III) SURFACING, LINING, BALLAST-REGULATING AND BOLT TIGHTENING CITY OF HAMMOND

Size: px
Start display at page:

Download "III) SURFACING, LINING, BALLAST-REGULATING AND BOLT TIGHTENING CITY OF HAMMOND"

Transcription

1 City Of Hammond Purchasing Department RFP # For I) PREPARATIONS TO INSTALL 50 RUBBER CROSSING (Morris Road) II) PREPARATIONS TO INSTALL 2- Hi Rail road crossings (Woodscale Road) III) SURFACING, LINING, BALLAST-REGULATING AND BOLT TIGHTENING CITY OF HAMMOND Bids Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles Street P.O. Box 2788 Hammond, Louisiana Until 10:00 A.M. June 10, 2016 At Which Time All Bids Will Be Opened and Read Aloud Advertisement in the Official Journal, Daily Star, to be published Three (3) Times For Additional Information or Questions, Contact: Ernest Peters, Sr. - Purchasing Agent- (985)

2 This is the Bid Package of: Date: Firm: Address City State Zip Code Person to Contact: Phone No.: Fax No: YOUR BID IS IMPORTANT TO US HOWEVER, IF YOU DO NOT WISH TO BID THIS PROJECT, PLEASE RETURN THIS SHEET WITH YOUR COMPANY NAME MARKED NO BID. THIS WILL NOT AFFECT FUTURE BIDS, BUT IS A MEANS IN VERIFYING THAT YOU DID RECEIVE NOTIFICATION FOR THIS BID. Specifications: I) SPECIFICATION FOR PREPARATIONS TO INSTALL 50 RUBBER CROSSING (Morris Road) 1.0 SCOPE This specification covers the furnishing of all materials, equipment, and labor required to prepare track for installation of a 50 Hi Rail crossing. This work must be in complete accordance with best modern railroad practices. 2.0 CONTRACTOR FURNISHED MATERIAL AND EQUIPMENT 2.1 RAIL- # 1 new115# rail. Rail is to be 39 length, except where cropping of 18 is required to make field weld. Crossing shall have no joint within 30 of edge of crossing. Joints are to be properly staggered. 2.2 PLATES- # 1, 13, 115# double shoulder are to be used throughout length of rail. Drwr SPIKES- Spikes are to be 5/8 X 6 new. All ties within the road crossing area are to be doubled spiked on the inside. 2

3 2.4 TIE PADS- 1/4 thick X 13 rubber pads are to be used through crossing area plus 10 ties each side. 2.5 CROSS-TIES- Cross-ties are to be #1 grade 7 X9 X10 hardwood creosote treated. Crossties are to be placed on 18 centers and extended 5 ties beyond each side of road crossing. 2.6 COMPROMISE BARS- Are to be of proper size and design and fully bolted. 2.7 GEO-TECHNICAL FABRIC- Fabric is to be placed under road crossing plus five ties each side. 2.8 CONCRETE- Saw cutting of concrete will be required of any concrete within 32 of near rail. 2.9 DRAINAGE PIPE- Pipe is to be installed on both sides of road crossing. Top of pipe is to be even with bottom of tie. Place pipe on a.02% slope with perforations down. Pipe is to be 6 plastic P.V.C. schedule 80 perforated. Pipe is to be 45 degrees at end of crossing, protruding out of ballast section SURFACING- All tamping shall be mechanically. All ties within crossing area shall be tamped all the way across. Rise shall be approx. 4 with a.01% fall in both directions. Final grade shall be 2 higher than exiting concrete, 10 feet from center of track (Mark I or greater tamper must be used) BALLAST- Ballast is to area # 4 lime stone. All ballast is to be removed throughout area of new crossties down to bottom of tie and replaced with new DEVIATION- 1/4 will be maximum allowable cross-level for tangent. This deviation is to be guaranteed for 45 days after job is completed TRACK BOLTS- all bolts shall be 1 X 5 3/4 with lock washers ALIGNMENT- Tangent track is to have no visual deviation BALLAST REGULATING- After the track has been finally surfaced and lined, the ballast shall be dressed to conform to the standard section shown on drwr. # TIE PLUGS- Are to be used anytime spikes are removed from tie. Tie is to be plugged with tight fitting creosote tie plugs ROAD CROSSING- Road crossing is to be Hi Rail full depth. (No Exceptions) 2.18 DRILLING- All ties shall be pre-drilled with bit 1/4 smaller than screw being installed. Screws shall be installed with impact wrench, NOT HAMMERED! 2.19 DRAINAGE- all corners are to be dug out so that no water shall stand in crossing. (Replace shoulder with MTL2) 2.20 REMOVED MATERIAL- All rail and wood products shall be removed by contractor and disposed of properly. All ballast, 3

