CITY OF NORTH AUGUSTA INVITATION TO BID REGIONAL MATERIALS RECOVERY FACILITY COMPACTOR REBURBISHMENT & PULLEY MANGET. Bid opening on February 26, 2018

Size: px
Start display at page:

Download "CITY OF NORTH AUGUSTA INVITATION TO BID REGIONAL MATERIALS RECOVERY FACILITY COMPACTOR REBURBISHMENT & PULLEY MANGET. Bid opening on February 26, 2018"

Transcription

1 CITY OF NORTH AUGUSTA INVITATION TO BID REGIONAL MATERIALS RECOVERY FACILITY COMPACTOR REBURBISHMENT & PULLEY MANGET Bid opening on February 26, 2018 Page 1 of 19

2 Invitation to Bid The City of North Augusta South Carolina ( Owner ) is seeking sealed bid proposals from Contractors ( Contractor ) to refurbish a solid waste compactor and install various pieces of recycling recovery equipment. The installation shall be at the City s Regional Materials Recovery Facility located at 67 Claypit Road North Augusta, SC Sealed bids for the project will be received until 1:30 p.m. on February 26, 2018, at 61 Claypit Road North Augusta, SC 29841, at which time they will be opened and publicly read aloud. All envelopes must be clearly labeled Compactor & Pulley Magnet and bid opening date. If you send your bid by mail you should put it into a separate sealed envelope, labeled as required, inside the mailing envelope to safeguard against it being opened in error. All questions regarding this invitation to bid should be directed to: James Sutton Director of Public Services (803) The City of North Augusta reserves the right to accept, reject or waive any and all bid documents. Bids may not be awarded on a lump sum basis to any single vendor but may be awarded to multiple vendors on a line item basis. SEE ATTACHED SPECIFICATIONS & ETC. This completed form must appear as the top sheet for all bids submitted. Total Amount of Bid or Base Bid $ All Items Bid? Yes No It is the intent and purpose of the City of North Augusta that this Invitation to Bid promotes competitive bidding. It shall be the bidder's responsibility to advise the City of North Augusta at the address noted in the Special Conditions, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits the requirements stated in this Invitation to Bid to a single source Please label envelopes and submit in person or mail to: City of North Augusta Department of Public Services Recycling Equipment Refurbish & Install James Sutton Director of Public Services 61 Claypit Road North Augusta, SC Page 2 of 19

3 Instructions for Bidders 1. All bids must be submitted at the place, time and manner as set forth in the Invitation to bid. 2. All Bids must be fully completed and executed when submitted. 3. Bidders are cautioned that it is the responsibility of each individual bidder to assure that his Bid is in the possession of a responsible representative prior to the stated time and at the place of Bid Opening. The Owner is not responsible for Bids delayed by mail and or delivery services. 4. Once the Bid is submitted and received by the Owner, the Bidder agrees that he may not and will not withdraw his bid for 60 business days (excluding, Saturdays, Sundays, and legal holidays) after the actual date of the Bid opening. 5. The Owner may reject Bids which in its sole judgment are incomplete, conditional, obscure, not responsive, which contain additions not called for, erasures not properly initiated, alterations, or other similar irregularities. The Owner reserves the right to reject any or all Bids and waive any minor or nonmaterial informality, should the Owner deem it to be in the public interest to do so. 6. No award will be made to any Bidder who cannot satisfy the Owner that he has sufficient ability and experience in the class of Work to be completed and sufficient capital to enable him to prosecute and complete the Work successfully within the time period specified. The Owners decision or judgment on these matters shall be final, conclusive, and binding. 7. Each Bidder is responsible for inspecting the site. Bidders must satisfy themselves by personal examination of the site of the work and by such other means as they wish, as to the actual conditions existing at the site, the character and requirements of the work, and accuracy of all estimated quantities stated in the Bid. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligations with respect to his Bid. Introduction The City of North Augusta is requesting proposals and complete cost of services from a Contractor who can supply, construct and install a Solid Waste Recovery Magnet Separation Pulley System for the purpose of recovering Metal(s) from the City s Solid Page 3 of 19

