JUDD STREET LIFT STATION DEWATERING CONTRACT

Size: px
Start display at page:

Download "JUDD STREET LIFT STATION DEWATERING CONTRACT"

Transcription

1 JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE, MICHIGAN (616)

2 SPECIFICATIONS FOR JUDD STREET LIFT STATION DEWATERING CONTRACT ADVERTISEMENT THE CITY OF GREENVILLE WILL RECEIVE SEALED BIDS FOR DEWATERING A PROJECT SITE FOR REPLACEMENT OF A SEWER LIFT STATION. BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, 411 S. LAFAYETTE, GREENVILLE, MICHIGAN UNTIL TUESDAY, JUNE 12, 2018 AT 2:00 P.M. ALL BIDS WILL BE OPENED AND PUBLICLY READ AT THAT TIME IN THE CITY HALL CONFERENCE ROOM. INSTRUCTIONS TO BIDDERS SCOPE OF WORK: The City of Greenville will replace an existing lift station facility located at 520 W. Judd Street in the City of Greenville. Construction will require the area to temporarily depress the groundwater table approximately 10 feet to install necessary structures and piping. Discharge of the pumped water can be filtered through a filter bag into a nearby wetland area. It is intended to coordinate this effort with the City of Greenville Department of Public Services. It is estimated that the dewatering operation will need to be maintained for approximately 3 weeks. Since there is uncertainty in the actual time required, the pay item will be for a daily basis. DEWATERING SPECIFICATION: This item shall include all labor, equipment and materials needed to depress the groundwater table approximately 10 feet within an area approximately 30 feet long by 20 feet wide to accommodate installation of two precast concrete structures and associated piping. The item shall include provision and maintenance of filter bag(s) for the discharge, as needed, so that all discharge is filtered without a back-up and unfiltered discharge reaching the nearby wetland. The operation shall be continuous until such time as determined by the Engineer to shut off the system and remove from the site. Payment for the dewatering system shall be per day from the time of installation to the time of removal. No additional payment shall be made for early installation or late removal unless otherwise directed by the Engineer in writing. PROPOSALS: All bids must be submitted on the attached bid form and received in the Office of the City Clerk at City Hall, 411 S. Lafayette Street, Greenville, Michigan 48838, on or before Tuesday, June 12, 2018 at 2 p.m. A bid will be considered complete as follows: All 4 pages of the completed, signed BID, acknowledging any Addenda and list of references.

3 Instructions to Bidders JUDD STREET LIFT STATION DEWATERING CONTRACT Bid Date: June 12, 2018 Page 2 of 2 ELECTRONIC OR ALTERNATE FORMS OF BIDDING NOT ALLOWED: The Greenville City Charter does not allow electronic or alternate forms of bidding. BID ENVELOPE LABELING: Please mark "DEWATERING on the outside of the envelope and submit to the City Clerk's Office prior to the bid opening. RIGHTS RESERVED BY THE CITY: The City of Greenville reserves the right to accept to reject any or all bids. The competency and responsibility of bidders will be considered in awarding contracts. The Owner does not obligate himself to accept the lowest or any other bid. The Owner reserves the right to waive any informality in any or all bids. The City of Greenville reserves the right to increase or decrease quantities of bid items without additional compensation. REFERENCES: All bidders shall include a list of 3 recent reference projects and contacts with their Bid. BID REVIEW PROCESS: The Bids will be reviewed, tabulated and checked by the City of Greenville and a recommendation will be made based on the lowest, qualified Bidder, who meets all the requirements of these Specifications. The recommendation will be considered by the Greenville City Council and a Notice of Award issued upon approval. CONTRACTOR EXECUTION OF CONTRACT: Upon issuance of the Notice of Award, the Contractor shall execute the Contract within 14 days. Failure to execute the Contract in a timely manner shall be cause for the City to proceed with subsequent bidders. INSURANCE & BOND: Upon receiving a Notice of Award the Contractor shall provide a Certificate of Insurance naming the City of Greenville as an additional insured in the following amounts. 1. Public Liability Insurance $25,000/ one person and $50,000 each occurrence. 2. Property Damage Insurance $5,000/ occurrence and $10,000 aggregate. 3. Performance Bond in the amount of the Contract. NOTICE TO PROCEED: The Contractor will be issued a Notice to Proceed after the Contract is fully executed, bonds and insurance have been received and funds are available. The Contractor may begin immediately following issuance of the Notice to Proceed. CONTRACT TIME: It is anticipated that the Contract will be awarded at the June 19, 2018 Greenville City Council Meeting. The anticipated time-frame is late July to mid- August and will be coordinated between the dewatering contractor and the City for a mutually agreeable date. QUESTIONS AND CLARIFICATIONS: The Plans and Specifications were prepared under the supervision of Doug Hinken, City Engineer. Any questions can be directed by phone or by dhinken@greenvillemi.org.