4 concrete and asphalt shall be placed on CITY OF HAMMOND property per instructions APPROACHES- By Others BARRICADE- By Others TAMPING & REGULATING- Tamping and regulating is to be performed with mechanical tamper and ballast regulator (Mark I or greater). 3.0 EXTRAS 3.1 CROSSTIES- Unit price per crosstie furnished and installed. Crossties shall be 6 X8 X8 6 #1 hardwood. 4.0 INSPECTION- Engineering representative of R.T.S. can be expected to visit the construction site on the following occasions. A- BEGINNING OF JOB- to inspect material, tools and equipment to be used. B- PERIODIC- To insure proper procedures is being followed. C- FINAL- Acceptance of job well done. 5.0 COMPLETION- this job is to be completed in three days within 30 days after purchase order has been issued. II) SPECIFICATION FOR PREPARATIONS TO INSTALL 2- Hi Rail road crossings (Woodscale Road) 1.0 SCOPE This specification covers the furnishing of all materials, equipment, and labor required to prepare track for installation of 2- Hi rail road crossings ( ) prefab concrete crossing. This work must be in complete accordance with best modern railroad practices. 2.0 CONTRACTOR FURNISHED MATERIAL AND EQUIPMENT 2.1 RAIL- # 1 new115# rail. Rail is to be 39 length, except where cropping of 18 is required to make field weld. Crossing shall have no joint within 30 of edge of crossing. Joints are to be properly staggered. 2.2 PLATES- # 1, 13, 115# double shoulder are to be used throughout length of rail. Drwr SPIKES- Spikes are to be 5/8 X 6 new. All ties within the road crossing area are to be doubled spiked on the inside. 4

5 2.4 TIE PADS- 1/4 thick X 13 rubber pads are to be used through crossing area plus 10 ties each side. 2.5 CROSS-TIES- Cross-ties are to be #1 grade 7 X9 X10 hardwood creosote treated. Crossties are to be placed on 18 centers and extended 5 ties beyond each side of road crossing. 2.6 COMPROMISE BARS- Are to be of proper size and design and fully bolted. 2.7 GEO-TECHNICAL FABRIC- Fabric is to be placed under road crossing plus five ties each side. 2.8 CONCRETE- Saw cutting of concrete will be required of any concrete within 32 of near rail. 2.9 DRAINAGE PIPE- Pipe is to be installed on both sides of road crossing. Top of pipe is to be even with bottom of tie. Place pipe on a.02% slope with perforations down. Pipe is to be 6 plastic P.V.C. schedule 80 perforated. Pipe is to be 45 degrees at end of crossing, protruding out of ballast section SURFACING- All tamping shall be mechanically. All ties within crossing area shall be tamped all the way across. Rise shall be approx. 4 with a.01% fall in both directions. Final grade shall be 2 higher than exiting concrete, 10 feet from center of track (Mark I or greater tamper must be used) BALLAST- Ballast is to area # 4 lime stone. All ballast is to be removed throughout area of new crossties down to bottom of tie and replaced with new DEVIATION- 1/4 will be maximum allowable cross-level for tangent. This deviation is to be guaranteed for 45 days after job is completed TRACK BOLTS- all bolts shall be 1 X 5 3/4 with lock washers ALIGNMENT- Tangent track is to have no visual deviation BALLAST REGULATING- After the track has been finally surfaced and lined, the ballast shall be dressed to conform to the standard section shown on drwr. # TIE PLUGS- Are to be used anytime spikes are removed from tie. Tie is to be plugged with tight fitting creosote tie plugs ROAD CROSSING- Road crossing is to be Hi Rail full depth. (No Exceptions) 2.18 DRILLING- All ties shall be pre-drilled with bit 1/4 smaller than screw being installed. Screws shall be installed with impact wrench, NOT HAMMERED! 2.19 DRAINAGE- all corners are to be dug out so that no water shall stand in crossing. (Replace shoulder with MTL2) 2.20 REMOVED MATERIAL- All rail and wood products shall be removed by contractor and disposed of properly. All ballast, 5

