Erwin Montessori School

Size: px
Start display at page:

Download "Erwin Montessori School"

Transcription

1 2017 Gymnasium Floor Repairs Erwin Montessori School Guilford County Schools 1312 Bessemer Avenue Greensboro, NC Commission # December 01, 2017 Ricky L. Loman, AIA Phone (336) Architect 603 Summit Avenue, Suite 102 Fax (336) G r e ensboro, N.C rloman@bellsouth.net Set Number:

2 T A B L E O F C O N T E N T S INDEX NUMBER OF PAGES DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS INTRODUCTORY INFORMATION COVER SHEET AND TABLE OF CONTENTS DRAWINGS ACCOMPANYING THESE SPECIFICATIONS 1 PROCUREMENT REQUIREMENTS NOTICE TO BIDDERS AIA Document A701 INSTRUCTION TO BIDDERS INSTRUCTIONS TO BIDDERS (Project Specific) GUILFORD COUNTY SCHOOLS TRADITIONAL ACADEMIC CALENDAR ( ) BID FORM GCS MWBE PROCEDURES AFFIDAVIT A AFFIDAVIT B (Intent to Perform Contract with Own Workforce) APPENDIX E (MWBE Documentation for Contract Payments) IDENTIFICATION OF MWBE PARTICIPATION AFFIDAVIT OF E-VERIFICATION IRAN DIVESTMENT ACT CERTIFICATION 1 CONTRACTING REQUIREMENTS HUB PARTICIPATION REPORT PAY APPLICATION COVER SHEET COUNTY SALES AND USE TAX REPORT CERTIFICATE OF COMPLIANCE CONTRACTORS GENERAL WARRANTY GCS SEALANT WORK GUARANTEE CERTIFICATE OF NON USE OF ASBESTOS-CONTAINING PRODUCTS GENERAL CONDITIONS SUPPLEMENTARY GENERAL CONDITIONS 1 DIVISION 01 GENERAL REQUIREMENTS SUMMARY OF WORK WORK RESTRICTIONS ALTERNATES PAYMENT PROCEDURES SUBMITTALS SPECIAL PROJECT PROCEDURES GCS BOARD POLICY CONSTRUCTION FACILITIES PRODUCT REQUIREMENTS CLOSEOUT PROCEDURES CLOSEOUT REQUIREMENTS WARRANTIES 5 DIVISION 02 EXISTING CONDITIONS DEMOLITION 3 DIVISION 03 CONCRETE THIS DIVISION NOT USED

3 T A B L E O F C O N T E N T S INDEX NUMBER OF PAGES DIVISION 04 MASONRY MASONRY ANCHORAGE AND REINFORCING UNIT MASONRY 4 DIVISION 05 METALS THIS DIVISION NOT USED DIVISION 06 CARPENTRY ROUGH CARPENTRY 4 DIVISION 07 MOISTURE PROTECTION THIS DIVISION NOT USED DIVISION 08 DOORS, WINDOWS, GLASS ACCESS DOORS AND PANELS 3 DIVISION 09 FINISHES WOOD GYMNASIUM FLOORING PAINTING 2 DIVISION 10 SPECIALTIES THIS DIVISION NOT USED DIVISION 11 EQUIPMENT THIS DIVISION NOT USED DIVISION 12 FURNISHINGS THIS DIVISION NOT USED DIVISION 13 SPECIAL CONSTRUCTION THIS DIVISION NOT USED DIVISION 14 CONVEYING SYSTEMS THIS DIVISION NOT USED DIVISIONS THESE DIVISIONS NOT USED

4 T A B L E O F C O N T E N T S INDEX NUMBER OF PAGES DIVISION 22 PLUMBING THIS DIVISION NOT USED DIVISION 23 HEATING, VENTILATING & AIR-CONDITIONING THIS DIVISION NOT USED DIVISION THESE DIVISIONS NOT USED DIVISION 26 ELECTRICAL THIS DIVISION NOT USED DIVISION 27 THIS DIVISION NOT USED DIVISION 28 ELECTRONIC SAFETY AND SECURITY THIS DIVISION NOT USED DIVISION THESE DIVISIONS NOT USED DIVISION 31 EARTHWORK THIS DIVISION NOT USED DIVISIONS 32 EXTERIOR IMPROVEMENTS THIS DIVISION NOT USED DIVISION 33 UTILITIES THIS DIVISION NOT USED DIVISIONS THESE DIVISIONS NOT USED

5 Project No DIVISION 00. PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION DRAWINGS ACCOMPANYING THESE SPECIFICATIONS General Construction Sheet: A1 Title: FLOOR PLAN, FRAMING PLAN & DETAILS End of Section