4 Waste Stream Compactor Conveyor Line and refurbish an existing Accurate Compactor from which the Pulley Magnet shall be affixed upon. The project is located within the corporate limits of North Augusta, on property owned by the City of North Augusta, SC. In general, this Project will require the Contractor to use preliminary information to prepare preliminary and detailed design plans to construct the processing equipment and perform startup and technical support services. Project Requirements The contractor shall provide all profession services, material, labor and equipment required to design, furnish, build, install, construct and coordinate any subcontractor installations of recyclable recovery processing equipment at the City s Materials Recovery Facility located at 67 Claypit Road North Augusta, SC In general the contractor shall provide: 1. Design the Solid Waste Recovery Magnet Separation Pulley System utilizing drawings and scope of work for refurbishment of the existing compactor. This shall include electrical drawings. 2. Contractor and Sub-Contractors shall maintain all necessary licenses, permits or other authorizations necessary until the project is accepted by the City. Fees for permits shall be waived. 3. Prior to commencing work, and throughout the term of the contract, the Contractor shall obtain, and maintain, in the limits and under the conditions set forth below, insurance coverage for the following types and levels of coverage: Automotive & Equipment $1,000,000 General Liability $1,000,000 / $2,000,000 Property Damage $1,000,000 / $2,000,000 Workers Compensation Statutory 4. The Owner shall be named as certificate holder and shall be included as additional insured. 5. The Owner shall be notified no earlier than thirty days before any such policy is cancelled, altered or materially changed. 6. If a subcontractor is used for any portion of the work, the Contractor will provide Page 4 of 19

5 to the Owner a similar certificate, in the similar amounts and under the similar conditions, from the Subcontractor. 7. Should the Contractor fail to maintain such Workers Compensation insurance, and should the Owner be found liable to principals, officers, employees and agents of the Contractor, the Owner may recover from the Contractor the amount of any medical costs and compensation paid to or on behalf of the principals, officers, employees and agents of the a Contractor and any expenses related to claims filed under the provisions of Workers Compensation. Project Execution In general the project will be completed as follows. By submission of a Bid, the Contractor agrees to the terms and conditions as herein stated. 1. Prepare drawings, specifications, manuals and related materials (design documents). Design documents shall describe with specifically all elements, details, components, materials and other information necessary for the complete installation of Contractor supplied Solid Waste Recovery Magnet Separation Pulley System and the refurbishment of the existing compactor unit. Rendering of the project shall be fully functional for its intended purposes; including satisfaction of all testing, qualifications, certifications, controls, safety measures and validations. General Conditions of the Contract 1. Project Work Identification: The Contractor shall furnish but not limited to all labor, equipment, materials and supplies to do all operations necessary to complete all work to complete the design and installation of recyclables processing equipment as specified by the Owner. All supervision, overhead items, protection and precautions, temporary facilities and controls and all other costs, incidental to the design, installation and construction work, complete, and as specified, are included. Contractor shall perform all work necessary to construct project and to render the project and all it components operational and functional and legally useable for the intended purpose. A complete working job shall be produced whether or not any particular wording or direction is omitted or not clearly stated. Page 5 of 19