4 BID Proposal of (hereinafter called BIDDER ), organized and existing under the laws of the State of doing business as.* To the City of Greenville (hereinafter called "OWNER"). In compliance with the Advertisement for Bids, BIDDER hereby proposes to perform all WORK for construction of the JUDD STREET LIFT STATION DEWATERING CONTRACT in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this contract after receipt of the NOTICE TO PROCEED and to have the PROJECT complete by DEADLINE. BIDDER acknowledges receipt of the following ADDENDUM: The following addenda have been received, are hereby acknowledged, and their execution is included in the above proposal amount: Addendum No. Dated Addendum No. Dated CERTIFICATION By submission of this bid, each bidder certifies, and, in the case of a joint bid, each party certifies as to his/her own organization, that this bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this bid with any other bidder or with any

5 competitor. *Insert a corporation, a partnership, or an individual as applicable. Further, each bidder also certifies that he/she has examined all sections of the contract documents and the location of the work described herein and is fully informed as to the nature of the work and the conditions relating to its performance. Bidder understands that the quantities shown are approximate only and are subject to either increase or decrease. Furthermore, the bidder understands that there may be additions or deductions to the items of work. Price adjustments based on added or deleted quantities will be based on the unit prices as stated herein. The bidder hereby agrees to commence the WORK under this contract after the receipt of the NOTICE TO PROCEED, weather permitting, and to have the Project complete not later than DEADLINE, in accordance with the schedule shown in the instructions to Bidders, unless the period of completion is extended by mutual agreement. The bidder shall include and shall be deemed to have included, in his/her bid, all Michigan sales and use taxes currently imposed by legislative enactment and as administered by the Michigan Department of Revenue on the bid date. The undersigned further agrees to so such extra work as may be authorized, in writing, by the Owner, prices for which are not given in this proposal. Compensation shall be made on the basis agreed upon, in writing, before such work is begun. The bidder shall base bids on the materials or products specified or shown on the drawings. All WORK described in the contract documents and required for completion of the project shall be considered to be incidental unless designated as a pay item on the Bid Form. Pay items shall not be used for any components installed for the convenience/or advantage of the contractor regardless of the fact that the type of component is described on the bid sheet.

6 BID FORM JUDD STREET LIFT STATION DEWATERING LINE NO. EST QTY UNIT DESCRIPTION OF WORK UNIT PRICE ITEM TOTAL 1 1 LS MOBILIZATION FT EROSION CONTROL, SILT FENCE 3 1 EA EROSION CONTROL, FILTER BAG 4 21 DAY DEWATERING DEWATERING TOTAL COMPANY NAME: ADDRESS: TELEPHONE: FAX: DATED: SIGNATURE: TITLE: RIGHTS RESERVED BY THE OWNER: The City of Greenville reserves the right to accept of reject any or all bids. The competency and responsibility of bidders will be considered in awarding contracts. The Owner does not obligate himself to accept the lowest or any other bid. The Owner reserves the right to waive any informality in any or all bids. The City of Greenville reserves the right to increase or decrease quantities of bid items without additional compensation.