6 concrete and asphalt shall be placed on CITY OF HAMMOND property per instructions APPROACHES- By Others BARRICADE- By Others TAMPING & REGULATING- Tamping and regulating is to be performed with mechanical tamper and ballast regulator (Mark I or greater). 3.0 EXTRAS 3.1 CROSSTIES- Unit price per crosstie furnished and installed. Crossties shall be 6 X8 X8 6 #1 hardwood. 4.0 INSPECTION- Engineering representative of R.T.S. can be expected to visit the construction site on the following occasions. A- BEGINNING OF JOB- to inspect material, tools and equipment to be used. B- PERIODIC- To insure proper procedures is being followed. C- FINAL- Acceptance of job well done. 5.0 COMPLETION- this job is to be completed in three days within 30 days after purchase order has been issued. III) SPECIFICATIONS FOR SURFACING, LINING, BALLAST-REGULATING AND BOLT TIGHTENING CITY OF HAMMOND 1.0 SCOPE This specification covers the furnishing of all materials, equipment, and labor required to surface, line, and ballast-regulate, and impact tightening of approximately feet of railroad track plus 5-switches. THIS WORK MUST BE IN COMPLETE ACCORDANCE WITH BEST MODERN RAILROAD PRACTICES. 2.0 CONTRACTOR FURNISHED MATERIAL AND EQUIPMENT 2.1 TAMPING MACHINE- Tamper must be in good working condition. Tamper must be of positive squeeze pressure, with proper pressure settings. 2.2 BACKHOE- Backhoe must be in good working condition and be in compliance with OSHA standards. 6

7 2.3 TAMPING TOOLS- tamping tools to be complete set not more than 20% worn. 2.4 JACKING AND LINING- Jacking and lining must be done by tamping machine electronically. 2.5 SURFACING- All surfacing to be done with mechanical tamper, with a minimum of two insertions per tie. (More is necessary to tighten ties firmly against base of rail) (Mark I or greater) 2.6 LIFT- Average lift will be 1 with consistent grade. 2.7 DEVIATION- 1/4 will be maximum allowable cross-level for tangent track. Spirals and curves will have super elevation of 3/4 minimum and 1 maximum. 2.8 DOWN TIES- Down ties are to be cleaned off, re-nailed and tamped. 2.9 HIGH SPIKES- High spikes are to be settled RESURFACING- Re-tamping will be required of any track disturbed after final surfacing ALIGNMENT- Tangent track is to have no visual deviation; curve track is not to have more than a 1-degree deviation from normal BALLAST- Ballast is to be washed limestone (Area # 4), (1 to 1 1/2 ). To be supplied by contractor. No shoulder ballast is to be used to surface track. All ballast in load rack area is to be # 57. Contractor will supply and distribute 140 tons of ballast per instructions BALLAST REGULATING- After the track has been finally surfaced and lined, the ballast shall be dressed to conform to the standard sections shown on drawing # BOLT TIGHTENING- all bolts are to be impact tightened with 1 minimum impact wrench same day track is surfaced. Bolts must be tightened until lock washers are completely compressed. All missing bolts, lock-washers and cracked angle bars must be replaced. Bolts must be a minimum of 1 X5 3/4. Replaced lockwashers must be of proper size ROAD CROSSING REPAIR- 2 road crossings are to have 2 panels each removed, replace angle bars with new bars and bolts, double spike ties within removed panels. Replace panels after plugging ties and properly screws down panels DITCH REPAIR- Ditch on side of track ahead of Home Depot switch is to be cut so that water will drain properly. (Approximately 75 ) 3.0 EXTRA- Unit price per foot of tracked tamped, regulated and impact tightened. 4.0 COMPLETION- This project is to be completed within 60 days after P.O. # has been issued. City Of Hammond reserves the right to complete project with another contractor if job is not completed on time. 7

