ADDENDUM #4 `` Alabama Department of Transportation - Office Addition & New Project Shop Greensboro & Carrollton, AL ABC No.

Size: px
Start display at page:

Download "ADDENDUM #4 `` Alabama Department of Transportation - Office Addition & New Project Shop Greensboro & Carrollton, AL ABC No."

Transcription

1 PROJECT NO ALDOT 5 th Div. Office Addition & New Project Shop ADDENDUM #4 `` Alabama Department of Transportation - Office Addition & New Project Shop Greensboro & Carrollton, AL ABC No OWNER: Alabama Dept. of Transportation 5 th Division 2715 Skyland Boulevard East Tuscaloosa, AL ph: ARCHITECT: Williams Blackstock Architects st Avenue South, Suite 200 Birmingham, AL ph f DATE: 11 DECEMBER 2013 TO: All Bidders Acknowledge receipt of this Addendum by inserting its number in the Bid Form. Failure to do so may subject Bidder to disqualification. This serves as an addendum to the construction documents and modifies and/or supplements them as follows: SPECIFICATIONS 1. ABC FORM C-1 Advertisement for Bids: The date for the Bid Opening has been revised to be Tuesday, January 7, 2014 at 2:00 PM. The bid opening will be held in the auditorium at Alabama Dept. of Transportation 5 th Division Headquarters, 2715 Skyland Boulevard East, Tuscaloosa, AL ABC FORM C-3A In accordance with Act Certificate of Exception from Sales and Use Tax for Governmental Entities, contractors are to exclude sales tax from their base bid, but must account for tax savings on the attached ABC Form C-3A STRUCTURAL STEEL FRAMING: Paragraph 1.06 Quality Assurance: Delete items A and B. DRAWINGS 1. Sheet C1.1 & C2.1 Site Plans Bid Alternates Note: ALDOT has confirmed that the capacity of the existing septic tank systems is acceptable; therefore, no engineering is required. Contractors shall include a price for permitting and installing a new septic tank system or modifications to the existing septic tank system as needed for the new building. ATTACHMENTS 1. Bidding Questions and Clarifications List 2. Specification Section Instructions to Bidders (ABC Form C-2) 3. Specification Section Proposal Form (ABC Form C-3A) 4. Specification Section Sales & Use Tax Savings Agency Arrangements 5. Specification Section Guidelines for Sales & Use Tax Savings Arrangements 6. Specification Section Unit Prices Schedule of Unit Prices 7. Specification Section Toilet & Bath Accessories ADDENDUM #4 1 OF 2

2 PROJECT NO A NEW VETERANS HOME for ALABAMA DEPARTMENT OF VETERANS AFFAIRS 8. Sheet AS2.1 Shop Floor Plan (30X42 - Revision #2 dated ) 9. Sheet AS2.2 Shop Equipment Plan (30X42 - Revision #1 dated ) 10. Sheet SS2.1 Warehouse Foundation & Mezzanine Framing (30x42 Revision #1 dated ) 11. Sheet E1.1 Luminaire Schedules & Notes (30x42 Revision #1 dated ) 12. Sheet E1.3 Greensboro Riser Diagram (30x42 Revision #2 dated ) 13. Sheet E1.5 Carrollton Riser Diagram (30x42 Revision #2 dated ) 14. Sheet ES2.1 Shop Floor Plan Lighting (30x42 Revision #2 dated ) 15. Sheet ES2.2 Shop Floor Plan Power & Auxiliary (30x42 Revision #2 dated ) 16. Sheet ES2.3 Shop Floor Plan Power & Auxiliary (30x42 Revision #2 dated ) 17. Sheet M1.0 Mechanical Schedule, Legends & Details (30x42 Revision #2 dated ) 18. Sheet MS2.1 Shop Floor Plan Mechanical (30x42 Revision #2 dated ) 19. Sheet PS1.0 Shop Plumbing Schedules, Notes & Risers (30x42 Revision #2 dated ) 20. Sheet PS2.1 Shop Floor Plan Plumbing Gravity Piping (30x42 Revision #1 dated ) 21. Sheet PS2.2 Shop Floor Plan Plumbing Gravity Piping (30x42 Revision #1 dated ) 22. Sheet PS2.3 Shop Floor Plan Plumbing Pressure Piping (30x42 Revision #2 dated ) END OF ADDENDUM #4 ADDENDUM #4 2 OF 2