7 AGREEMENT THIS AGREEMENT, made this day of, by and between the City of Greenville, hereinafter called OWNER and doing business as (an individual), or (a partnership), or (a corporation) hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The CONTRACTOR will commence and complete the construction of JUDD STREET LIFT STATION DEWATERING 2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 14 calendar days after the date of the NOTICE TO PROCEED, weather permitting and will have the Project complete the same by DEADLINE unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of, or as shown in the BID schedule. 5. The term CONTRACT DOCUMENTS means and includes the following: A. Advertisement For BIDS B. Information For BIDDERS C. BID D. BID BOND E. Agreement F. General Conditions G. SUPPLEMENTAL GENERAL CONDITIONS

8 H. Payment BOND I. Performance BOND J. NOTICE OF AWARD K. NOTICE TO PROCEED L. CHANGE ORDERS M. DRAWINGS prepared by The City of Greenville Engineering Department, entitled Judd Street Lift Station Replacement, Sheets 1 & 3 and Exhibit B page 1. N. SPECIFICATIONS prepared or issued by the City of Greenville Engineering Department. O. ADDENDA: No., dated. No., dated. No., dated. No., dated. No., dated. 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written.

9 OWNER: City of Greenville BY: Name: George M. Bosanic Title: City Manager (SEAL) ATTEST: Name: Douglas W. Hinken Title: City Engineer CONTRACTOR: BY: Name: Address: (SEAL) ATTEST: Name: Title:

10 SECTION MOBILIZATION SCOPE - The work covered by this section includes all work that is not directly applicable to Project items, to include, but not limited to: contract execution, bonds, insurance, transportation of equipment, contract administration, accounting and project close-out MEASUREMENT AND PAYMENT The pay item MOBILIZATION will be paid for as a Lump Sum according to the contract unit price for the Project. It will be paid at 100% when the Project is 25% complete. END OF SECTION

11 SECTION SPECIAL CONTROLS SCOPE - The work covered by this section of the specifications pertains to SPECIAL CONTROLS for the performance of the work REFERENCE SPECIFICATIONS - Any standards or specifications by any technical society, association, governmental agency or other source that are referenced in these specifications shall be binding as they were fully repeated and are considered to be a part of these specifications GENERAL PROVISIONS - The Contractor shall perform all work in a manner to comply with all applicable laws of the State of Michigan with regard to air, water, and noise pollution. A. AIR POLLUTION - The Contractor shall maintain all traveled areas in a safe, dust-free condition at all times. All tracked mud, dirt, or other material shall be removed daily from all adjacent paved roads. During dry periods the Contractor shall prevent dust from becoming airborne by applying a minimum of 33% solution of Calcium Chloride as a dust palliative. Payment will be made based on load tickets and inspector daily logs. B. WATER POLLUTION - The Contractor will be required to perform all operations in a manner that will conform to the requirements of Act 346, Inland Lakes and Streams Act and Act 347, Soil Erosion and Sedimentation Control Act. Those requirements are indicated in Section The City of Greenville will obtain this permit for the project and will provide the Certified Stormwater Operator. A copy of the permits shall be located on the site at all times. C. NOISE POLLUTION - The Contractor shall exercise judgement in the conduct of operations which by nature result in excessive noise especially adjacent to residential areas. All such operations shall take place during reasonable daylight periods, which are defined as 7:00 a.m. through 6:00 p.m. unless otherwise authorized by the Engineer. D. SOLID WASTE Not applicable E. SANITARY WASTE Not applicable F. WATER MAIN PERMIT Not applicable VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL - Not applicable MEASUREMENT & PAYMENT Items described in this section will not be paid for separately, but should be included in the MOBILIZATION item. END OF SECTION