8 5.0 INSPECTION- engineering representatives of R.T.S. can be expected to visit The construction site on the following occasions. A. BEGINNING OF JOB- To inspect material, tools, and equipment to be used. B. PERIODIC- To insure proper procedures are being followed. C. FINAL- Acceptance of job well done For more information and site visit (mandatory) contact Robert Morgan at Instructions To Bidders Special Note BIDDERS ARE URGED TO PROMPTLY REVIEW THE REQUIREMENTS OF ALL SPECIFICATIONS AND SUBMIT QUESTIONS FOR RESOLUTION AS EARLY AS POSSIBLE DURING THE BID PERIOD. QUESTIONS OR CONCERNS MUST BE SUBMITTED IN WRITING TO THE PURCHASING AGENT DURING THE BID PERIOD AND SHALL BECOME PART OF YOUR BID PACKAGE. OTHERWISE, THIS WILL BE CONSTRUED AS ACCEPTANCE BY THE BIDDERS THAT THE INTENT OF THE SPECIFICATIONS IS CLEAR AND THAT COMPETITIVE BIDS MAY BE OBTAINED AS SPECIFIED HEREIN. PROTESTS WITH REGARD TO THE SPECIFICATION DOCUMENTS SHALL NOT BE CONSIDERED AFTER BIDS ARE OPENED. Bid Packages are mailed only as a courtesy. The City of Hammond does not assume responsibility for bidders to receive bid packages. Bidders should rely only on advertisements in the local newspaper, City of Hammond, LA website: or can be picked up at the Purchasing Office. Full information may be obtained, or questions answered, by contacting the Street Department, Hwy. 190W. Hammond, Louisiana, or by calling Robert (985) for a Site Visit. These specifications are written in a manner to invite open competition. Any manufacturer s names, trade names, brand names, or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive unless the invitation to bid states that only the brand name will be considered for reasons of compatibility, etc. The Public Bid number, Bidder s name, address, Louisiana Contractor License number and bid opening date shall be clearly printed or typed on the outside of the bid envelope, if mailed or hand delivered. Only one (1) bid shall be accepted from 8

9 each bidder. Alternates shall not be accepted unless specifically requested in the bid specifications. Submission of more than one (1) bid or alternates not requested may be grounds for rejection of all bids by the bidder. The method of delivery of bids is the responsibility of the bidder. All bids shall be received by the Purchasing Department, Hammond City Hall Complex, 310 East Charles Street Hammond, Louisiana on or before the specified bid opening date and time. Late bids shall not be accepted under ANY circumstances. It is the bidders sole responsibility to insure that their bid has been delivered and accepted with ample time to meet all specified deadlines. Normally, bid bonds will not be required on bids for materials, supplies, annual contracts or small labor contracts. If a bid bond is required, it will be specifically requested on the bid form and included in the specifications. Bids shall be accepted only on the bid forms furnished by the City of Hammond Purchasing Department. The City of Hammond shall only accept bids from those bidders in whose name the bid forms and or specifications were issued. Altered or incomplete bid forms, or use of substitute forms or documents, shall render the bid non-responsive and subject to rejection. The entire bid package, including the specifications and copies of any addenda issued shall be submitted to the Purchasing Department as THE BID. All bids must be typed or written in BLUE/BLACK INK. Any erasures, strikeover and/or changes to prices shall be initialed by the bidder. Failure to initial shall be cause for rejection of the bid as non-responsive. All bids shall be signed. Failure to do so shall cause the bid to be rejected as nonresponsive. Where one (1) or more vendor s exact products or typical workmanship is designated as the level of quality desired or equivalent, the Purchasing Agent, after study and review, reserves the right to determine the acceptability of any equivalent offered. The decision, after study and review, shall be final and binding. Liability: The Contractor at all times during the term of the contract shall maintain and pay for property damage and public liability insurance with limits of at least ($1,000,000.00) one million dollars inclusive of bodily injury and property damage for any one occurrence. Prior to commencing work under this contract the Contractor must file with the City a certificate of insurance meeting aforementioned requirements with the City of Hammond named insured by added endorsement. All premiums and expense incurred with this insurance shall be paid for by the Contractor. 9