3 Updated: 12/11/2013 ALDOT - 5th Division - An Office Addition & New Project Shop Buildings Greensboro & Carrollton, AL ABC #: WBA: BIDDING CLARIFICATIONS WILLIAMS BLACKSTOCK ARCHITECTS DATE FROM DWG./ SPEC QUESTION CLARIFICATION 11/15/13 Clement Contracting Section Paragraph 2.07A and B call for 21 gauge wall panels and 19 gauge roof panels. Typical material thicknesses for panels are 26 for wall and 24 for roof. Verify if the specs are correct. The specifications have been revised to include a 22 gauge roof panel and 24 gauge wall panel. See Addendum #2. 11/15/13 Clement Contracting 11/15/13 Clement Contracting 11/15/13 Clement Contracting Section There are discrepancies with the insulation thickness. Could you clarify the R-value? Provide a wall R-value of R-13 and a roof R-value of R-21 per paragraph Design Requirements. Bid Proposal Form Will a new Bid Form be issued showing the Alternates for gravel, septic and overhang at metal building? Because of the size of the warehouse and having storage, will the warehouse need to be sprinklered? A new bid form has been included in Addendum #2. No sprinkler system is required. The fire area is 7,244 SF which is less than the 12,000 SF threshold for an automatic sprinkler system listed in Figure of '09 IBC. 11/15/13 Clement Contracting Will Tele/Comm be by owner or contractor? As noted in the pre-bid conference, this work will be provided by the Owner, but coordinated by the GC. 11/15/13 Clement Contracting Division 10 Request for Substitution - Mason Corporation - Metal Canopy Mfg. No exception is taken with the substitution request. It has been included as an acceptable mfg. in Addendum #2. 10/27/13 AIM Metals Section Request for Substitution - AIM Metals, LLC - Metal Building Mfg. No exception is taken with the substitution request. It has been included as an acceptable mfg. in Addendum #2. 11/01/13 All Temp Windows 11/08/13 Hall Taylor Construction Section Request for Substitution - All Temp Windows Series - Single Hung Window No exception is taken with the substitution request. It has been included as an acceptable mfg. in Addendum #2. Section The plans for the metal building show a 1/12 roof pitch. The specs call for 4/12 which is correct? Provide a slope of 1/12 as depicted on the drawings. 11/08/13 Hall Taylor Construction Bid Proposal Form The Bid Proposal shows Alternate #1 being Horizontal Louver blinds. The specs do not show blinds as one of the alternates. Horizontal louver blinds are not a bid alternate. A new bid form has been included in Addendum #2. 11/08/13 Hall Taylor Construction General Conditions What is the project duration and are there any liquidated damages on this project? As noted in the pre-bid conference, the project duration is 6 months and ABC's standards for liquidated damages apply as outlined in the General Conditions of the Contract. 11/08/13 Hall Taylor Construction Section Are the interior wall of the shop insulated? What size are the studs? What gauge? Is there any insulation between the joists at the mezzanine? None of the interior walls are insulated. Provide 3 5/8" metal stud framing at 16" o.c. The gauge of the studs is to be sized according to Section Paragraph /08/13 Hall Taylor Construction 10/24/13 Kyser Construction 10/28/13 Double D Electric 11/15/13 Hall Taylor Construction 11/18/13 Hall Taylor Construction 11/20/13 Hall Taylor Construction 11/22/13 Hall Taylor Construction 11/22/13 Hall Taylor Construction 11/25/13 Hall Taylor Construction 12/05/13 Hall Taylor Construction 12/05/13 Hall Taylor Construction Section Paragraph 2.01 Acoustical Units. Which product is used on this project? This ceiling tile is specified in banks and office buildings and costs more than standard ceiling tile. This is not typically used in shop buildings. Are general contractors required to prequalify before bidding the project? No. Sheet E1.3 The electrical riser shows "PP-1" to have a 600/3 M.B., but the panel schedule shows an 800/3 M.B. Which is correct? What type of landscaping is included in the project? The office floor plans show new landscaped areas, but I don't see any specs. The basis of design is ACT-1 - Armstrong "Dune" ceiling tile. The Cirrus ceiling tile identified as ACT-2 will not be used. This has been revised to be a 600/3 panel as listed on therevised Sheet E1.3, which is included as an attachment to Addendum #2. Provide sod around the office building and seed all other disturbed area. Refer to the note on Sheet C1.1 and Spec Section Section Is AISC certification required for the steel erector? AISC certification is not required, which is being clarified by addendum. Section Is the Air Compressor Owner furnished and installed? Is there any piping required from the contractor for owner furnished equipment? The air compressor is to be provided by the contractor. Refer to Spec Section Section Are the Truck Lifts Owner Furnished and installed? The lifts are to be provided by the contractor. Refer to Spec Section Sheet C1.1 & C2.1 The drawings call for the GC to price the design, permitting and installation of the septic system. Septic Systems installers typically do not design systems. Has an engineer looked at these projects? Sheet AS2.1 Sheet AS2.1 labels 6 chain link fence to be vinyl coated. Specs reference all galvanized material? Please confirm which is correct. Chain Link Fence specs label privacy fabric to be installed. Please confirm this is required. No privacy fabric is to be installed. The septic tank system design has been confirmed to be adequate by ALDOT for both locations; therefore, no engineering is required. Provide galvanized chain link fencing to match existing at the exterior of the building and vynil coated chain link fencing at the interior of the shop buildings as noted on the drawings. Sheet AS2.2 Is the Compressed Air System Owner Furnished and Installed as per the note on AS2.2? The compressed air system is to be provided by the contractor. This note has been removed from the drawings. Page 1 of 1

4

5 ALDOT 5th Div. Office Addition & New Project Shop INSTRUCTIONS TO BIDDERS ABC Form C-2 August 2001 CONTENTS 1. Bid Documents 2. General Contractor s State Licensing Requirements 3. Qualifications of Bidders and Prequalification Procedures 4. Preference to Resident Contractors 5. Examination of Bid Documents and the Site of the Work 6. Explanations and Interpretations 7. Substitutions 8. Preparation and Delivery of Bids 9. Withdrawal or Revision of Bids 10. Opening of Bids 11. Incomplete and Irregular Bids 12. Bid Errors 13. Disqualification of Bidders 14. Consideration of Bids 15. Determination of Low Bidder by Use of Alternates 16. Unit Prices 17. Award of Contract 1. BID DOCUMENTS The Bid Documents consist of the Advertisement for Bids, these Instructions to Bidders, any modifications of or supplements to these Instructions to Bidders, the Proposal Form, and the proposed Contract Documents. The proposed Contract Documents consist of the Construction Contract, the Performance Bond and Payment Bond, the Conditions of the Contract (General, Supplemental, and other Conditions), Drawings, Specifications and all addenda issued prior to execution of the Construction Contract. Bid Documents may be obtained or examined as set forth in the Advertisement for Bids. 2. GENERAL CONTRACTOR S STATE LICENSING REQUIREMENTS: When the amount bid for a contract exceeds $50,000, the bidder must be licensed by the State Licensing Board for General Contractors and must show the Architect evidence of license before bidding or the bid will not be received by the Architect or considered by the Awarding Authority. A bid exceeding the bid limit stipulated in the bidder s license, or which is for work outside of the type or types of work stipulated in the bidder s license, will not be considered. In case of a joint venture of two or more contractors, the amount of the bid shall be within the maximum bid limitation as set by the State Licensing Board for General Contractors of the combined limitations of the partners to the joint venture. 3. QUALIFICATIONS of BIDDERS and PREQUALIFICATION PROCEDURES: a. Any special qualifications required of general contractors, subcontractors, material suppliers, or fabricators are set forth in the Bid Documents. b. The Awarding Authority may have elected to prequalify bidders. Parties interested in bidding for this contract are directed to the Advertisement for Bids and Supplemental Instructions to Bidders to determine whether bidders must be prequalified and how they may obtain copies of the Awarding Authority s published prequalification procedures and criteria. DOCUMENT INSTRUCTIONS TO BIDDERS Page 1 of 10