6 Project No NOTICE TO BIDDERS 2017 Gymnasium Flooring Repairs Erwin Montessori School 3012 Bessemer Avenue Greensboro, NC Sealed proposals will be received by the Guilford County School System until 2:00 PM local time, Thursday, December 21, 2017 at 501 W. Washington Street, Greensboro, NC 27401, Room 215D; ATTN: Velicia Moore, Purchasing Officer. Questions regarding the project must be submitted by 12:00 PM on December 15, 2017 to Ricky L. Loman, AIA Architect, 603 Summit Avenue, Suite 102, Greensboro, NC 27405, or at Responses will be posted on the GCS website no later than Monday, December 18, Vendors are to furnish all materials and labor to repair the floor framing and finished wood flooring at designated areas in the gymnasium. Plans, specifications, and contract documents will be available at a mandatory pre-bid conference to be held at 10:00 AM local time, Tuesday, December 12, 2017 at Erwin Montessori School, 3012 Bessemer Avenue, Greensboro, NC Attendees should assemble at the entrance to the gymnasium building. Attendance at this conference is required for all potential bidders to examine the existing conditions and to discuss particular details of the project. Bids will not be accepted from contractors that were not represented at this meeting by an employee on their payroll staff. Bidders must be properly licensed for the work in accordance with Section 87 of the North Carolina General Statutes. General Contractors must have a general license classification for at least LIMITED BUILDING in accordance with the Rules & Regulations of the North Carolina Licensing Board for General Contractors. Plans, specifications, and contract documents will be available for inspection during normal business hours until bids are opened, at the following locations: office of Ricky L. Loman, AIA Architect, 603 Summit Avenue, Suite 102, Greensboro, NC 27405; North Carolina A&T State University Plan Room, Greensboro, NC; Associated General Contractors, Raleigh, NC; Minority Contractors Resource Center, Charlotte, NC; The Planwell at LSGNC.com (Large & Small Graphics, Raleigh); Reed Construction Data, Norcross, GA; Hispanic Contractors Association of the Carolinas, Winston-Salem, NC. A $ deposit is required to obtain a hard copy of the plans and specifications. The full deposit is refundable to contractors submitting a Bona Fide bid and returning the plans and specifications in satisfactory condition within 10 days of the bid date. Plan Deposits should be made payable to Guilford County Schools and delivered to the office of: Ricky L. Loman, AIA Architect, 603 Summit Avenue, Suite 102, Greensboro, NC 27405, Telephone (336) , address: rloman@bellsouth.net. A brief description of work in the project follows: Remove damaged flooring and floor joists where shown on the drawings, install new masonry piers, wood joists and headers, masonry anchors, plywood subfloor, wood gymnasium flooring, heavy duty ventilated rubber base, and floor finishing. The existing crawl space vents will also be replaced with automatic units, and a steel crawl space access door will be installed as a part of the work. E-Verify Requirements: This project requires the awarded vendor to comply with the requirements of E-Verify. (U.S. law requiring companies to employ only individuals who may legally work in the United States either U.S. citizens, or foreign citizens who have the necessary authorization.)

7 Project No Minority businesses are encouraged to submit bids for this project. The appropriate forms from the section entitled Participation by Women and Minority Owned Businesses must be submitted with each bid to show good faith efforts to obtain Minority and Women Owned Business Enterprise participation. The Guilford County Board of Education awards public contracts without regard to race, religion, color, creed, national origin, sex, age or handicapped condition as defined by North Carolina General Statutes, Section 168A-3. The Guilford County Schools Board of Education reserves the right to reject any or all bids presented and to waive any informalities and irregularities. Guilford County Schools Donald Reid Purchasing Officer

8 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) «GCS BASE CONTRACTS» THE OWNER: (Name, legal status and address) «Guilford County Board of Education» «Facilities and Construction» «617 W. Market St., Greensboro, NC 27401» THE ARCHITECT: (Name, legal status and address) TABLE OF ARTICLES 1 DEFINITIONS 2 BIDDER'S REPRESENTATIONS 3 BIDDING DOCUMENTS 4 BIDDING PROCEDURES 5 CONSIDERATION OF BIDS 6 POST-BID INFORMATION 7 PERFORMANCE BOND AND PAYMENT BOND 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Formatted: Highlight Formatted: Highlight ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:54:53 on 09/26/2011 under Order No _1 which expires on 12/20/2011, and is not for resale. User Notes: ( ) 1

9 ARTICLE 1 DEFINITIONS 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding Requirements consist of the Advertisement or Invitation to Bid, Instructions to Bidders, Supplementary Instructions to Bidders, the bid form, and other sample bidding and contract forms. The proposed Contract Documents consist of the form of Agreement between the Owner and Contractor, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications and all Addenda issued prior to execution of the Contract. 1.2 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are applicable to the Bidding Documents. 1.3 Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. 1.4 A Bid is a complete and properly executed proposal to do the Work for the sums stipulated therein, submitted in accordance with the Bidding Documents. 1.5 The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents as the base, to which Work may be added or from which Work may be deleted for sums stated in Alternate Bids. 1.6 An Alternate Bid (or Alternate) is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted. 1.7 A Unit Price is an amount stated in the Bid as a price per unit of measurement for materials, equipment or services or a portion of the Work as described in the Bidding Documents. 1.8 A Bidder is a person or entity who submits a Bid and who meets the requirements set forth in the Bidding Documents. 1.9 A Sub-bidder is a person or entity who submits a bid to a Bidder for materials, equipment or labor for a portion of the Work. ARTICLE 2 BIDDER'S REPRESENTATIONS 2.1 The Bidder by making a Bid represents that: The Bidder has read and understands the Bidding Documents or Contract Documents, to the extent that such documentation relates to the Work for which the Bid is submitted, and for other portions of the Project, if any, being bid concurrently or presently under construction The Bid is made in compliance with the Bidding Documents The Bidder has visited the site, become familiar with local conditions under which the Work is to be performed and has correlated the Bidder's personal observations with the requirements of the proposed Contract Documents The Bid is based upon the materials, equipment and systems required by the Bidding Documents without exception. ARTICLE 3 BIDDING DOCUMENTS 3.1 COPIES Bidders may obtain complete sets of the Bidding Documents from the issuing office designated in the Advertisement or Invitation to Bid in the number and for the deposit sum, if any, stated therein. The deposit will be refunded to Bidders who submit a bona fide Bid and return the Bidding Documents in good condition within ten days after receipt of Bids. The cost of replacement of missing or damaged documents will be deducted from the deposit. A Bidder receiving a Contract award may retain the Bidding Documents and the Bidder's deposit will be refunded. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:54:53 on 09/26/2011 under Order No _1 which expires on 12/20/2011, and is not for resale. User Notes: ( ) 2