12 SECTION SOIL EROSION CONTROL PART 1 GENERAL SCOPE - This section describes the type and use of various soil erosion control devices. The Contractor shall supply all necessary labor, equipment, and material to comply with the soil erosion provisions in the plans and these specifications RELATED WORK SPECIFIED ELSEWHERE - This work relates to the following sections of the specifications: Section SPECIAL CONTROLS PART 2 PRODUCTS SILT FENCE - Silt fence shall be black filter fabric having the following minimum characteristics: - Weight = 3.0 oz/sy - Thickness = 6 mils - Apparent opening size = 40 to Burst strength (ASTM D 3786) = 350 psi - Tensile grab strength = 150 pounds - UV Resist. = 90% after 500 weatherometer hrs. The fence material shall be reinforced with heavy duty nylon cord. Posts for the fence shall be 2"x2" wood stakes 6-feet long GEOTEXTILE FILTER BAG- The geotextile for soil erosion control shall have the following minimum characteristics: - Weight = 3.0 oz/sy - Apparent opening size = 20 to Burst strength (ASTM D 3786) = 100 psi - Flow Rate = 60 gal/min/ft² CERTIFICATION - The Contractor shall provide certification that the materials used meet the above requirements to the Engineer. PART 3 EXECUTION INSTALLATION OF SILT FENCE - The silt fence shall be installed in the location shown on the plans. It shall have a minimum of 6-inch embedment into the existing soil. It shall be securely attached to the posts which shall be driven at 8-foot spacing. The top of the posts shall be even with the top of the silt fence. The silt fence shall remain in place INSTALLATION OF GEOTEXTILE FILTER BAG- Geotextile filter bag shall be placed as shown and completely surround the dewatering pump discharge line. This

13 item shall include any maintenance or cleaning required as directed by the ENGINEER. PART 4 MEASUREMENT AND PAYMENT Measurement and payment for Soil Erosion items shall be paid for at the contract unit price for each unit placed and shall include all materials, labor and equipment to place said items. EROSION CONTROL, SILT FENCE shall be paid for by FEET as measured along the ground at the installed fence and EROSION CONTROL, FILTER BAG shall be paid for as EACH item used. END OF SECTION

14 SECTION DEWATERING PART 1 GENERAL SCOPE - The work covered by this section of the specifications consists of furnishing all labor, equipment, and materials related to the pay item DEWATERING RELATED WORK SPECIFIED ELSEWHERE - This work relates to the following sections of the specifications: Section SPECIAL CONTROLS Section SOIL EROSION CONTROL PART 2 PART 3 PRODUCTS (Not Used) EXECUTION CONSTRUCTION OPERATIONS - This item shall include all labor, equipment and materials needed to depress the groundwater table approximately 10 feet within an area approximately 30 feet long by 20 feet wide to accommodate installation of two precast concrete structures and associated piping. Discharge of the pumped water must be filtered through a filter bag into a nearby wetland area. The Contractor shall use sufficient pumps and well points to maintain a dry working environment for the duration of the excavation. It is anticipated that the work could take up to 14 days. PART 4 MEASUREMENT & PAYMENT Payment for DEWATERING will be made for all labor, equipment and materials necessary to depress the water table for the duration of the Project and will be paid for each DAY that the system is in place. END OF SECTION

15 BASIS OF DESIGN EXISTING OPERATION INFORMATION SERVICE AREA ~ 28.5 AC REU'S = 36 POPULATION SERVED ~ 115 AVG FLOW = 11,500 GPD (8 GPM) PEAK FLOW = 57,000 GPD (40 GPM) PUMP SELECTION BASIS = FT TDH EXISTING PUMP: HYDROMATIC PUMP MODEL HPGH 300 M2-2 IMPELLER: 4.25" MOTOR: 3 HP 60AMP/230V SINGLE 3500 RPM

16 10' 3 JUDD STREET LIFT STATION REPLACEMENT 520 W JUDD SITE PREPARATION

17 1 JUDD STREET LIFT STATION REPLACEMENT 520 W JUDD EXHIBIT B - STRUCTURE DETAILS

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

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

Highlands Housing Authority

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

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

2016 CONCRETE REPLACEMENT PROJECT

2016 CONCRETE REPLACEMENT PROJECT CITY OF DELTA, COLORADO CONTRACT DOCUMENTS FOR 2016 CONCRETE REPLACEMENT PROJECT Prepared By: City of Delta 360 Main Street Delta, Colorado 81416 (970) 874-7566 ext 216 CITY OF DELTA PUBLIC WORKS DEPARTMENT

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

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

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford Seymour Road Replacement Bridge Addendum #1 April 27, 2015 To: From: Cc: All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford RE: Construction Bid Information

More information

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to submit bids which

More information

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids CITY OF THREE RIVERS, MICHIGAN Specifications for Bids Tree and/or Stump Removal Performance Bids The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to