6 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-2 August 2001 c. Release of Bid Documents by the Architect to a prospective bidder will not constitute any determination by the Awarding Authority or Architect that the bidder has been found to be qualified, prequalified, or responsible. 4. PREFERENCE to RESIDENT CONTRACTORS: (If this project is federally funded in whole or in part, this Article shall not apply.) a. In awarding the Contract, preference will be given to Alabama resident contractors and a nonresident bidder domiciled in a state having laws granting preference to local contractors shall be awarded the Contract only on the same basis as the nonresident bidder s state awards contracts to Alabama contractors bidding under similar circumstances. b. A nonresident bidder is a contractor which is neither organized and existing under the laws of the State of Alabama, nor maintains its principal place of business in the State of Alabama. A nonresident contractor which has maintained a permanent office within the State of Alabama for at least five continuous years shall not thereafter be deemed to be a non-resident contractor so long as the contractor continues to maintain a branch office within Alabama. 5. EXAMINATION of BID DOCUMENTS and the SITE of the WORK : Before submitting a bid for the Work, the bidders shall carefully examine the Bid Documents, visit the site, and satisfy themselves as to the nature and location of the Work, and the general and local conditions, including weather, the general character of the site or building, the character and extent of existing work within or adjacent to the site and any other work being performed thereon at the time of submission of their bids. They shall obtain full knowledge as to transportation, disposal, handling, and storage of materials, availability of water, electric power, and all other facilities in the area which will have a bearing on the performance of the Work for which they submit their bids. The submission of a bid shall constitute a representation by the bidder that the bidder has made such examination and visit and has judged for and satisfied himself or herself as to conditions to be encountered regarding the character, difficulties, quality, and quantities of work to be performed and the material and equipment to be furnished, and as to the contract requirements involved. 6. EXPLANATIONS and INTERPRETATIONS: a. Should any bidder observe any ambiguity, discrepancy, omission, or error in the drawings and specifications, or in any other bid document, or be in doubt as to the intention and meaning of these documents, the bidder should immediately report such to the Architect and request clarification. b. Clarification will be made only by written Addenda sent to all prospective bidders. Neither the Architect nor the Awarding Authority will be responsible in any manner for verbal answers or instructions regarding intent or meaning of the Bid Documents. c. In the case of inconsistency between drawings and specifications or within either document, a bidder will be deemed to have included in its bid the better quality or greater quantity of the work involved DOCUMENT INSTRUCTIONS TO BIDDERS Page 2 of 10

7 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-2 August 2001 unless the bidder asked for and obtained the Architect s written clarification of the requirements before submission of a bid. 7. SUBSTITUTIONS a. The identification of any product, material, system, item of equipment, or service in the Bid Documents by reference to a trade name, manufacturer s name, model number, etc. (hereinafter referred to as source ), is intended to establish a required standard of performance, design, and quality and is not intended to limit competition unless the provisions of paragraph d below apply. b. When the Bid Documents identify only one or two sources, or three or more sources followed by or approved equal or similar wording, the bidder s proposal may be based on a source not identified but considered by the bidder to be equal to the standard of performance, design and quality as specified; however, such substitutions must ultimately be approved by the Architect. If the bidder elects to bid on a substitution without Pre-bid Approval as described below, then it will be understood that proof of compliance with specified requirements is the exclusive responsibility of the bidder. c. When the Bid Documents identify three or more sources and the list of sources is not followed by or approved equal or similar wording, the bidder s proposal shall be based upon one of the identified sources, unless the bidder obtains Pre-bid Approval of another source as described below. Under these conditions it will be expressly understood that no product, material, system, item of equipment, or service that is not identified in the Bid Documents or granted Pre-Bid Approval will be incorporated into the Work unless such substitution is authorized and agreed upon through a Contract Change Order. d. If the Bid Documents identify only one source and expressly provide that it is an approved sole source for the product, material, system, item of equipment, or service, the bidder s proposal must be based upon the identified sole source. e. Procedures for Pre-bid Approval. If it is desired that a product, material, system, piece of equipment, or service from a source different from those sources identified in the Bid Documents be approved as an acceptable source, application for the approval of such source must reach the hands of the Architect at least ten days prior to the date set for the opening of bids. At the Architect s discretion, this ten day provision may be waived. The application for approval of a proposed source must be accompanied by technical data which the applicant desires to submit in support of the application. The Architect will give consideration to reports from reputable independent testing laboratories, verified experience records showing the reputation of the proposed source with previous users, evidence of reputation of the source for prompt delivery, evidence of reputation of the source for efficiency in servicing its products, or any other pertinent written information. The application to the Architect for approval of a proposed source must be accompanied by a schedule setting forth in which respects the materials or equipment submitted for consideration differ from the materials or equipment designated in the Bid Documents. The burden of proof of the merit of the proposed substitution is upon the proposer. To be approved, a proposed source must also meet or exceed all express requirements of the Bid Documents. Approval, if granted, shall not be effective until published by the Architect in an addendum to the Bid Documents. DOCUMENT INSTRUCTIONS TO BIDDERS Page 3 of 10