10 The Contractor shall assume the defense of and indemnify and save harmless the City and its Officers and Agents from all claims relating to work. The Contractor shall be responsible for any and all damages or claims for damages or injuries or accidents done or caused by him or his employees, or resulting from the execution of the work, or any operations, or caused by reason of existence or location or condition of facilities or of any materials, supplies, or machinery used thereon or therein, or neglect or omission on his part, or all of the several acts or things required to be done by them, under and by these conditions, and covenants, and agrees to hold the City harmless and indemnified for all such damages and claims for damages. The Contractor shall indemnify and save harmless the City from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every nature and description made, brought or recovered against the City by reason of any act or omission of the Contractor, his agents or employees, in the execution of his work. Worker s Compensation: The Contractor shall, at all times, pay or cause to be paid, any assessment or compensation required to be paid pursuant to the Worker s Compensation Act. The Contractor shall, at the time of entering into a Contract with the City, provide satisfactory proof that all assessments or compensation payable to the Worker s Compensation Board have been paid and the City may, at any time during the performance or upon the completion of such Contract require a further declaration such Contract require a further declaration that such assessments or compensations have been paid. Non-Discrimination: By Submitting and signing this bid, Bidder certifies that he agrees to adhere to the mandates dictated by title VI and VII of the civil rights act of 1964, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1974; section 503 of the Rehabilitation act of 1973; section 202 of Executive Order 11246, as amended; and the Americans with Disabilities Act of Bidder agrees to keep informed of and comply with all Federal, State and Local Laws, Ordinances and Regulations which affect their Employees or Prospective Employees. 10

11 Bid Form for Public Bid RFP# As a qualified bidder for the project, I have carefully examined all of the Bidding Documents and have examined the conditions and specifications of the work to be done, and I hereby propose to furnish all labor, materials, equipment, tools, etc., as called for by the bidding specifications. I hereby acknowledge that I have received the following Addenda and they are reflected as part of this bid, List by date and Addendum number I certify that I am duly licensed in Louisiana to perform the work. Louisiana License # Work to be complete within days after receipt of order. Bid Amount Bidder agrees to deliver material and perform work described by the Bidding Specifications for the sum indicated for I): $. Bidder agrees to deliver material and perform work described by the Bidding Specifications for the sum indicated for II): $. Bidder agrees to deliver material and perform work described by the Bidding Specifications for the sum indicated for III): $. (Amounts shall be shown in words and digits. In case of discrepancy, words shall govern.) Signature of Bidder Company Name The above signature on this Sealed Bid certifies that bidder has carefully examined the instructions to bidders, terms and specifications applicable to and made a part of this Seal Bid Package. Bidder further certifies that the prices shown are in full compliance with the conditions, terms and specifications of this Sealed Bid. 11

City Of Hammond Purchasing Department PROVIDE A COMPREHENSIVE CLASSIFICATION AND COMPENSATION STUDY FOR THE CITY OF HAMMOND RFP 17-06

City Of Hammond Purchasing Department PROVIDE A COMPREHENSIVE CLASSIFICATION AND COMPENSATION STUDY FOR THE CITY OF HAMMOND RFP 17-06 1 City Of Hammond Purchasing Department PROVIDE A COMPREHENSIVE CLASSIFICATION AND COMPENSATION STUDY FOR THE CITY OF HAMMOND RFP # 17-06 Proposals Shall Be Received by the Purchasing Department, 310 East

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

BLACK RIVER RAILROAD SYSTEM 2015 TRACK STANDARDS & SPECIFICATIONS

BLACK RIVER RAILROAD SYSTEM 2015 TRACK STANDARDS & SPECIFICATIONS WOOD TIES 2015 TRACK STANDARDS & SPECIFICATIONS FOR NEW CONSTRUCTION & UPGRADES Ties shall be new 7"x 9" x 8' 6" creosoted grade hardwood. All new ties shall be spiked with four (4) new spikes and box

More information

Request for Proposal Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27

Request for Proposal Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27 Page 1 of 5 Request for Proposal 2014.11.01 Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27 Notice to prospective venders: The Berryville

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 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