6 2. Payment: Requests for payments shall be submitted by invoice and include; invoice number, itemized Material list, Labor and Tax. Partial payment of materials delivered and stored on site shall be determined by the Owner. Progress payments shall be made in an amount equal to 85 percent of the work completed (with the balance being retainage) but, in each case, less the aggregate of payments previously made and less such amounts as Owner shall determine. The retainage shall be held by the Owner and released only after the Owner has accepted the project. 3. The final request for payment shall be accompanied by: a. A list of all claims against Owner that Contractor believes is unsettled. b. A complete and legally effective releases or waivers (satisfactory to the Owner) of all lien rights arising out of or liens filed in connection with the work. 4. Change in Scope of Work: The Owner reserves the right to delete any item of work from the Contract without penalty. Any additional work request or additional expenses that deviate from the scope of work shall be submitted by the Contractor and approved by the Owner prior to commencement of any work. 5. Compliance: The Contractor shall be responsible for ensuring the project complies with all local, State and Federal regulatory requirements. 6. Warranty: If within one year after the date of substantial completion, any work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor s use by Owner is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner s written inspections: a. Repair such defective land or areas. b. If the defective work has been rejected by Owner, remove it from the project and replace it with work that is not defective. c. Correct repair or remove and replace any damage to other work, to the work of others or other land or areas resulting there from. Page 6 of 19

7 If Contractor does not promptly comply with the terms of Owner s written instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective work corrected or repaired or may have the rejected work removed and replaced. All claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by the Contractor. Where defective work (and damage or other resulting there from) has been corrected or removed and replaced, the correction period hereunder with respect to such work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. Page 7 of 19

8 City of North Augusta Municipal Solid Waste Recyclables Recovery Project Contractors Statement of Qualifications Business Name: Business Address: Owner Name: Office Number: Fax Number: Mobile Number: Address: Business Type (Corporation/Partnership/Sole Proprietorship etc.) Has this business ever provided design build services? If so, where and how much was the contract for? Has this business ever declared bankruptcy? Does this business have any pending lawsuits or unpaid liens? How many employees work for this business?. Does the business have: Workers Compensation General Liability Page 8 of 19

9 If awarded the Contract will you use subcontractors? If so, please provide the business name. Subcontractor Type Business Name List below the largest projects your business has completed. Project Name Location Date Completed Contract Amount Name address and phone number of references for respective projects listed above: List references: I hereby certify that the information submitted herewith, including any attachment, is true to the best of my knowledge and belief. Page 9 of 19

10 Business Name: Owner/Representative: Signature: Title: Date: City of North Augusta Municipal Solid Waste Recyclables Recovery Project Contractor to Supply, Design & Build Materials Recovery & Process Equipment Outline of Specifications Item # 1 Magnetic Conveyor Roller (a) Magnet Separation Pulley shall replace the current tail pulley and the new magnetic roller must be 14 in diameter. (b) The Magnetic Separation Pulley shall have a 51 face width and a shaft size of 2 7/16. (c) (d) The Pulley shall be affixed with two new Dodge bearings. The Magnetic Separation Pulley shall be Supper Strength with a minimal depth of pull of 4. Item # 2 Conveyor Systems Rehab (a) (b) (c) The existing conveyor tail section shall be cut-out and a newly engineered stainless steel section constructed in its place to accept the Magnetic Separation Pulley. The conveyor tail section shall be rebuilt out of stainless steel as to not interfere with the collection of metal picked up from the Magnetic Separation Pulley. A new rubber conveyor belt shall be installed by the contractor from which the City of North Augusta will supply the belting material. Page 10 of 19

11 (d) (e) Conveyor Systems access platform shall be equipped with and include all necessary slip proof platforms, steps, stairs, rails, safety barriers or any other apparatuses necessary to access rollers and other related components for cleaning, repairing or maintenance purposes. The reworked tail section shall be equipped with side rails to prevent spilling of solid waste materials from the conveyor belt. (f) (g) It shall be the Contractors responsibility to determine all Conveyor System parameters and engineering necessary to incorporate the new system into the existing conveyor system. The Contractor shall be responsible for all electrical, communication or any other service connections required providing a fully functioning automated type process equipment system. Item # 3 Access Platform (a) (b) (c) (d) (e) (f) The access platform shall be built as to adhere to all local, State and Federal rules and Regulations. The access platform shall have an access ladder, as to allow ease of access to the top of the platform and an appropriate ladder cage shall be affixed as per all local, State and Federal rules and Regulation. The access platform shall have at least one Emergency Stop, affixed to the top of the platform and shall be tied into the existing equipment; as to allow upon the button when pushed the three series of belt(s) will simultaneous de-energize. The access platform shall have an open grate floor, as to minimize the buildup of material on the floor. The Contractor shall be responsible for all electrical, communication or any other service connections required providing for a fully functioning equipment system. The Contractor shall include in the request for bid proposals copies of photos and specifications of the system proposed for installation. Page 11 of 19