10 3.1.2 Bidding Documents will not be issued directly to Sub-bidders unless specifically offered in the Advertisement or Invitation to Bid, or in supplementary instructions to bidders Bidders shall use complete sets of Bidding Documents in preparing Bids; neither the Owner nor Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents The Owner and Architect may make copies of the Bidding Documents available on the above terms for the purpose of obtaining Bids on the Work. No license or grant of use is conferred by issuance of copies of the Bidding Documents. 3.2 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS The Bidder shall carefully study and compare the Bidding Documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the Work for which the Bid is submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered Bidders and Sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the Architect at least seven days prior to the date for receipt of Bids Interpretations, corrections and changes of the Bidding Documents will be made by Addendum. Interpretations, corrections and changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon them. 3.3 SUBSTITUTIONS The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution No substitution will be considered prior to receipt of Bids unless written request for approval has been received by the Architect at least ten days prior to the date for receipt of Bids. Such requests shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. A statement setting forth changes in other materials, equipment or other portions of the Work, including changes in the work of other contracts that incorporation of the proposed substitution would require, shall be included. The burden of proof of the merit of the proposed substitution is upon the proposer. The Architect's decision of approval or disapproval of a proposed substitution shall be final If the Architect approves a proposed substitution prior to receipt of Bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner No substitutions will be considered after the Contract award unless specifically provided for in the Contract Documents. 3.4 ADDENDA Addenda will be transmitted to all who are known by the issuing office to have received a complete set of Bidding Documents Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose Addenda will be issued no later than four days prior to the date for receipt of Bids except an Addendum withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued, and the Bidder shall acknowledge their receipt in the Bid. ARTICLE 4 BIDDING PROCEDURES AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:54:53 on 09/26/2011 under Order No _1 which expires on 12/20/2011, and is not for resale. User Notes: ( ) 3

11 4.1 PREPARATION OF BIDS Bids shall be submitted on the forms included with the Bidding Documents All blanks on the bid form shall be legibly executed in a non-erasable medium Sums shall be expressed in both words and figures. In case of discrepancy, the amount written in words shall govern Interlineations, alterations and erasures must be initialed by the signer of the Bid All requested Alternates shall be bid. If no change in the Base Bid is required, enter "No Change." The Bidder shall make no additional stipulations on the bid form nor qualify the Bid in any other manner Each copy of the Bid shall state the legal name of the Bidder and the nature of legal form of the Bidder. The Bidder shall provide evidence of legal authority to perform within the jurisdiction of the Work. Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract. A Bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the Bidder. 4.2 BID SECURITY Each Bid shall be accompanied by a bid security in the form and amount required if so stipulated in the Instructions to Bidders. The Bidder pledges to enter into a Contract with the Owner on the terms stated in the Bid and will, if required, furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. The amount of the bid security shall not be forfeited to the Owner in the event the Owner fails to comply with Section If a surety bond is required, it shall be written on the form provided in the Bidding Documents, and the attorneyin-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of the power of attorney The Owner will have the right to retain the bid security of Bidders to whom an award is being considered until either (a) the Contract has been executed and bonds, if required, have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn or (c) all Bids have been rejected. 4.3 SUBMISSION OF BIDS All copies of the Bid, the bid security, if any, and any other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to the party receiving the Bids and shall be identified with the Project name, the Bidder's name and address and, if applicable, the designated portion of the Work for which the Bid is submitted. If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids Oral, telephonic, telegraphic, facsimile or other electronically transmitted bids will not be considered. 4.4 MODIFICATION OR WITHDRAWAL OF BID A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:54:53 on 09/26/2011 under Order No _1 which expires on 12/20/2011, and is not for resale. User Notes: ( ) 4

12 4.4.2 Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. Written confirmation over the signature of the Bidder shall be received, and date- and timestamped by the receiving party on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders Bid security, if required, shall be in an amount sufficient for the Bid as resubmitted. ARTICLE 5 CONSIDERATION OF BIDS 5.1 OPENING OF BIDS At the discretion of the Owner, if stipulated in the Advertisement or Invitation to Bid, the properly identified Bids received on time will be publicly opened and will be read aloud. An abstract of the Bids may be made available to Bidders. 5.2 REJECTION OF BIDS The Owner shall have the right to reject any or all Bids for any reason determined by the Owner to be in the best interest of the Owner. A Bid not accompanied by a required bid security or by other data required by the Bidding Documents, or a Bid which is in any way incomplete, irregular or otherwise non-responsive shall be rejected. 5.3 ACCEPTANCE OF BID (AWARD) It is the intent of the Owner to award a Contract to the lowest qualified Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The Owner shall have the right to waive informalities and irregularities in a Bid received and to accept the Bid which, in the Owner's judgment, is in the Owner's own best interests The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of the sum of the Base Bid and Alternates accepted. ARTICLE 6 POST-BID INFORMATION 6.1 CONTRACTOR'S QUALIFICATION STATEMENT Bidders to whom award of a Contract is under consideration shall submit to the Architect, upon request, a properly executed AIA Document A305, Contractor's Qualification Statement, unless such a Statement has been previously required and submitted as a prerequisite to the issuance of Bidding Documents. 6.2 [Intentionally Omitted] 6.3 SUBMITTALS The Bidder shall, as soon as practicable or as stipulated in the Bidding Documents, after notification of selection for the award of a Contract, furnish to the Owner through the Architect in writing:.1 a designation of the Work to be performed with the Bidder's own forces;.2 names of the manufacturers, products, and the suppliers of principal items or systems of materials and equipment proposed for the Work; and.3 names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for the principal portions of the Work..4 copies of any and all quotes or bids received by the Bidder from prospective subcontractors or suppliers for any portion of the Work The Bidder will be required to establish to the satisfaction of the Architect and Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:54:53 on 09/26/2011 under Order No _1 which expires on 12/20/2011, and is not for resale. User Notes: ( ) 5