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

Sieve Size 2" 1" 3/8" No. 10 No. 40 No. 200 % Passing Size

Sieve Size 2 1 3/8 No. 10 No. 40 No. 200 % Passing Size VII. MATERIALS 7.01 SUBBALLAST Subballast shall be crusher-run stone (dense graded aggregate), preferably limestone or granite material and shall meet the requirements as set out in Chapter 1, Part 2,

More information

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

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

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

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

Notice to Bidders Page 1 of 6

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

More information

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

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and

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

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665) ROOF Boone County Public Library is seeking competitive sealed bids to replace an existing Shingle Roof and EPDM membrane roof on the Florence Branch located at 7425 U.S. 42, Florence, KY 41042. The successful

More information

Drainage District(s):

Drainage District(s): APPLICANT: APPLICATION FOR APPROVAL OF CONSTRUCTION ACROSS ESTABLISHED SAC COUNTY DRAINAGE DISTRICTS AND ESTABLISHED MULTI-COUNTY DRAINAGE DISTRICTS Name of Individual or Company Street Address or P. O.

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

Highlands Housing Authority

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

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

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

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

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library I INVITATION TO BID FLOORING MATERIALS The is accepting sealed bids for the purchase and installation of Flooring Materials at the until 2:30 p.m. (our clock) on November 28, 2016 at City Hall located

More information

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

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

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

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania.

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania. CHAPTER 21 PART 2 TUNNELING AND EXCAVATIONS 201. Definitions. The following words and phrases, when used in this Part, shall have the meanings ascribed to them in this 201, except in those instances where

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

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

Wastewater Treatment Plant Dewatering Pad

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

More information

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

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

More information

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

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

Finance & Technology Administrator (815) ext 223

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

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

Westerly Housing Authority, 5 Chestnut Street, Westerly, RI, INVITATION TO BID

Westerly Housing Authority, 5 Chestnut Street, Westerly, RI, INVITATION TO BID Westerly Housing Authority, 5 Chestnut Street, Westerly, RI, 02891 Client INVITATION TO BID Name: Carlos Lopez, Executive Director Town of Westely Housng Authority Address: 5 Chestnut Street, Westerly,

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

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

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

THE CITY OF MT. PLEASANT, MICHIGAN

THE CITY OF MT. PLEASANT, MICHIGAN THE CITY OF MT. PLEASANT, MICHIGAN CITY HALL 320 W. Broadway 48858-2312 (989) 779-5300 (989) 773-4691 fax PUBLIC SAFETY 804 E. High 48858-3595 (989) 779-5100 (989) 773-4020 fax PUBLIC WORKS 1303 N. Franklin

More information

Request for Bids Chatham Community Library Entrance Canopy Replacement

Request for Bids Chatham Community Library Entrance Canopy Replacement Request for Bids Chatham Community Library Entrance Canopy Replacement Project Information Chatham County is seeking lump sum bids for the removal and replacement of an entrance canopy located at the Chatham

More information

BID BLACKTOP RESURFACING

BID BLACKTOP RESURFACING PO Box 159 Wascott, WI 54890 BID BLACKTOP RESURFACING - 2015 General Information for Bidders Sealed bids must be received by 12:00 Noon, Monday, June 29, 2015, at the Wascott Town Hall as stated in the

More information

BITUMINOUS MIXTURE # 13A BID SHEET

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

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Woodlawn Road Culvert & Slide Repair

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Woodlawn Road Culvert & Slide Repair CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2018-NC-009 for Replacement of Woodlawn Road Culvert & Slide Repair located in Nelson County Kentucky 06/18 REQUEST FOR BIDS Woodlawn Road Culvert & Slide

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

PROJECT MANUAL 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

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: May 12, 2010 TO: RE: ALL PROSPECTIVE BIDDERS BID

More information

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

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

More information

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

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

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 The City of Dillingham is the owner of the Dillingham City Library / Sam

More information

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

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

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

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

More information

METRO RESPONSE TO PROSPECTIVE BIDDERS QUESTIONS

METRO RESPONSE TO PROSPECTIVE BIDDERS QUESTIONS METRO RESPONSE TO PROSPECTIVE BIDDERS QUESTIONS Wednesday, October 31, 2018 Solicitation No. 4018000193 ROC / Redline Tie Replacement, Drainage & Subgrade Improvements 1. Will the Thickness of Sub ballast