More information

AUTHORIZATION CALL FOR BIDS

AUTHORIZATION CALL FOR BIDS AUTHORIZATION TO CALL FOR BIDS Authorization given: April 2, 2013 to CALL FOR BIDS by the Department of Public Works for: 2013 Trucking Asphalt Bid opening date to be April 16, 2013 at 1:30 P.M. in the

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

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

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

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

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

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM The Carroll County Public Service Authority requests bids from properly licensed well drilling firms, hereafter referred to as

More information

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements APPLICATION FOR RAZE PERMIT COVER SHEET Page 1 of 2 Project Address The following items must be completed and submitted as a packet: Razing permit application (this item is all that is needed for residential

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

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

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

RFP: Escanaba WWTP Raw Sewage Pump 2016

RFP: Escanaba WWTP Raw Sewage Pump 2016 RFP: Escanaba WWTP Raw Sewage Pump 2016 TO BIDDERS: 12/14/2016 MANDATORY SITE INSPECTION: 1/18/2017, @ 10:30 am EST BID OPENING: 2/7/2017 ADVERTISED: 12/17/21016 INVITATIONS TO BID SENT TO: ELEVEN (11)

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012 CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS General Inmation Bidders Sealed bids must be received by 12:00 Noon, Monday, April 23, at the Wascott Town Hall as stated in the public notice and advertisement

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

Scott Eagle Attack Thermal Imaging Camera

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

More information

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS Advertisement for Bids ROAD MAINTENANCE PROJECTS Notice is hereby given by the Town of Wascott, Douglas County, WI, that it will receive sealed bids for crack routing and sealing, chip seal coating, and

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study CITY OF LYNWOOD Request for Proposals (RFP) for Specification for Correlator-Based Leak Detection Study Date: November 16, 2011 Department: Project Name: Public Works Specification for Correlator-Based

More information

REQUEST FOR PROPOSALS

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

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

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

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO. 16-01 RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III BID RECEIPT: o Sealed bids shall be received

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

DOCUMENT SPECIAL PROVISIONS

DOCUMENT SPECIAL PROVISIONS DOCUMENT 00813 SPECIAL PROVISIONS ADDENDUM NO. 1, DECEMBER 16, 2016 PRICE ADJUSTMENTS FOR STRUCTURAL STEEL AND REINFORCING STEEL FOR CONTRACTS BID ON OR AFTER APRIL 5, 2011 ENGLISH UNITS December 12, 2016

More information

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 City of River Falls Utilities Department 222 Lewis Street, River Falls. WI 54022 Phone: 715-425-0900 PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 Directional Boring Project Title Page

More information

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Hills of Cedar Creek East Phase 2 PROJECT NO: LOCATION: OWNER: EGA181011 Council Bluffs, IA. City

More information

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA I. PROJECT DESCRIPTION: The Crisp County Board of Commissioners is seeking proposals from qualified consulting

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

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

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

DRAFT TECHNICAL SPECIFICATIONS FOR DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

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

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

More information

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services

CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services City Manager 22 S. Beach Street Ormond Beach Florida 32174 (386) 676-3200 Fax (386) 676-3384 CITY MANAGER MEMORANDUM To: Through: From: The Honorable Mayor Kelley and City Commissioners Joyce A. Shanahan,

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

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

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

More information

SECTION EROSION AND SEDIMENTATION CONTROLS

SECTION EROSION AND SEDIMENTATION CONTROLS SECTION 312500 EROSION AND SEDIMENTATION CONTROLS PART 1 - GENERAL 1.01 GENERAL PROVISIONS A. Attention is directed to the CONTRACT AND GENERAL CONDITIONS and all Sections within DIVISION 01 - GENERAL

More information

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015 T S G TSG Architects AIA 427 Saint George, Suite 300 Gonzales, Texas 78629 8 3 0. 6 7 2. 7 8 0 1 8 3 0. 6 7 2. 4 3 4 0 f a x Member of the American Institute of Architects To: All Approved Contractors