13 6.3.3 Prior to the execution of the Contract, the Architect will notify the Bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to a person or entity proposed by the Bidder. If the Owner or Architect has reasonable objection to a proposed person or entity, the Bidder may, at the Bidder's option, (1) withdraw the Bid or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid or Alternate Bid to cover the difference in cost occasioned by such substitution. The Owner may accept the adjusted bid price or disqualify the Bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited Persons and entities proposed by the Bidder and to whom the Owner and Architect have made no reasonable objection must be used on the Work for which they were proposed and shall not be changed except with the written consent of the Owner and Architect. ARTICLE 7 PERFORMANCE BOND AND PAYMENT BOND 7.1 BOND REQUIREMENTS If stipulated in the Bidding Documents, the Bidder shall furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder. Bonds may be secured through the Bidder's usual sources If the furnishing of such bonds is stipulated in the Bidding Documents, the cost shall be included in the Bid. If the furnishing of such bonds is required after receipt of bids and before execution of the Contract, the cost of such bonds shall be added to the Bid in determining the Contract Sum If the Owner requires that bonds be secured from other than the Bidder's usual sources, changes in cost will be adjusted as provided in the Contract Documents. 7.2 TIME OF DELIVERY AND FORM OF BONDS The Bidder shall deliver the required bonds to the Owner not later than three days following the date of execution of the Contractwithin 10 days after Notice of Award. If the Work is to be commenced prior thereto in response to a letter of intent, the Bidder shall, prior to commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered in accordance with this Section Unless otherwise provided, the bonds shall be written on AIA Document A312, Performance Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum, on the forms provided The bonds shall be dated on or after the date of the Contract The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. ARTICLE 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR Unless otherwise required in the Bidding Documents, the The Agreement for the Work will be written on AIA Document A101, Standard Form of Agreement Between Owner and Contractor Where the Basis of Payment Is a Stipulated Sumthe form provided in the Bidding Documents. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:54:53 on 09/26/2011 under Order No _1 which expires on 12/20/2011, and is not for resale. User Notes: ( ) 6

14 Project No DIVISION 00. PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION INSTRUCTIONS TO BIDDERS 1. FINAL TIME FOR RECEIVING PROPOSALS: 2:00 P.M. local time, on Thursday, December 21, PLACE FOR RECEIVING PROPOSALS: Guilford County Schools Purchasing Department, 501 West Washington Street, Room 215D, Greensboro, NC PLACE FOR OPENING PROPOSALS: Guilford County Schools Purchasing Department, 501 West Washington Street, Room 215D, Greensboro, NC PROPOSALS RECEIVED BEFORE TIME OF OPENING: Will remain unopened until time for receiving bids. 5. PROPOSALS RECEIVED AFTER TIME FOR OPENING: Will not be accepted. 6. OPENING OF PROPOSALS: Privately opened. Tabulations will be sent to all bidders. 7. EXAMINATION OF DRAWINGS AND DOCUMENTS: Should a bidder find discrepancies in, or omissions from, the drawings or documents, or should he be in doubt as to their meaning, he should at once notify the Architect, who will send written instructions to all bidders. Neither the Owner nor the Architect will be responsible for any oral instructions. 8. EXAMINATION OF THE SITE: Before submitting a proposal, each bidder should visit the site of the work, fully inform himself as to all existing conditions and limitations, and shall include in the proposal a sum to cover all items included in the contract. 9. PREBID MEETING: A MANDATORY prebid meeting will be held at the site of the work at 10:00 AM local time, on Tuesday, December 12, Attendees will assemble at the gymnasium after first checking in at the main office prior to the meeting. 10. QUESTIONS AND CLARIFICATIONS: Bidders will have until 12:00 PM local time, on Friday, December 15, 2017 to submit questions to the Guilford County Schools Purchasing Officer in charge of the project for clarification and inclusion in a project addendum to be issued to all bidders. 11. ADDENDA: Any addenda issued and received during the time of bidding shall be included and acknowledged in the proposal and in closing a contract, they will become a part thereof. 12. ACCEPTANCE OR REJECTION OF PROPOSALS: A. The competency and responsibility of bidders and their proposed subcontractors will be considered in making the award. The Owner does not obligate himself to accept the lowest or any other bid. B. The Owner reserves the right to hold proposals for 60 days before award or rejection, and to reject any or all bids. 13. BONDING: Since this is an informal project of limited scope, Bid Bond, Performance and Payment Bonds will not be required.

15 14. CONTRACTOR'S LICENSES - All applicable state and local licenses will be required Project No BUILDING PERMITS: The Contractor is responsible for obtaining all required permits and for having and insuring all applicable certification requirements are met prior to the start of the work. The cost of any required permits will be the responsibility of the Contractor. 16. PAYMENTS: Refer to the Section PAYMENT PROCEDURES for payment terms. 17. INSURANCE: a. Workers Compensation Insurance The Contractor will maintain during the life of his contract Workers Compensation insurance for all of his employees employed at the site of the project, and, in case any work is sub-let, the contractor shall require the sub-contractor similarly to provide Workers Compensation insurance for all the latter s employees employed at the site of the project, unless such employees are covered by the protection afforded by the contractor. b. Public Liability Insurance The Contractor will maintain public liability insurance covering his liability for bodily injury and property damage which may arise from his operations, contractual obligations, products and completed operations, as well as operations performed by independent contractors, in not less than the following amounts: 1. A combined limit (CBL) of $1,000,000 each occurrence, or 2. A $1, limit for Bodily Injury Liability, and $1,000,000 for Property Damage Liability. c. Automobile The contractor will maintain Automobile Liability Insurance, to include liability coverage, covering all owned, hired, and non-owned vehicles used in conjunction with the contract. The minimum combined single limit will be $150,000 bodily injury and property damage, $150,000 uninsured/underinsured motorist, and $1, medical payment. An occurrence form of policy will be required, and the certificate of insurance submitted by the Contractor must be personally signed by a resident licensed agent of each of the companies on that form. d. Certificate of Insurance Each contractor shall furnish the Owner a certificate of insurance showing that the required insurance coverages are carried by the Contractor. The certificate of insurance should show the Guilford County Board of Education, Greensboro, NC, as additional insured, and list the project for which coverage is applicable. All insurance carriers shall be licensed to do business in North Carolina or approved to issue insurance coverage by the Commission of Insurance of North Carolina. The Certificate of insurance shall include substantially the following provision: The insurance policies to which this certificate refers shall not be altered or canceled until after ten (10) days written notice of such cancellation or alteration has been sent by certified mail to the Guilford County Board of Education, Greensboro, North Carolina. e. The Board of Education reserves the right to reject any carrier of insurance shown in the certificate of insurance by the Contractor on the grounds of poor claim service or financial responsibility. 18. TIME FOR COMPLETION: A. The work included under this contract to be substantially complete no later than March 31, B. If the Contractor is delayed at anytime in the progress of his work by changes ordered in the work; abnormal weather conditions; or any causes beyond the Contractor's control or any other causes deemed justifiable by the Architect, then the contract time shall be reasonably extended in a written Change Order from the Architect.