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

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

CNP Bid Refer to Bid# CNP Equipment-2018

CNP Bid Refer to Bid# CNP Equipment-2018 Selma City Public Schools CNP Bid Refer to Bid# CNP Equipment-2018 BID INSTRUCTIONS General Overview The Selma City Public Schools is seeking sealed bid proposals for various cooking/kitchen equipment

More information

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects IN IN ORDER ORDER TO TO SUBMIT SUBMIT COMPLETE COMPLETE BID, BID, FULL FULL BID BID PACKAGE PACKAGE MUST MUST BE BE REQUESTED REQUESTED FROM FROM CITY CITY HALL HALL BIDDERS HANDOUT Please provide to all

More information

T Simcoe Street Parking Garage Elevator Cylinder Replacement

T Simcoe Street Parking Garage Elevator Cylinder Replacement Department: Corporate Services Fax: 705-876-4607 To: Distribution List From: Bernadette Lawler/Marla Sutherland Fax: Date: March 27, 2015 Phone: Pages: 9 including this cover page Re: T-16-15- 190 Simcoe

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

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

ADVERTISEMENT TO BID PARTIAL

ADVERTISEMENT TO BID PARTIAL ADVERTISEMENT TO BID The City of Elkton will receive separate, sealed Bids for their East Main Street Lift Station Generator Pad Addition Project until 10:30 a.m. local time, Tuesday, January 8, 2019 at

More information

TOWN OF GRAND FALLS-WINDSOR

TOWN OF GRAND FALLS-WINDSOR TOWN OF GRAND FALLS-WINDSOR TENDER FOR SUPPLY OF FLOW MONITORING EQUIPMENT TENDER #18070909 General Conditions 1. All taxes must be included. 2. Tenders which are incomplete, conditional, obscure, or qualified

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

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

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

More information

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

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

Red Wing Housing & Redevelopment Authority

Red Wing Housing & Redevelopment Authority Red Wing Housing & Redevelopment Authority 428 West Fifth Street, Red Wing, MN 55066 Telephone (651) 388-7571 FAX (651) 385-0551 TDD/TTY 711 WWW.REDWINGHRA.ORG October 13. 2015 TO: FROM: RE: Red Wing HRA

More information

Amity School District 4J

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

More information

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

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

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

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

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

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

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

More information

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items Pier C North Damaged Pile Repairs Pre-Bid Meeting April 24, 2012 10:00 AM Agenda Items 1. SCOPE: Repair of 71 damaged piles. The piles are 16 and 18 square precast concrete piles that were installed around

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

TRAVELING FINE SCREEN - INSTALLATION

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

More information

Steve A. Kent Purchasing Agent (870)

Steve A. Kent Purchasing Agent (870) City of Jonesboro Invitation to Bid - Not an Order P.O. Box 1845 300 South Church St. Rm 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 2017:08_ Date February 11, 2017 Sealed bids, subject

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

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

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals

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

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8 Page 1 of 8 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, FRIDAY, FEBRUARY 23, 2018 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Bear Lake, Michigan

More information

ADDENDUM No. 6. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1

ADDENDUM No. 6. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1 ADDENDUM No. 6 ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1 Due: June 9, 2016 at 2:00 p.m. (local time) The following changes, additions, and/or deletions

More information

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

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

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

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

More information

CITY OF MARSHALL, MINNESOTA

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

More information

SNOW PLOW CUTTING EDGES For the Contract Period 9/1/2017 through 8/31/2018

SNOW PLOW CUTTING EDGES For the Contract Period 9/1/2017 through 8/31/2018 Invitation to Bid on SNOW PLOW CUTTING EDGES For the Contract Period 9/1/217 through 8/31/218 The Greater Portland Council of Governments (GPCOG), acting on behalf of various municipalities and other entities

More information

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 Plan holders of the F. HOEFLICH DITCH PETITION PROJECT NO. 142 are hereby notified

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING - 061218 The City of College Park is accepting sealed proposals from qualified vendors for POLES FOR BALLPARK

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