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

SECTION BID SCHEDULE

SECTION BID SCHEDULE SECTION 00010 BID SCHEDULE THE CONTRACTOR SHALL FURNISH ALL PLANT, LABOR, MATERIAL, EQUIPMENT, ETC. NECESSARY TO PERFORM ALL WORK IN STRICT ACCORDANCE WITH THE TERMS AND CONDITIONS SET FORTH IN THE CONTRACT

More information

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX The Ottawa County Road Commission is seeking the submittal of written proposals

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

ANNE ARUNDEL COUNTY Department of Public Works DATE: 01/25/2017 FROM: Rich Osborn, P.E., Prof.L.S., Project Manager, Bureau of Engineering SUBJECT: Minutes for Pre-Bid Meeting January 19, 2017 South Shore

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

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

VANDERBILT UNIVERSITY

VANDERBILT UNIVERSITY VANDERBILT UNIVERSITY CAMPUS PLANNING & CONSTRUCTION PROJECT MANUAL GUIDELINES INTRODUCTION These instructions are intended to guide the Architect in preparing the Project Manual for Vanderbilt University

More information

Request For Proposal. Interactive Projectors

Request For Proposal. Interactive Projectors Jackson County Intermediate School District On Behalf of Columbia School District Request For Proposal Interactive Projectors 1/22/2015 Issued by: Jackson County Intermediate School District Attention:

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

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

DAM MAINTENANCE PROJECT 2017

DAM MAINTENANCE PROJECT 2017 DAM MAINTENANCE PROJECT 2017 TABLE OF CONTENTS SECTION PAGE # Solicitation for Bids... 3 Bid Proposal... 4-5 Agreement....6-8 Required Bonds......9-12 SPECIFICATIONS I. GENERAL CONDITIONS... 13 II. SEQUENCE

More information

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010 ADDENDUM NUMBER ONE Date: March 8, 2018 From: McAdams Re: UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: 17-17177-01 McAdams Project #: CLT-17010 NOTICE TO BIDDERS: Bidder is hereby

More information

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING Bid Document Specifications, Proposal and Contract Documents July 2013 CITY OF LAKE FOREST PARK Exterior Painting of City Hall Building

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

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

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel: TENDER DOCUMENT 7 th Generation Core i7 Branded Laptop Computer Cell, Research Center, UET, Lahore. Tel: +92-42-99029101 1 REQUEST FOR PROPOSALS TERMS AND CONDITIONS For Procurement of 7 th Generation

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

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle

More information

Black Creek Consolidated Drain (Dirkes Drain)

Black Creek Consolidated Drain (Dirkes Drain) Black Creek Consolidated Drain (Dirkes Drain) CONTRACT SPECIFICATIONS ISSUED FOR BID Prepared For: Muskegon County Drain Commissioner Prepared By: Project No. 14-111 May 2016 Table of Contents Division

More information

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

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

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

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

TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS

TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS Table of Contents Engineer: Stantec Page 1 of 2 ------------------------------------------------------------------------------------------------------------------------------------- TABLE OF CONTENTS DIVISION

More information

CHARLES COUNTY GOVERNMENT. ITB NO National Pollutant Discharge Elimination System (NPDES) Acton Lane

CHARLES COUNTY GOVERNMENT. ITB NO National Pollutant Discharge Elimination System (NPDES) Acton Lane CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 December 11, 2013 ITB NO. 14-02 National Pollutant Discharge Elimination System (NPDES)

More information

The Contract Documents may be examined at the following locations:

The Contract Documents may be examined at the following locations: ADVERTISMENT FOR BIDS Separate sealed Bids for the replacement of Municipal Production Well will be received by the Department of Public Services at 301 W. Main Street, Owosso, MI 48867 until 2:00 p.m.

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS

THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO. 10 - DRIVEWAY AND PARKING LOT REPAIRS SECTION 1 - SPECIFICATIONS AND PLANS 1-1.01 Specifications

More information

RESOLUTION NO

RESOLUTION NO RESOLUTION NO. 2017-23 A RESOLUTION DECLARING THE IMPROVEMENT TO PARCELS OF REAL PROPERTY LOCATED IN THE CITY OF BLUE ASH, OHIO AND RELATED PUBLIC INFRASTRUCTURE IMPROVEMENTS TO BE A PUBLIC PURPOSE UNDER

More information