8 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-2 August PREPARATION and DELIVERY of BIDS: a. Proposal Form: (1) Bids must be submitted on the Proposal Form as contained in the Bid Documents; only one copy is required to be submitted. (2) All information requested of the bidder on the Proposal Form must be filled in. The form must be completed by typewriter or hand-printed in ink. (3) Identification of Bidder: On the first page of the Proposal Form the bidder must be fully identified by completing the spaces provided for: (a) the legal name of the bidder, (b) the state under which laws the bidder s business is organized and existing, (c) the city (and state) in which the bidder has its principal offices, (d) the bidder s business organization, i.e., corporation, partnership, or individual (to be indicated by marking the applicable box and writing in the type of organization if it is not one of those listed), and (e) the partners or officers of the bidder s organization, if the bidder is other than an individual. If the space provided on the Proposal Form is not adequate for this listing, the bidder may insert See Attachment in this space and provide the listing on an attachment to the Proposal Form. (4) Where indicated by the format of the Proposal Form, the bidder must specify lump sum prices in both words and figures. In case of discrepancy between the prices shown in words and in figures, the words will govern. (5) All bid items requested in the Proposal Form, including alternate bid prices and unit prices for separate items of the Work, must be bid. If a gross sum of bid items is requested in the Proposal Form, the gross sum shall be provided by the bidder. (6) In the space provided in the Proposal Form under Bidder s Alabama License, the bidder must insert his or her current general contractor s state license number, current bid limit, and type(s) of work for which bidder is licensed. (7) The Proposal Form shall be properly signed by the bidder. If the bidder is: (a) an individual, that individual or his or her authorized representative must sign the Proposal Form; (b) a partnership, the Proposal Form must be signed by one of the partners or an authorized representative of the Partnership; (c) a corporation, the president, vice-president, secretary, or authorized representative of the corporation shall sign and affix the corporate seal to the Proposal Form. DOCUMENT INSTRUCTIONS TO BIDDERS Page 4 of 10

9 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-2 August 2001 As used in these Instructions to Bidders, authorized representative is defined as a person to whom the bidder has granted written authority to conduct business in the bidder s behalf by signing and/or modifying the bid. Such written authority shall be signed by the bidder (the individual proprietor, or a member of the Partnership, or an officer of the Corporation) and shall be attached to the Proposal Form. (8) Interlineation, alterations or erasures on the Proposal Form must be initialed by the bidder or its authorized representative. b. Proposal Form Supplement: Estimated Sales Tax Schedule (1) The Proposal Form must be accompanied by ABC Form C-3S listing the estimated sales tax for all items listed on the Proposal Form. (2) Failure to complete the Proposal Form Supplement shall cause the bidder to be deemed non responsive and the bid shall be rejected. c. Bid Guaranty (1) The Proposal Form must be accompanied by a cashier s check, drawn on an Alabama bank, or a Bid Bond, executed by a surety company duly authorized and qualified to make such bonds in the State of Alabama, payable to the Awarding Authority. (2) If a Bid Bond is provided in lieu of a cashier s check, the bond shall be on the Bid Bond form as stipulated in the Bid Documents. (3) The amount of the cashier s check or Bid Bond shall not be less than five percent of the contractor s bid, but is not required to be in an amount more than ten thousand dollars. c. Delivery of Bids: (1) Bids will be received until the time set, and at the location designated, in the Advertisement for Bids unless notice is given of postponement. Any bid not received prior to the time set for opening bids will be rejected absent extenuating circumstances and such bids shall be rejected in all cases where received after other bids are opened. (2) Each bid shall be placed, together with the bid guaranty, in a sealed envelope. On the outside of the envelope the bidder shall write in large letters Proposal, below which the bidder shall identify the Project and the Work bid on, the name of the bidder, and the bidder s current general contractor s state license number. (3) Bids may be delivered in person, or by mail if ample time is allowed for delivery. When sent by mail, the sealed envelope containing the bid, marked as indicated above, shall be enclosed in another envelope for mailing. DOCUMENT INSTRUCTIONS TO BIDDERS Page 5 of 10

10 ALDOT 5th Div. Office Addition & New Project Shop 9. WITHDRAWAL or REVISION of BIDS: ABC Form C-2 August 2001 a. A bid may be withdrawn prior to the time set for opening of bids, provided a written request, executed by the bidder or the bidder s authorized representative, is filed with the Architect prior to that time. The bid will then be returned to the bidder unopened. b. A bid which has been sealed in its delivery envelope may be revised by writing the change in price on the outside of the delivery envelope over the signature of the bidder or the bidder s authorized representative. In revising the bid in this manner, the bidder must only write the amount of the change in price on the envelope and must not reveal the bid price. c. Written communications, signed by the bidder or its authorized representative, to revise bids will be accepted if received by the Architect prior to the time set for opening bids. The Architect will record the instructed revision upon opening the bid. Such written communication may be by facsimile if so stipulated in Supplemental Instructions to Bidders. In revising the bid in this manner, the bidder must only write the amount of the change in price and must not reveal the bid price. d. Except as provided in Article 12 of these Instructions to Bidders, no bid shall be withdrawn, modified, or corrected after the time set for opening bids. 10. OPENING of BIDS: Bids will be opened and read publicly at the time and place indicated in the Advertisement for Bids. Bidders or their authorized representatives are invited to be present. 11. INCOMPLETE and IRREGULAR BIDS: A bid not accompanied by data required by the Bid Documents, or a bid which is in any way incomplete, may be rejected. Any bid which contains un-initialed alterations or erasures, additions, alternate bids, conditions not called for, or any other irregularities of any kind, shall be subject to rejection. 12. BID ERRORS a. Errors and Discrepancies in the Proposal Form. In case of error in the extension of prices in bids, the unit price will govern. In case of discrepancy between the prices shown in the figures and in words, the words will govern. b. Mistakes within the Bid. If the low bidder discovers a mistake in its bid, the low bidder may seek withdrawal of its bid without forfeiture of its bid guaranty under the following conditions: (1) Timely Notice: The low bidder must notify the Awarding Authority and Architect in writing, within three working days after the opening of bids, that a mistake was made. This notice must be given within this time frame whether or not award has been made. DOCUMENT INSTRUCTIONS TO BIDDERS Page 6 of 10

