENCY: West Valley Library

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

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: CITY OF HOPKINSVILLE COMMERCIAL CLEANING MAINTENANCE

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

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

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

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

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

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

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

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

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

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

Request for Proposal # 1703 Water Damage Repair of Murray Mansion

Request for Proposal # 1703 Water Damage Repair of Murray Mansion Request for Proposal # 1703 Water Damage Repair of Murray Mansion The City of Lindsay/Lindsay Public Works Authority, Oklahoma, is accepting sealed proposals for Water Damage Repair of a historic public

More information

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

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

More information

Boston Public Health Commission

Boston Public Health Commission Page1 INVITATION TO BID The acting by its Division of Property Management, 205 River Street, Mattapan Campus, hereinafter referred to the awarding authority, invites bids for: Project title: 2nd & 3rd

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

Project Manual. Municipal Center/Fire. House Building. Renovations

Project Manual. Municipal Center/Fire. House Building. Renovations Project Manual Municipal Center/Fire House Building Renovations Proposals Due: Wednesday, May 30, 2018 10:00 AM CST Prepared By: Department of Planning & Public Works City of Town & Country 1011 Municipal

More information

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

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

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T-2016-0210-05410910 Request for Bids The Metropolitan Park District of Tacoma will receive sealed

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 16, 2017 PROJECT Facilities Master Plan - Phase 1 Interior Renovations PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

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

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

REQUEST FOR PROPOSALS March 4, 2010 PROJECT OVERVIEW:

REQUEST FOR PROPOSALS March 4, 2010 PROJECT OVERVIEW: Police Headquarters Project REQUEST FOR PROPOSALS March 4, 2010 PROJECT OVERVIEW: General description The objective is to renovate an approximately 18 x 24 section of the two-bay attached garage at Town

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

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

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + 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 information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018 Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018 POST-BID ADDENDUM 1 CONSTRUCTION MANAGEMENT PACKAGE - Bidding

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

NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO

NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO INVITATION FOR BIDS NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO. 39227 In order to be responsive, SEALED BIDS must be signed and received by the

More information

Document B252TM 2007

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

More information

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below.

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below. October 10, 2018 OBJECT: REQUEST FOR PROPOSAL VENDORS, The ( EMSA ) located at 1600 Dundee Avenue in Elgin, IL 60120 is soliciting vendors with an expertise in construction services-demolition to perform

More information

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR 1. PROJECT TICE PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR York Hall Biology/Chemistry Renovation UNIVERSITY OF CALIFORNIA SAN DIEGO a) BNBuilders, Inc. (BNB) intends to award lump sum contracts

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

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

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

More information

DOCUMENT BID PROPOSAL

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

More information

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

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

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

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

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

DIVISION 0 - CONDITIONS OF THE CONTRACT

DIVISION 0 - CONDITIONS OF THE CONTRACT SECTION 00200 - INSTRUCTIONS TO BIDDERS Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT Described below are general and specific instructions provided to assist

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

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

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

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

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE TECHNICAL QUESTIONS FOR ITB-DOT-17/18-7004LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE Question 1: Question 2: Question 3: Question 4: Question 5: Question 6: When area configurations

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

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

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

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

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

City of Waupaca Wisconsin

City of Waupaca Wisconsin Wisconsin REQUEST FOR BIDS Sealed bids for the City Hall & Library Carpet Replacement & Installation will be received and read at 2:00 pm on Friday May 27, 2016 at the office of City Clerk,, 111 S. Main

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

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

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

I 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 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

Invitation for Bid. City of Urbana, Ohio. Restroom/Storage Facility Melvin Miller Park 731 Children s Home Road, Urbana, OH 43078

Invitation for Bid. City of Urbana, Ohio. Restroom/Storage Facility Melvin Miller Park 731 Children s Home Road, Urbana, OH 43078 205 S. Main Street Urbana, Ohio 43078 http://www.urbanaohio.com 937-652-4300 June 1, 2016 Invitation for Bid Restroom/Storage Facility Melvin Miller Park The City of Urbana received a Federal Grant to

More information

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

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

More information

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

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

More information

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

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

City of Jacksonville Finance Department

City 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 information

CITY OF JOPLIN, MISSOURI

CITY OF JOPLIN, MISSOURI CITY OF JOPLIN, MISSOURI BID PACKAGE 2016-07 For Memorial Hall Elevator Repairs And Modernization JOPLIN PARKS DEPARTMENT 3010 W. FIRST STREET JOPLIN, MO 64801 (417) 624-6937 1 Notice to Contractors Notice

More information

INSTRUCTIONS FOR DIVISION 00 DOCUMENTS

INSTRUCTIONS FOR DIVISION 00 DOCUMENTS INSTRUCTIONS FOR DIVISION 00 DOCUMENTS Division 00 is the first section of the specifications for construction. For each advertised bid project, the College/University must direct the Architect/Engineer

More information

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

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

More information

BID PROPOSAL CONTRACT NO. AOPC

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

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661

Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661 Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661 ADDENDUM NO. 1 April 18, 2008 This Addendum forms a part of the Contract Documents and modifies the original Contract Documents

More information

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

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CIP NO.: 280-12 PROJECT: Administration Building LED Lighting Retrofit DATE: October 2017 CIP No.: 280-12 ADVERTISEMENT FOR BIDS Project: Owner: Administration Building LED Lighting Retrofit ORANGE WATER

More information

INVITATION TO BID CITY OF HOPKINSVILLE

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

More information

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

REQUEST FOR QUOTE RF44-Throwbot XT

REQUEST FOR QUOTE RF44-Throwbot XT REQUEST FOR QUOTE RF44-Throwbot XT Hard Copy Bids... Hard copy bids must be received on or before the due date and time listed above at the following physical location regardless of delivery method: 8543

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor. 11/1/2016 Request for Proposal: Make Ready Services McKinney Housing Authority (MHA) requests proposals for vendors to perform make ready services on vacant units within the authority. All bidders must

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR. L-640 College Complex Level 2 Remodel Sectors 5A, 5B & 6 DSA File #7-C1 DSA Application #

BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR. L-640 College Complex Level 2 Remodel Sectors 5A, 5B & 6 DSA File #7-C1 DSA Application # BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR L-640 College Complex Level 2 Remodel Sectors 5A, 5B & 6 DSA File #7-C1 DSA Application # 01-115396 & L-1063 Science Lab Remodel DSA File #7-C1 DSA Application

More information

City of Forest Park Urban Redevelopment Agency (URA) Request for Proposal

City of Forest Park Urban Redevelopment Agency (URA) Request for Proposal City of Forest Park Urban Redevelopment Agency (URA) Request for Proposal INTERIOR DEMOLITION AND REMOVAL OF MOLD, LEAD-BASED PAINT, AND ASBESTOS- CONTAINING MATERIALS Building 101 - First Army Headquarters

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

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

More information

VILLAGE OF MARATHON CITY MARATHON COUNTY WISCONSIN

VILLAGE OF MARATHON CITY MARATHON COUNTY WISCONSIN VILLAGE OF MARATHON CITY MARATHON COUNTY WISCONSIN Instructions to Contractors The Village of Marathon City will be accepting proposals at the Marathon City Village Hall, 311 Walnut Street, PO Box 487

More information

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

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

More information

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

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

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

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

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

More information

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

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

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

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

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