12 Item # 4 Discharge Chute (a) The discharge chute shall be built in a manner to allow the metal and any alien materials to slide easily down into a 20 yard open top trailer for storage. The chute shall be built from materials as to not allow sticking of organics to the surface(s) as too cause buildup of material. (b) The chute shall be easily accessible for cleaning and maintenance purposes via the new platform as defined in item #3. (c) The chute shall have side(s) constructed as to not allow metal and fines to fall and/or buildup on the compactor structure and/or ground. All material must discharge into the trailer for storage. (d) The chute shall discharge material(s) at the mid-point of the trailer from both front to back and side to side of the trailers dump body; as to allow for optimal collection and minimal spillage. Item # 5 General Requirement of Contractor (a) The Contractor shall be responsible for all electrical connections from existing service panels to material recovery equipment as specified. This shall include but not limited to the installation of conduits, relocation of existing conduits, and replacement of existing conduits, permanent removal of conduits all of which may or may not contain electrical service power cables. (b) The exterior of Municipal Solid Waste Recyclables Recovery process equipment shall be painted Safety Blue to match existing equipment. (c) The Contractor shall assure that existing process operations are not placed out of service for more than 2-days at any given time unless authorized in advance by City staff. (d) The Contractor shall provide all necessary equipment maintenance, repair, technical and safety training to City staff on how to safely and efficiently operate recycling process equipment. The Contractor shall provide initial onsite training to assure City staff is trained and all equipment is functioning to meet design criteria per the manufacturer operating standards. Page 12 of 19

13 The Contractor shall upon request within a 30-day period of acceptance of Contractors installed equipment return as necessary to the City s Materials Recovery Facility at any time to provide technical operating support services for City staff and/or make any necessary adjustments to contractor installed equipment as deemed necessary; at the Contractors expense. (e) The Contractor shall list all recommended spare parts for the owner to keep in stock for emergency repairs. All parts must be listed and priced on a per unit basis. (f) The Contractor shall supply the Owner a list of contacts for emergency equipment repairs during normal and after business hour operations. The list shall also contain phone numbers for technical support and ordering repair/maintenance parts. (g) The Contractor shall provide to the owner all written manuals for equipment parts, safety, startup and shutdown procedures for all Contractors supplied and installed equipment. A Parts catalog shall list all individual parts and shall include drawing schematic identifying parts by name and item number. (h) The Contractor shall be responsible for modification and reinstallation of existing equipment and/or building components during the installation of material recovery equipment. Any and all modifications made shall be reinstalled or reconstructed and all work shall be performed in a professional manner. (i) The Contractor shall not perform any additional billable work beyond the agreed contract amount without prior written approval by the Owner. (j) The Contractor shall supply to the Owner a fully functional Municipal Solid Waste Pulley Magnet System as defined in the Contractor to Supply, Design & Build section. The Contractor shall assure all equipment and components are properly interconnected to and synchronized with existing operations to provide for a safe, efficient and productive recyclables recovery processing facility. (k) The Contactor shall provide warranty information for all equipment that includes but is not limited to equipment manufacturer, model number and serial number. (l) The Contractor shall at no time install any equipment that requires special order parts, outdated equipment, surplus equipment, modified equipment outside the Page 13 of 19