16 Project No DIVISION 00. PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION INSTRUCTIONS TO BIDDERS (CONTINUED) C. The Contractor is to notify the Architect within one day of any delays caused by conditions beyond his control. A written report shall be submitted with the Contractor s application for payment each month listing all requests for contract time extensions for that month. No extensions in time will be allowed if not handled in this manner. 19. USE OF SITE: A. The Contractor will have access and control of the area of work for construction purposes during normal business hours Monday through Friday when classes are not in session, and on weekends and holidays. Access is possible at other times but must be approved by the site administrator and the Guilford County Schools Facilities Department. Owner must have use of the facility throughout the construction period. Utilities will be provided by the Owner and must be kept in operation during business hours. B. Daily work hours are normally limited to the hours between 7:00 AM and 6:00 PM, Monday through Friday, work hours other than these times should be cleared in advance with the Owner s Representative. Weekend work and extended work day hours may be permissible with written permission of the Owner. 20. MINORITY AND WOMEN OWNED BUSINESS (MWBE) PROGRAM: Guilford County Schools Board of Education promotes full and equal access to business opportunities with Guilford County Schools (GCS). Minority and women owned businesses as well as other responsible vendors shall have a fair and reasonable opportunity to participate in GCS business opportunities. Prime suppliers (i.e., those who deal directly with GCS) should support GCS MWBE Program by making an effort to engage minority and women owned businesses as subcontractors for goods and services to the extent available. GCS has a goal of 12.46% participation. The proposal should address efforts to meet the goal. 21. PREPARATION OF PROPOSALS: To be entitled to consideration, proposals must be made in accordance with the following instructions: A. Proposals shall be made upon the proposal form provided, and all blank spaces in the forms shall be filled; numbers shall be stated both in writing and in figures; the signature shall be long hand; and the completed forms shall be without interlineation, alteration, or erasure. B. Proposals shall not contain any recapitulation of the work to be done. No oral, telegraphic, or telephonic proposals or modifications will be considered. 22. PROPOSALS: Proposals to be delivered to the Owner: A. Address to Owner and deliver enclosed in a sealed opaque envelope marked as follows: "2017 Gymnasium Floor Repairs Erwin Montessori School Guilford County Schools 3012 Bessemer Avenue Greensboro, North Carolina 27405" Include North Carolina Contractor's license on envelope. End of Section

17 GUILFORD COUNTY SCHOOLS Traditional Calendar FINAL Approved 1/26/17 AUGUST 17 SEPTEMBER 17 OCTOBER 17 MON TUE WED THU FRI MON TUE WED THU FRI MON TUE WED THU FRI p X 29 X GP 44 NOVEMBER 17 MON TUE WED THU FRI DECEMBER 17 JANUARY 18 MON TUE WED THU FRI MON TUE WED THU FRI p p p I-1 24 p p GP 46 X p p p FEBRUARY 18 MARCH 18 APRIL 18 MON TUE WED THU FRI MON TUE WED THU FRI MON TUE WED THU FRI I GP 46 p MAY 18 MON TUE WED THU FRI JUNE 18 MON TUE WED THU FRI GP I-3 I-4 I-5 I-6 I-7 X X X Workday* (9) Vacation (10) p Holiday (11) First/Last Day for Students Mandated Workday (5) Early release day for students, training for staff I Will become student days if other days are missed due to inclement weather. Makeup days will be taken in the order indicated. 28 p There are 180 Student Days in the Guilford County Schools Calendar * Annual leave may be taken

18 Project No Form of Proposal 2017 Gymnasium Floor Repairs Erwin Montessori School Guilford County Schools 3012 Bessemer Avenue Greensboro, North Carolina Bidder: Date: The undersigned, as Bidder, hereby declares that the only person or persons interested in this proposal as principal or principals is / or named herein and that no other person than herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and the contract documents relative thereto, and has read all special provisions furnished prior to the opening of bids; that he has satisfied himself relative to the work to be preformed. The Bidder proposes and agrees if this proposal is accepted to contract with the Guilford County Board of Education (Owner), in the form of contract specified, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the fabrication and delivery of the project 2017 Gymnasium Floor Repairs, Erwin Montessori School, Guilford County Schools, 3012 Bessemer Avenue, Greensboro, North Carolina in full and complete accordance with the plans, specifications and contract documents, to the full and entire satisfaction of the Owner, with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and other contract documents, for the sum of: Single-prime contract: BASE BID: Dollars $ A breakdown of this proposal into material and labor costs is as follows: Labor Cost $ Material Cost $ Sales Tax for Materials $

19 Project No TIME FOR COMPLETION: The bidder further proposes and agrees hereby to commence work under this contact upon receipt of a purchase order and a written notice to proceed from the Architect, and shall substantially complete all work on or before March 31, ADDENDA: The following addenda were received and used in computing this bid: Date Initial Date Initial Addendum No. 1: Addendum No. 4: Addendum No. 2: Addendum No. 5: Addendum No. 3: Addendum No. 6: RESPECTIVELY SUBMITTED this day of, 20. (Name of firm or corporation making bid) By: Title: (Owner/Partner/President/Vice President) WITNESS: (Proprietorship/Partnership) Address: By: License No. Federal ID No. ATTEST: (Corporation) By: Title: (Corp. Secretary or Asst. Secretary Only) (CORPORATE SEAL)