11 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-2 August 2001 (2) Substantial Mistake: The mistake must be of such significance as to render the bid price substantially out of proportion to the other bid prices. (3) Type of Mistake: The mistake must be due to calculation or clerical error, an inadvertent omission, or a typographical error which results in an erroneous sum. A mistake of law, judgment, or opinion shall not constitute a valid ground for withdrawal without forfeiture. (4) Documentary Evidence: Clear and convincing documentary evidence of the mistake must be presented to the Awarding Authority and the Architect as soon as possible, but no later than three working days after the opening of bids. The Awarding Authority s decision regarding a low bidder s request to withdraw its bid without penalty shall be made within 10 days after receipt of the bidder s evidence or by the next regular meeting of the Awarding Authority. Upon withdrawal of bid without penalty, the low bidder shall be prohibited from (1) doing work on the project as a subcontractor or in any other capacity and (2) bidding on the same project if it is re-bid. 13. DISQUALIFICATION of BIDDERS: Any bidder(s) may be disqualified from consideration for contract award for the following reasons: a. Collusion. Any agreement or collusion among bidders or prospective bidders in restraint of freedom of competition to bid at a fixed price or to refrain from bidding or otherwise shall render the bids void and shall cause the bidders or prospective bidders participating in such agreement or collusion to be disqualified from submitting further bids to the Awarding Authority on future lettings. (See , Code of Alabama 1975, for possible criminal sanctions.) b. Advance Disclosure. Any disclosure in advance of the terms of a bid submitted in response to an Advertisement for Bids shall render the proceedings void and require re-advertisement and rebid. c. Failure to Settle Other Contracts. The Awarding Authority may reject a bid from a bidder who has not paid, or satisfactorily settled, all bills due for labor and material on other contracts in force at the time of letting. 14. CONSIDERATION of BIDS: a. After the bids are opened and read publicly, the bid prices will be compared and the results of this comparison will be available to the public. Until the final award of the contract, however, the Awarding Authority shall have the right to reject any or all bids, and it shall have the right to waive technical errors and irregularities if, in its judgment, the bidder will not have obtained a competitive advantage and the best interests of the Awarding Authority will be promoted. b. If the Bid Documents request bids for projects or parts of projects in combination or separately, the Bid Documents must include modifications of, or supplements to, these Instructions to Bidders setting forth DOCUMENT INSTRUCTIONS TO BIDDERS Page 7 of 10

12 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-2 August 2001 applicable bid procedures. Award or awards will be made to the lowest responsible and responsive bidder or bidders in accordance with such bid procedures. 15. DETERMINATION of LOW BIDDER by USE of ALTERNATES a. The Awarding Authority may request alternate bid prices (alternates) to facilitate either reducing the base bid to an amount within the funds available for the project or adding items to the base bid within the funds available for the project. Alternates, if any, are listed in the Proposal Form in the order in which they shall cumulatively deduct from or add to the base bid for determining the lowest bidder. b. If alternates are included in the Proposal Form, the Awarding Authority shall determine the dollar amount of funds available and immediately prior to the opening of bids shall announce publicly the funds available for the project. The dollar amount of such funds shall be used to determine the lowest bidder as provided herein below, notwithstanding that the actual funds available for the project may subsequently be determined to be more or less than the expected funds available as determined immediately prior to the time of the opening of bids. c. If the base bid of the lowest bidder exceeds the funds available and alternate bid prices will reduce the base bids to an amount that is within the funds available, the lowest bidder will be determined by considering, in order, the fewest number of the alternates that produces a price within the funds available. If the base bid of the lowest bidder is within the funds available and alternate bid prices will permit adding items to the base bid, the lowest bidder will be determined by considering, in order, the greatest number of the alternates that produces a price within the funds available. d. After the lowest bidder has been determined as set forth above, the Awarding Authority may award that bidder any combination of alternates, provided said bidder is also the low bidder when only the Base Bid and such combination of alternates are considered. 16. UNIT PRICES: a. Work Bid on a Unit Price Basis. Where all, or part(s), of the planned Work is bid on a unit price basis, both the unit prices and the extensions of the unit prices constitute a basis of determining the lowest responsible and responsive bidder. In cases of error in the extension of prices of bids, the unit price will govern. A bid may be rejected if any of the unit prices are obviously unbalanced or non-competitive. b. Unit Prices for Application to Change Orders. As a means of predetermining unit costs for changes in certain elements of the Work, the Bid Documents may require that the bidders furnish unit prices for those items in the Proposal Form. Unit prices for application to changes in the work are not a basis for determining the lowest bidder. Non-competitive unit prices proposed by the successful bidder may be rejected and competitive prices negotiated by the Awarding Authority prior to contract award. Unit prices for application to changes in the work are not effective unless specifically included and agreed upon DOCUMENT INSTRUCTIONS TO BIDDERS Page 8 of 10