14 manufacturer s specifications or equipment that parts are not available for maintenance or repairs that will take longer than 5 business days to deliver to the Owners facility. City of North Augusta Municipal Solid Waste Compactor Item # 1 Compactor (a) All worn/defective material must be removed and structure prepped for new floor to be installed. (b) New floor installed as per manufacture specification. (c) All rust areas in the compactor chamber must be removed and painted.. (m) All guide rails shall be removed and the structure prepped for new guide rails. (n) New guide rails installed as per manufacture specification. Item # 3 Hydraulic Cylinders Repacked (g) (h) (i) All hydraulic cylinders shall be removed repacked and inspected for and defects as per manufacture specification. The hydraulic lines and fittings shall be inspected for ware. If a fault is found the item shall be replaced as per manufacture specification. All hydraulic cylinders shall be reinstalled and properly plumped to the compactor drive unit as per manufacture specification. Item # 4 Hydraulic Pressure Switche (a) The compactor pressure switches shall be replaced with manufacture recommended Page 14 of 19

15 pressure switch(s). Item # 5 Digital Pressure Readout Gauge (a) Install an additional digital pressure gauge. The digital readout gauge will need to be hardwired in and properly plumbed up to a second story platform by the compactor control box. Item # 6 Electrical boxes and Switches (a) Replace compactor control to include new wiring and switches. (b) The digital readout gauge will need to be hardwired in and properly plumbed up to a second story platform by the compactor control box. Item # 7 Compactor Ram Refurbished (a) The compactors ram needs to be refurbished and done so within tolerances of the manufacturer Accurate. Item # 8 Compactor Power Unit Refurbishment (a) The electric motor needs to be evaluated and deem if there is need for replacement and if so replacement must be done. (b) The hydraulic pump needs to be evaluated and deem if there is need for replacement if so replacement must be done. (c) ALL hydraulic lines from the hydraulic tank to the two hydraulic cylinders need to be replaced per manufactures specifications. (d) The main control box (including all internal components) need to be evaluated and deem if there is need for replacement and if so replacement must be done. (e) All filters must be replaced and the hydraulic fluid changed per manufactures specifications. (f) The cooling system (including fan and motor) need to be evaluated and deem if there is need for replacement and if so replacement must be done. Item # 9 General Requirement of Contractor Page 15 of 19

16 (a) The Contractor shall be responsible for all electrical connections from existing service panels to material recovery equipment as specified. This shall include but not limited to the installation of conduits, relocation of existing conduits, and replacement of existing conduits, permanent removal of conduits all of which may or may not contain electrical service power cables. (b) The exterior of Municipal Solid Waste Recyclables Recovery process equipment shall be painted Safety Blue to match existing equipment. (c) The Contractor shall assure that existing process operations are not placed out of service for more than 2-days at any given time unless authorized in advance by City staff. (d) The Contractor shall provide all necessary equipment maintenance, repair, technical and safety training to City staff on how to safely and efficiently operate recycling process equipment. The Contractor shall provide initial onsite training for at least one hour, to assure City staff is trained and all equipment is functioning to meet design criteria per the manufacturer operating standards. The Contractor shall upon request within a 30-day period of acceptance of Contractors installed equipment return as necessary to the City s Materials Recovery Facility at any time to provide technical operating support services for City staff and/or make any necessary adjustments to contractor installed equipment as deemed necessary; at the Contractors expense. (o) The owner shall list all recommended spare parts for the owner to keep in stock for emergency repairs. All parts must be listed and priced on a per unit basis. (p) The Contractor shall supply the Owner a list of contacts for emergency equipment repairs during normal and after business hour operations. The list shall also contain phone numbers for technical support and ordering repair/maintenance parts. (q) The Contractor shall provide to the owner all written manuals for equipment parts, safety, startup and shutdown procedures for all Contractors supplied and installed equipment. A Parts catalog shall list all individual parts and shall include drawing schematic identifying parts by name and item number. (r) The Contractor shall be responsible for modification and reinstallation of existing Page 16 of 19