20 Guilford County Board of Education Administrative Procedure Descriptor Term: PARTICIPATION BY MINORITY AND WOMEN OWNED BUSINESSES (MWBE) Descriptor Code: DK P Draft Date: March 29, 2007 Date Issued by the Superintendent: Latest Revision Date: November 28, 2011 The Guilford County Schools MWBE Office, Facilities and Purchasing Departments are committed to: Getting maximum benefits for the students from the school system s state, local and federal funds carrying out the purchasing process in the best interest of the Guilford County Schools, its students and employees and the taxpayers of Guilford County. Acting in accordance with NC General Statutes, local Board of Education policies and procedures, and recognized professional purchasing practices. Providing a climate of fair and open competition for all qualified vendors. A. For the purposes of this procedure, the following definitions shall apply: 1. Bidder/Participant Any person, firm, partnership, corporation, association, or joint venture seeking to be awarded a public contract or subcontract. 2. Contract A mutually binding legal document which defines a business relationship or any modification at the level of performance which obligates the seller to furnish supplies, equipment, materials or services, knowledge in performing construction and procurements, and obligating the buyer to pay for services. 3. Contractors Any person, firm, partnership, corporation, association, or joint venture awarded a contract purchase or service agreement at any level with GCS or has contracted with the GCS to perform construction work or repair. 4. Discrimination To distinguish, differentiate, separate, or segregate solely on the basis of age, race, religion, sex, national origin, handicap or veteran s status. 5. Disabled A person with a disability as that term is defined in N.C. Gen. Stat. 168A 3(7a). 6. Equipment Includes materials, supplies, commodities, apparatus.

21 7. Goal An objective, expressed numerically to evaluate the type and amount of public contract awards and performance of MWBE firms. 8. Good Faith Effort An activity performed by bidders to assure the participation of MWBE firms in contracts covered under this plan. 9. Joint Venture A legal merger of two or more separately owned businesses/firms for the purpose of submitting a single bid, to carry out a single business enterprise for profit, for which purpose they combine their property, capital, efforts, skills or knowledge. 10. LEA Local Education Administration unit, thusly Guilford County Schools (GCS). 11. Minority a person who is a citizen or lawful permanent resident of the United States and who is: a. African American, that is, a person having origins in any of the original racial groups in Africa; b. Hispanic, that is, a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race; c. Native American, that is, a person having origins in any of the original peoples of North America; d. Asian American, that is, persons having origin in any of the countries of the Far East, Southeast Asia, or the Indian areas. 12. Minority or Women or Disabled or Disadvantaged Business Enterprises (MWBE ) A business enterprise owned and controlled at a minimum of 51% by one or more members of a group defined as a minority or women. A business certified as an MWBE will show evidence of ownership and management interests and the daily business operations are real and continuing not created solely to meet the MWBE requirements. 13. Owned and controlled means a business, which is a: 1) sole proprietorship legitimately owned by a person who is a minority or white female; 2) a partnership or joint venture controlled by minorities and/or women, and in which at least 51% of the beneficial ownership interests legitimately are held by minorities and/or females, and in which at least 51% of the voting stock or interested 51% of the beneficial ownership interests are legitimately held by minorities and/or females. In addition, these persons must control the management and operations of the business on a day to day basis. 14. Owner The Guilford County Board of Education (BOE). 15. Subcontractor A firm under contract with the prime contractor for supplying materials or labor and materials and/or installation. The subcontractor may or may not provide materials in his subcontract. Work subcontracted in an emergency and which could not have been anticipated is excluded as a part of this program. 16. Socially and Economically Disadvantaged Individual A person who is socially and economically disadvantaged as that term is defined in 15 U.S.C Socially

22 B. GCS s Duties disadvantaged individuals are those who have been subjected to racial or ethnic prejudice or cultural bias because of their identity as a member of a group without regard to their individual qualities. Economically disadvantaged individuals are those socially disadvantaged individuals whose ability to compete in the free enterprise system has been impaired due to diminished capital and credit opportunities as compared to others in the same business area that are not socially disadvantaged. 17. Verifiable Goal a. For purposes of separate prime contract system, that the awarding authority has adopted written guidelines specifying the actions that will be taken to ensure a good faith effort in the recruitment and selection of MWBE firms for participation in contracts awarded. b. For purposes of separate prime contract system, that the awarding authority has adopted written guidelines specifying the actions that the prime Contractor must take to ensure a good faith effort in the recruitment and selection of MWBE firms for participation in the contract awarded; and c. The required actions must be documented in writing by the prime contractors to the GCS. 1. Identification/Certification of Minority, Women and Socially and Economically Disadvantaged Business Enterprises a. The school system shall affirmatively seek out and gain knowledge of minority and women owned business enterprises (hereinafter MWBE) in the construction trades. b. The school system will maintain a list of products and services provided by MWBE firms. c. Attend the scheduled prebid conference. d. At least 10 days prior to the scheduled day of bid opening, notify MWBE firms that have requested notices from the GCS for public construction or repair work and MWBE firms that have indicated to the MWBE coordinator s office an interest in the type of work being bid or the potential contracting opportunities listed in the proposal. The notification shall include the following: 1. A description of the work for which the bid is being solicited. 2. The date, time, and location where bids are to be submitted. 3. The name of the individual within the owner s organization who will be available to answer questions about the project. 4. Where bid documents may be reviewed. 5. Any special requirements that may exist.