13 ALDOT 5th Div. Office Addition & New Project Shop in the Construction Contract. 17. AWARD of CONTRACT: ABC Form C-2 August 2001 a. The contract shall be awarded to the lowest responsible and responsive bidder unless the Awarding Authority finds that all the bids are unreasonable or that it is not in the best interest of the Awarding Authority to accept any of the bids. A responsible bidder is one who, among other qualities determined necessary for performance, is competent, experienced, and financially able to perform the contract. A responsive bidder is one who submits a bid that complies with the terms and conditions of the Advertisement for Bids and the Bid Documents. Minor irregularities in the bid shall not defeat responsiveness. b. A bidder to whom award is made will be notified by telegram, confirmed facsimile, or letter to the address shown on the Proposal Form at the earliest possible date. Unless other time frames are stipulated in Supplemental Instructions to Bidders, the maximum time frames allowed for each step of the process between the opening of bids and the issuance of an order to proceed with the work shall be as follows: (1) Award of contract by Awarding Authority 30 calendar days after the opening of bids (2) Contractor s return of the fully executed contract, with bonds and evidence of insurance, to the Awarding Authority (3) Awarding Authority s approval of the contractor s bonds and evidence of insurance 15 calendar days after the contract has been presented to the contractor for signature 20 calendar days after the contractor presents complete and acceptable documents to the Architect and completion of contract execution (4) Notice To Proceed issued to the contractor 15 calendar days after final execution of contract by the Awarding Authority, and by the Governor if his or her signature on the contract is required by law The time frames stated above, or as otherwise specified in the Bid Documents, may be extended by written agreement between the parties. Failure by the Awarding Authority to comply with the time frames stated above or stipulated in Supplemental Instructions to Bidders, or agreed extensions thereof, shall be just cause for the withdrawal of the contractor s bid and contract without forfeiture of bid security. c. Should the successful bidder or bidders to whom the contract is awarded fail to execute the Construction Contract and furnish acceptable Performance and Payment Bonds and satisfactory evidence of insurance within the specified period, the Awarding Authority shall retain from the bid guaranty, if it is a cashier s check, or recover from the principal or the sureties, if the guaranty is a bid bond, the difference between the amount of the contract as awarded and the amount of the bid of the next lowest responsible and responsive bidder, but not more than $10,000. If no other bids are received, the full amount of the bid guaranty shall be so retained or recovered as liquidated damages for such DOCUMENT INSTRUCTIONS TO BIDDERS Page 9 of 10

14 ALDOT 5th Div. Office Addition & New Project Shop default. Any sums so retained or recovered shall be the property of the Awarding Authority. ABC Form C-2 August 2001 d. All bid guaranties, except those of the three lowest bona fide bidders, will be returned immediately after bids have been checked, tabulated, and the relation of the bids established. The bid guaranties of the three lowest bidders will be returned as soon as the contract bonds and the contract of the successful bidder have been properly executed and approved. When the award is deferred for a period of time longer than 15 days after the opening of the bids, all bid guaranties, except those of the potentially successful bidders, shall be returned. If no award is made within the specified period, as it may by agreement be extended, all bids will be rejected, and all guaranties returned. If any potentially successful bidder agrees in writing to a stipulated extension in time for consideration of its bid and its bid was guaranteed with a cashier s check, the Awarding Authority may permit the potentially successful bidder to substitute a satisfactory bid bond for the cashier s check. END of INSTRUCTIONS TO BIDDERS DOCUMENT INSTRUCTIONS TO BIDDERS Page 10 of 10

15 TO: NAME OF PROJECT: (Awarding Authority) ACCOUNTING OF SALES TAX Attachment to ABC Form C-3 Proposal Form Date: ABC Form C-3A-Sales Tax October 2013 SALES TAX ACCOUNTING Pursuant to Act , Section l(g) the Contractor accounts for the sales tax NOT included in the bid proposal form as follows: ESTIMATED SALES TAX AMOUNT BASE BID: Alternate No.1 ( ) Alternate No.2 ( ) Alternate No.3 ( ) Alternate No. 4 ( ) Alternate No.5 ( ) Alternate No.6 ( ) $ (add) (deduct) $ (add) (deduct) $ (add) (deduct) $ (add) (deduct) $ (add) (deduct) $ (add) (deduct) $ Failure to provide an accounting of sales tax shall render the bid non-responsive. Other than determining responsiveness, sales tax accounting shall not affect the bid pricing nor be considered in the determination of the lowest responsible and responsive bidder. Legal Name of Bidder: _ Mailing Address: * By : (s i g n a t u r e) * Name (type or print) (Seal) *Title Telephone Number

16

17 ALDOT 5th Div. Office Addition & New Project Shop DOCUMENT SALES AND USE TAX SAVINGS ARRANGEMENTS ABC Form C-6 August 2001 Alabama entities who are exempt from sales and use taxes may save the costs of sales and use taxes on purchases of materials, supplies, equipment, and other items necessary for the performance of their construction projects if these purchases conform to regulations of the Alabama Department of Revenue. To effect tax exemption requires, the Awarding Authority and the contractor to apply for and be issued a Certificate of Exemption by the ADOR. If care is not taken in the preparation of the bid/contract documents, the Awarding Authority may assume responsibilities and liabilities that traditionally belong to the contractor. Tax savings arrangements require added administration by the contractor, design professional, and the Awarding Authority, the cost of which may not be offset by the tax savings in all cases. Tax savings arrangements should be implemented with the award of the contract. Attempts to effect tax savings after materials have been paid for by the contractor, and particularly after they have been installed, will not be honored by the Alabama Department of Revenue. If the Awarding Authority determines that it is in its best interest to implement a tax savings arrangement, the Technical Staff can provide sample documents and procedures. However, it is the Awarding Authority s responsibility to confirm with the Department of Revenue that these sample documents and procedures conform to current tax law and regulations. SALES AND USE TAX SAVINGS ARRANGEMENTS 1 of 1