17 equipment and/or building components during the installation of material recovery equipment. Any and all modifications made shall be reinstalled or reconstructed and all work shall be performed in a professional manner. (s) The Contractor shall not perform any additional billable work beyond the agreed contract amount without prior written approval by the Owner. (t) The Contractor shall supply to the Owner a fully functional Municipal Solid Waste Pulley Magnet System as defined in the Contractor to Supply, Design & Build section. The Contractor shall assure all equipment and components are properly interconnected to and synchronized with existing operations to provide for a safe, efficient and productive recyclables recovery processing facility. (u) The Contactor shall provide warranty information for all equipment that includes but is not limited to equipment manufacturer, model number and serial number. (v) The Contractor shall at no time install any equipment that requires special order parts, outdated equipment, surplus equipment, modified equipment outside the manufacturer s specifications or equipment that parts are not available for maintenance or repairs that will take longer than 5 business days to deliver to the Owners facility. Page 17 of 19

18 City of North Augusta Compactor & Pulley Magnet Sealed Bid Proposal Business Name: Business Address: Owner Name: Office Number: Description Total Price Solid Waste Compactor Refurbishment Pulley Magnet Installation Projects Total $ Page 18 of 19

19 City of North Augusta Compactor & Pulley Magnet Sealed Bid Proposal Materials Recovery & Process Equipment Outline of Specifications Having examined the documentation provided with the subject invitation for bids the undersigned proposes to furnish all materials and work items requested in accordance with the subject documents. The Bidder proposes and agrees, if the bid is accepted, to enter into a contractual agreement with the Owner to perform and furnish all Work as specified or indicated in the Request for Proposals (RFP) for the bid price and within the contract times stated in accordance with all other terms and conditions of the RFP. The bidder further agrees to maintain pricing for a minimum of 60 days from the date of the bid opening with the understanding that the extension of this date can be negotiated between the Contractor and Owner. Owner/Representative: Signature: Title: Date: Page 19 of 19

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

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

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

More information

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: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

NOTICE TO BIDDERS MARKETPLACE DESIGN/BUILD PLAY STRUCTURE

NOTICE TO BIDDERS MARKETPLACE DESIGN/BUILD PLAY STRUCTURE NOTICE TO BIDDERS Sealed bids will be received by the City of Escanaba in the Council Chambers Room C101 of the Escanaba City Hall/Library Complex at 2:00 p.m., e.s.t., on March 14, 2017. MARKETPLACE DESIGN/BUILD

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

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

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

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

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

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

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

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

CITY OF HOPKINSVILLE

CITY OF HOPKINSVILLE CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241 TITLE: HOPKINSVILLE CHRISTIAN COUNTY EMERGENCY COMMUNICATIONS CENTER (ECC)

More 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

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

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

More information

Design, Fabrication, Supply, Installation & Commissioning of Scissor Lift for ITMT Building at. CREST, Hosakote. Indian Institute of Astrophysics

Design, Fabrication, Supply, Installation & Commissioning of Scissor Lift for ITMT Building at. CREST, Hosakote. Indian Institute of Astrophysics Design, Fabrication, Supply, Installation & Commissioning of Scissor Lift for ITMT Building at CREST, Hosakote Indian Institute of Astrophysics Bangalore October 2017 1. Introduction The required scissor

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

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 Objective: Pleasant Hill Recreation & Park District (District) is seeking competitive sealed bids for the supply and delivery of

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

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

More information

City 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

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

Professional Practice 544

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

More information

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

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

More information

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

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

More information

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

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

More information

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...