23 e. Utilize other media, as appropriate, likely to inform potential MWBE firms of the bid being sought. f. Maintain documentation of any contacts, correspondence, or conversation with MWBE firms made in an attempt to meet the goals. g. Review jointly with the designer all requirements of G.S (c) and G.S (f) (i.e. bidders proposals for identification of the MWBE firms that will be utilized with corresponding total dollar value of the bid and affidavit listing good faith efforts, or affidavit of self performance of work, if the contractor will perform work under contract by its own workforce) prior to recommendation of award to the Guilford County Board of Education. h. Evaluate and analyze documentation to determine that a good faith effort has been achieved for MWBE utilization prior to recommendation of award to Guilford County Board of Education. i. Review prime contractor s pay applications for compliance with MWBE utilization commitments prior to payment. j. Make documentation showing evidence of implementation of GCS s responsibilities available for review by State Construction Office and HUB Office and other interested parties upon request. C. Minority Business Subcontractor Goals 1. The goals set for participation by MWBE firms as subcontractors have been set at 12.46%. GCS goal for goods and services has been set at 10%. 2. The bidder must identify on its bid all MWBE firms that will be utilized on the project with corresponding total dollar value of the bid and an affidavit listing and documenting good faith efforts (Affidavit A) or an affidavit of self performance of work (Affidavit B), if the bidder will perform work under contract by its own workforce, as required by G.S (c) and G.S (f). 3. The bidder must complete all Sections of Affidavit A and attach Affidavit A to its bid, with documentation of Good Faith Effort as required, including a description of the portion of work to be executed by MWBE firms expressed as a percentage of the total contract price, OR 4. Provide Affidavit B, which includes sufficient information for GCS to determine that the bidder does not customarily subcontract work on this type project. The above information must be provided as required. Failure to earn at least 50 points from the Good Faith Efforts list on Affidavit A shall render the bid non responsive. Achieving the participation goal of 12.46% creates a presumption that the bidder made the required Good Faith Effort. Regardless of the percentage of participation, however, ALL BIDDERS must complete and submit Affidavit A, and must further provide certain documentation as specified by Affidavit A with their bid in order to receive Good Faith Points for certain items. GCS also shall require the apparent lowest, responsible, responsive bidder to

Partial Roof Replacement Welborn Academy

Partial Roof Replacement Welborn Academy Project Manual For Partial Roof Replacement Welborn Academy 1710 McGuinn Drive High Point, North Carolina 27265 Owner Representative: David Kemp Project Manager Guilford County Schools 3920 Naco Road Greensboro,

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

FIRE ALARM BID PACKAGE FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH

FIRE ALARM BID PACKAGE FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH PROJECT MANUAL FIRE ALARM BID PACKAGE FOR: CHESTERFIELD, SC PMH No. 13045 ALLIANCE CONSULTING ENGINEERS 1201 Main Street, Suite #2020 Columbia, SC 29201-3297 PMH PIKE McFARLAND HALL ASSOCIATES, INC. ARCHITECTS

More information

Faculty Student Association

Faculty Student Association State University of New York College at Fredonia 280 Central Ave. Fredonia, New York 14063 PROJECT SPECIFICATIONS BID SET CHAINTREUIL JENSEN STARK ARCHITECTS, LLP 54 SOUTH UNION ST. ROCHESTER, NEW YORK

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

PROJECT MANUAL FOR SOUTHWEST GUILFORD HIGH SCHOOL 4364 BARROW ROAD HIGH POINT, NC 27265

PROJECT MANUAL FOR SOUTHWEST GUILFORD HIGH SCHOOL 4364 BARROW ROAD HIGH POINT, NC 27265 PROJECT MANUAL FOR SOUTHWEST GUILFORD HIGH SCHOOL 4364 BARROW ROAD HIGH POINT, NC 27265 PREPARED BY: CONSULTANT ENGINEERING SERVICE, INC. 811 W. 5 TH STREET, SUITE 101 WINSTON-SALEM, NC 27101 September

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital PROJECT MANUAL For OAK PARK HIGH SCHOOL Planetarium Upgrade from Analog to Digital OWNER: OAK PARK SCHOOLS 13900 Granzon Oak Park, MI 48237 ARCHITECT: 65 Market Street Mount Clemens, MI 48043 P. (586)

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

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

AUTOMATIC FIRE PROTECTION SYSTEM FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH

AUTOMATIC FIRE PROTECTION SYSTEM FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH PROJECT MANUAL PHASE 1 AUTOMATIC FIRE PROTECTION SYSTEM FOR: CHESTERFIELD, SC PMH No. 13045 ALLIANCE CONSULTING ENGINEERS 1201 Main Street, Suite #2020 Columbia, SC 29201-3297 PMH PIKE McFARLAND HALL ASSOCIATES,

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

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

LIVINGSTON ELEMENTARY SCHOOL PARTIAL ROOF REPLACEMENT

LIVINGSTON ELEMENTARY SCHOOL PARTIAL ROOF REPLACEMENT GENERAL CONTRACT FOR: LIVINGSTON ELEMENTARY SCHOOL PARTIAL ROOF REPLACEMENT March 14 2016 BCWH Project No. 2016.03 Spotsylvania County School Board Spotsylvania County, Virginia PROJECT MANUAL BCWH 1840

More information

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER Mechanical Systems Installation Bid #2014-10 10435 Downsville Pike Hagerstown, Maryland Washington County Public Schools PROJECT MANUAL August 26,

More information

MONTLIEU ELEMENTARY SCHOOL 1105 Montlieu Avenue HIGH POINT, NORTH CAROLINA 27262

MONTLIEU ELEMENTARY SCHOOL 1105 Montlieu Avenue HIGH POINT, NORTH CAROLINA 27262 INVITATION FOR BIDS AND SPECIFICATIONS FOR PARKING LOT PAVING, CURB, AND CONCRETE SIDEWALK IMPROVEMENTS AT MONTLIEU ELEMENTARY SCHOOL 1105 Montlieu Avenue HIGH POINT, NORTH CAROLINA 27262 OWNER AND DEVELOPER

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

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

New Exterior Doors & Frames. Page High School. Guilford County Schools. 201 Alma Pinnix Drive. Greensboro, NC Commission # March 04, 2015

New Exterior Doors & Frames. Page High School. Guilford County Schools. 201 Alma Pinnix Drive. Greensboro, NC Commission # March 04, 2015 New Exterior Doors & Frames Page High School Guilford County Schools 201 Alma Pinnix Drive Greensboro, NC 27405 Commission # 15-01 March 04, 2015 Revised: March 09, 2015 Ricky L. Loman, AIA Phone (336)