18

19 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-6 August 2001 DOCUMENT GUIDELINES FOR SALES AND USE TAX SAVINGS ARRANGEMENTS FOR PUBLIC CONSTRUCTION AND IMPROVEMENT PROJECTS The guidelines have been prepared by the Alabama Building Commission (ABC) to provide administrative documents and procedures that complement ABC standard documents and procedures. The Sales and Use Tax Division of the Alabama Department of Revenue has confirmed that these guidelines conform to state tax laws and the rules and regulations of the Alabama Department of Revenue in effect as of May 7, It is the responsibility of the Awarding Authority (Owner) who intends to implement these guidelines to confirm that these guidelines conform to state tax laws and the rules and regulations of the Alabama Department of Revenue in effect at the time of implementing these guidelines. For more information contact Mike Emfinger, Revenue Department, Sales and Use Tax Division, (334) or go to the web site, ( Pursuant to Title 40 (Revenue and Taxation), Code of Alabama 1975, the gross proceeds of the sales of tangible personal property to the State of Alabama, counties and incorporated municipalities, county and city school boards, independent school boards, and all educational institutions and agencies of the state, counties, and municipalities are exempt from sales and use taxes. Such entities may exercise their tax exempt status and save the costs of sales and use taxes to be paid on tangible personal property incorporated into their building construction and improvement projects. Tangible personal property will be referred to in these guidelines as materials and include materials, supplies, equipment, and other items necessary for the performance of building construction or improvement work by a contractor and its subcontractors. In order to preserve its tax exempt status in a building construction or improvement project, the Owner, or the Contractor may purchase the materials, only after receipt of a Certificate of Exemption from the Alabama Department of Revenue (ADOR). Implementation of such an arrangement requires added administration by the contractor, design professional, and the Owner, the cost of which may not be offset by the tax savings in all cases. If care is not taken in the preparation of the bid the contract documents, the Owner may assume responsibilities and liabilities that traditionally belong to the Contractor. Tax savings arrangements should be implemented with the award of the construction contract; attempts to effect tax savings after materials have been ordered and delivered in the contractor s name of paid for by the contractor cannot be honored by the Alabama Department of Revenue given that the project bid must be submitted without the inclusion of sales tax. I. CRITERIA OF EXEMPTION To effect tax exempt purchases through a construction contract the following criteria must be met: A. The Owner must appoint the contractor as its agent to purchase the materials. B. The Owner and The Contractor must apply for and be issued a Certificate of Exemption by the ADOR. C. The contractor must purchase the materials in the name of the Owner. D. The vendor who sells the materials must be paid directly by the Owner with funds belonging to the Owner. E. The labor to install or erect the materials must be provided by a party other than the vendor who sells the materials to the Owner. II. GUIDELINES FOR PROJECTS NOT INVOLVING PSCA FUNDING A. CONTRACT PROVISIONS If the Owner determines that it is in its best interest to implement a tax savings arrangement, adequate provisions must be included in the contract to insure that the procedural criteria are met and that certain traditional responsibilities and liabilities relative to materials remain with the contractor. Enclosed are a sample specification section with an Agency Agreement and forms that are recommended for inserting adequate provisions into construction contracts. The basic elements of these provisions are: GUIDELINES FOR SALES AND USE TAX ARRANGEMENTS 1 of 4

20 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-6 August The bidders (contractors, subcontractors, and vendors) are given notice of the Owner s intent to implement a tax savings arrangement. 2. Sales and use taxes are to be excluded from the bid prices and, thus, the contract amount. The estimated sales tax amounts for all items in the bid, including base bid and all alternates shall be scheduled in an attachment to the Bid Form (ABC Form C-3S) and the contract amount shall reflect the amount of taxes saved based upon actual purchases. 3. A form of Agency Agreement is provided which will establish the agency role of the contractor and further document the contractor s obligations under the arrangement. 4. The contractor retains the traditional responsibilities and liabilities for the materials purchased, except that the Owner may pay vendors directly for materials purchased by the contractor as agent for the Owner. 5. The Owner s payments for materials directly to vendors also constitute payments against the construction contract amount and shall be summarized as a deductive line item each month with the Estimate for Partial Payment. 6. The contractor s costs for administering the arrangement are to be included in the bid price and the contract amount. 7. Procedures for the administration of the arrangement are established and standard forms are provided. B. PROGRESS PAYMENTS, SPECIAL FORM The Owner s payments for materials and the resulting accumulation of tax savings must be accounted for when calculating the contractor s monthly progress payments. Enclosed are copies of ABC Form C-10ST, APPLICATION AND CERTIFICATE FOR PAYMENT (For Contracts Utilizing Sale/Use Tax Savings Agreements), which is the pay request format recommended by the ABC. If a project is to be administered by the ABC, this form must be substituted for standard ABC Form C-10, APPLICATION AND CERTIFICATE FOR PAYMENT. Also enclosed is a copy of ABC Form C-10SM, INVENTORY OF STORED MATERIALS, which may be used in calculating the value of stored materials each month. It should be noted that in calculating the contractor s monthly progress payments, retainage is based upon completed work and stored materials despite the fact that the Owner has paid for the materials directly. Retainage is not to be withheld from direct payments to vendors. C. FINAL ACCOUNTING BY CHANGE ORDER The end result of a sales and use tax savings arrangement is the reduction of the amount of the construction contract by the amount of taxes actually saved during the course of the project. This is to be accomplished by change order prior to issuance of final payment. III. PROCEDURES FOR PSCA FUNDED PROJECTS In a PSCA funded project, the construction contract is a three-party contract in which the PSCA and the Local Owner (a city or county board of education or an education institution) are co-owners contracting with a construction contractor. If the Local Owner desires to exercise its tax exempt status in a PSCA funded project, an Agency Agreement for the purchase of materials in the name of the Local Owner must be entered into between the Local Owner and the contractor. The Local Owner will make direct payments to vendors for materials purchased for the project. The PSCA will not be a party to the Agency Agreement nor will the PSCA participate in direct payments to material vendors. PSCA payments to the contractor will be processed the same as if a tax savings arrangement did not exist. The contractor will use standard ABC Form C-10, APPLICATION AND CERTIFICATE FOR PAYMENT to request progress GUIDELINES FOR SALES AND USE TAX ARRANGEMENTS 2 of 4