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

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

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

More information

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

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

More information

INVITATION FOR BID Medical Supplies 2016

INVITATION FOR BID Medical Supplies 2016 INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR

More information

REQUEST FOR PROPOSAL FOR UTILITY TRUCK BOX. Instructions

REQUEST FOR PROPOSAL FOR UTILITY TRUCK BOX. Instructions REQUEST FOR PROPOSAL FOR UTILITY TRUCK BOX 1. Requesting Entity. Instructions This Request For Proposal (this RFP ) is made by the Village of Rantoul, Champaign County, Illinois, having its principal office

More information

Request for Bids Capital Region Airport Authority

Request for Bids Capital Region Airport Authority Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

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

SECTION 50 CONTROL OF WORK

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

More information

REQUEST FOR PROPOSALS

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

More information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for the repair of the concrete tipping floor at the Material Recycling Center (MRF)

More information

PUBLIC CONTRACT CODE SECTION

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

More information

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

INTEGRA DATA CENTER POLICIES AND PROCEDURES

INTEGRA DATA CENTER POLICIES AND PROCEDURES INTEGRA DATA CENTER POLICIES AND PROCEDURES Integra Telecom, Inc. has adopted the following Policies and Procedures related to our Data Products and Services and use of our Data Centers. The Policies and

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

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

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More 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

Albany Unified School District Contractor Prequalification

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

More information

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

TOWN OF CHAPIN, S.C. Utilities Department

TOWN OF CHAPIN, S.C. Utilities Department REQUEST FOR PROPOSALS (RFP) For: Proposed Storage Shed Shady Acres Drive RFP # U18-104 October 8, 2018 TOWN OF CHAPIN, S.C. Utilities Department RFP # U18-104 Issued: October 8, 2018 Request for Proposals

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

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

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

More information

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

EJCDC Contract Documents for America s Infrastructure Buy online at the ACEC Business Resource Center

EJCDC Contract Documents for America s Infrastructure Buy online at the ACEC Business Resource Center EJCDC Contract Documents for America s Infrastructure Buy online at the ACEC Business Resource Center N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

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

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

More information

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

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 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 Cosumnes River College

More information

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

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

More information

Bowman Outside Plant Splicing Project

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

More information

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

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

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

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

More information

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

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

Invitation for Bid - Standard Office Furniture / Task Chair

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

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

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

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

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

More information

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT 228 Windham Center Road, Windham, ME 04062 Telephone (207) 892-1800 FAX (207) 892-1805 INSTRUCTIONS, SPECIFICATIONS, AND

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

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More 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

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

Town of Skowhegan BOAT

Town of Skowhegan BOAT Town of Skowhegan INVITATION TO BID BOAT Boat, Motor and Trailer for Skowhegan Fire Department BID DUE DATE: 10 a.m. March 24 th, 2014 Contacts: Greg Dore, Interim Town Manager 207-474-6907 Shawn Howard,

More information

CONSTRUCTION DOCUMENTS Part 1

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

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More 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

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Inventory Management

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

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

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

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

Gadsden City Schools

Gadsden City Schools Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

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

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Bid No. B17/9963 April 11, 2017 NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Sealed Bids will be received until 3:00 P.M. (Tucson Time), May 4, 2017, by Pima County Community

More information

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

ADDENDUM NO. 2 Page 1 of 13

ADDENDUM NO. 2 Page 1 of 13 ADDENDUM NO. 2 Page of 3 TO THE CAMPUS WIDE ENERGY MANAGEMENT METERING SYSTEM BID (PROJECT # SBCMP0000027800) FOR THE CAMPUS OF CALIFORNIA STATE UNIVERSITY, SAN BERNARDINO. Prepared by: Procurement and

More information

Fill material and Top Soil

Fill material and Top Soil CITY OF CONWAY SOUTH CAROLINA BID PACKAGE: 7-2018 Fill Material and Top Soil Fill material and Top Soil BID OPENING: 2:00 PM at Conway Public Works Complex 2940 Jerry Barnhill Blvd Conway SC Thursday,

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

REQUEST FOR QUALIFICATIONS

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

More information

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