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

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

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

ELLIS PARKER SECURITY FENCE AND RETAINING WALL WATERPROOFING 2015 C.I.P. #

ELLIS PARKER SECURITY FENCE AND RETAINING WALL WATERPROOFING 2015 C.I.P. # 4 1 601 MADRONE, SPRINGFIELD, OREGON 97478 TELEPHONE (541) 896-3692 FAX (541) 896-0231 Project Manual ELLIS PARKER SECURITY FENCE AND RETAINING WALL WATERPROOFING 2015 C.I.P. # 420.176.108 EUGENE PUBLIC

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

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

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

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

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

More information

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER Renovations to the WCPS Bid #2014-13 10435 Downsville Pike Hagerstown, Maryland Washington County Public Schools PROJECT MANUAL September 4, 2013

More information

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School. ADDENDUM #1 Date: 7/24/2013 Project: Window-Door Replacement/Repair Kiser Middle School 716 Benjamin Parkway, Greensboro, NC Number of Pages: The following corrections, changes, additions, deletions, revisions,

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

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

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

More information

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

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

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

RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER ALEXANDRIA, LA

RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER ALEXANDRIA, LA Project Manual For RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER ALEXANDRIA, LA Architect's Project No. 1734 January 2018 SOMDAL Associates, LLC Architecture & Interior Design 5925 Line

More information

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018 Sud Associates, P.A. Consulting Engineers Flat Iron Building, Suite 706, 20 Battery Park Avenue, Asheville, NC 28801 (828) 255-4691 Fax: (828) 255-4949 Ish Sud, Ph.D., P.E., President Fellow ASHRAE, LEED

More information

Title Page of. Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th Post Falls, Idaho 83854

Title Page of. Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th Post Falls, Idaho 83854 Title Page of Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th 83854 Owner Kootenai County Fire and Rescue 1590 E. Seltice Way Post Falls, Id 83854 Ph (208)777-8500

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

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

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

DIVISION 0 - CONDITIONS OF THE CONTRACT

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

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

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

Cameron Park Elementary School Demolition 626 Waycross Road, Cincinnati, OH 45240

Cameron Park Elementary School Demolition 626 Waycross Road, Cincinnati, OH 45240 PROJECT MANUAL FOR Cameron Park Elementary School Demolition 626 Waycross Road, Cincinnati, OH 45240 for the Winton Woods City School District 1215 West Kemper Road, Cincinnati, OH 45240 SHP Comm. No.

More information

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

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

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

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

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

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

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

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

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

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

BID PROPOSAL CONTRACT NO. AOPC

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

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

More information

REQUEST FOR QUALIFICATIONS 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

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA BIDDING DOCUMENTS FOR THE KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT IN WHEELER, INDIANA SEPTEMBER 8, 2017 PREPARED BY: PORTER CO. DEPT. OF DEVELOPMENT & STORM WATER MANAGEMENT 155 INDIANA AVE.,

More information

City of Eagle Point 2017 Paving Instruction to Bidders

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

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder s risk.

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

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

FORRENCE RECREATION CENTER ROOF REPLACEMENT

FORRENCE RECREATION CENTER ROOF REPLACEMENT 136 Clinton Point Drive, Plattsburgh, NY FORRENCE RECREATION CENTER ROOF REPLACEMENT PROJECT MANUAL AES PROJECT NO. 4101 August 18, 2014 SET NO. PROJECT ENGINEER PROJECT ARCHITECT CLINTON COMMUNITY COLLEGE

More information

John Barton Architect, LLC

John Barton Architect, LLC John Barton Architect, LLC Bid Addendum # One Via email, please confirm receipt Re: RIO RANCHO HIGH SCHOOL WINDOWS AND EXTERIOR IMPROVEMENTS PROJECT #: 083006-15- 001 ITB #: 2016-001- FAC RIO RANCHO PUBLIC

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

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

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

More information

UNC Charlotte Residence Hall Phase XVI Early Site Utilities Package SCO ID: B JPA Project #: 18NCC016

UNC Charlotte Residence Hall Phase XVI Early Site Utilities Package SCO ID: B JPA Project #: 18NCC016 Jenkins Peer Architects 112 South Tryon Street Charlotte, N.C. 28284 704/372-6665 ADDENDUM No. 1 Date: March 12, 2018 To: From: Re: All Bidders Jenkins Peer Architects Charlotte, N.C. UNC Charlotte Residence

More information

New Hanover County Schools Testing Department Upgrades TABLE OF CONTENTS. Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

New Hanover County Schools Testing Department Upgrades TABLE OF CONTENTS. Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP Testing Department Upgrades TABLE OF CONTENTS Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Invitation to Bid... 1 Section

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

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

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

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

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

More information

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

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

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

More information

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

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

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

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Bid No. B18/9998 05/09/2018 NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Sealed Bids will be received until 3:00 P.M. (Tucson Time), June 5, 2018, by Pima County Community

More information

ADDENDUM NO. 3 February 28, 2017

ADDENDUM NO. 3 February 28, 2017 ADDENDUM NO. 3 February 28, 2017 Project: From: To: Grimsley High School Auditorium Roof Replacement 801 Westover Terrace Greensboro, North Carolina 27408 Terracon Consultants, Inc. 7327-G West Friendly

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

NOTICE TO BIDDERS / ADVERTISEMENT FOR BIDS GEORGE C. SIMKINS JR. ELEMENTARY SCHOOL

NOTICE TO BIDDERS / ADVERTISEMENT FOR BIDS GEORGE C. SIMKINS JR. ELEMENTARY SCHOOL Samet Corporation/SRS, Inc. -- a joint venture company NOTICE TO BIDDERS / ADVERTISEMENT FOR BIDS GEORGE C. SIMKINS JR. ELEMENTARY SCHOOL Samet Corporation / SRS, Inc. a joint venture (SSJV) as Construction

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

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

FENCING AND FENCE REPAIR

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

More information

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

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

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

More information

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

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE The Towns of Readfield and Winthrop, acting by and through the Maranacook Lake Outlet Dam Committee, are

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

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

PART V BID REQUIREMENTS

PART V BID REQUIREMENTS PART V BID REQUIREMENTS SECTION TITLE K L M Bid Content Price Information Submission of Bid 41 SECTION K BID CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section are purposely

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information