21 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-6 August 2001 payments, not ABC Form C-10ST. The contractor s pay requests will include the cost of materials and sales and use taxes. The pay requests will be processed for approval through the design professional, to the Local Owner, to the ABC, and to the GUIDELINES FOR SALES AND USE TAX ARRANGEMENTS 3 of 4

22 ALDOT 5th Div. Office Addition & New Project Shop ABC Form C-6 August 2001 PSCA. The PSCA will make monthly progress payments to the contractor which will include paying the contractor the cost of materials and sales and use taxes. A. SEQUENCE OF PAYMENTS In order that the Local Owner may make direct payments to vendors from its PSCA funding, the following sequence of events and payments occur: 1. The contractor will purchase materials for the project as the Owner s agent, using the Owner s Tax Exempt Purchase Orders. 2. Upon submitting a monthly pay request, the contractor also forwards approved material invoices and summaries covered by the monthly pay request to the Local Owner for payment. 3. The contractor receives its payment from the PSCA (which includes Sales Tax, if included in the contract). 4. From its payment received from the PSCA, the Contractor forwards payment for the materials covered by the monthly pay request (excluding Sales Tax) to the Local Owner. 5. The Local Owner pays the Vendors (excluding Sales Tax) for the materials used in the construction project. At this point, the contractor is the only entity benefiting from the sales tax savings. The contractor has received payment, including sales tax, from the PSCA, yet the sales tax is excluded from the contractor s payment to the Local Owner which is used to pay the vendors. On order to return the Sales Tax Savings to the Local Owner, the contractor must issue Change Order credit(s) to be deducted from the contract price. These Change Orders may be handled in two ways: 1. In the event a Change Order is needed for any regular purpose, such as the addition of materials or labor, the Tax Credit may be listed as another item of the Change Order. 2. A Change Order may be issued solely for the purpose of providing a credit to the Local Owner for the total amount of tax savings. B. CONTRACT PROVISIONS and AGENCY AGREEMENT The sample specifications and agency agreement contained in these guidelines are not suitable for projects funded by the PSCA, because they do not address the contractor s obligation to pay the Local Owner or other aspects of the required sequence of payments. The Local Owner s legal advisor should modify the sample documents to incorporate the appropriate language consistent with the Local Owner s authority and needs. GUIDELINES FOR SALES AND USE TAX ARRANGEMENTS 4 of 4

23 ALDOT 5th Div. Office Addition & New Project Shop SCHEDULE OF UNIT PRICES A. Unit Price Item (1): Removal of unsuitable materials and replacement with suitable materials per the Contract Documentsto be estimated by the bidders at undercut to a depth of 3 feet and 3 feet outside the building and paving footprint of the Office Adition and Project Shop at Greensboro and the Project Shop at Carrollton. 1. NOTE: Bidders are required to estimate this volume as a a lump sum based on a per cubic yard unit basis at the prevailing rate for the completed Work as outlined above including, excavation, removal and disposal of unsuitable subgrade material, plus the purchase, delivery and placement and compaction of new suitable material to the specified density. $ / CU. YD.

24

25 ALDOT 5th Div. Office Addition & New Project Shop SECTION TOILET, BATH, AND LAUNDRY ACCESSORIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Accessories for toilet rooms, showers, and utility rooms. B. Grab bars RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; B. ASTM A269 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service; C. ASTM A666 - Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; D. ASTM B456 - Standard Specification for Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium; 2003 (Reapproved 2009). E. ASTM C Standard Specification for Flat Glass; F. ASTM C Standard Specification for Silvered Flat Glass Mirror; G. GSA CID A-A Mirrors, Glass; U.S. General Services Administration; SUBMITTALS A. See Section Administrative Requirements, for submittal procedures. B. Product Data: Provide data on accessories describing size, finish, details of function, attachment methods. C. Samples: Submit two samples of each accessory, illustrating color and finish. D. Manufacturer's Installation Instructions: Indicate special procedures and conditions requiring special attention. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Toilet Accessories: 1. A & J Washroom Accessories Inc: 2. American Specialties, Inc: 3. Bradley Corporation: 4. Substitutions: Section Product Requirements MATERIALS A. Accessories - General: Shop assembled, free of dents and scratches and packaged complete with anchors and fittings, steel anchor plates, adapters, and anchor components for installation. B. Keys: Provide three keys for each accessory to Owner; master key all lockable accessories. C. Stainless Steel Sheet: ASTM A666, Type 304. D. Stainless Steel Tubing: ASTM A269, Type 304 or 316. E. Mirror Glass: Float glass, ASTM C1036 Type I, Class 1, Quality Q2, with silvering, protective and physical characteristics complying with ASTM C1503. F. Adhesive: Two component epoxy type, waterproof. G. Fasteners, Screws, and Bolts: Hot dip galvanized, tamper-proof, security type FINISHES A. Stainless Steel: No. 4 satin brushed finish, unless otherwise noted. B. Chrome/Nickel Plating: ASTM B456, SC 2, satin finish, unless otherwise noted TOILET, BATH, AND LAUNDRY ACCESSORIES 1 of 3

26 ALDOT 5th Div. Office Addition & New Project Shop C. Galvanizing for Items Other than Sheet: Comply with ASTM A123/A123M; galvanize ferrous metal and fastening devices. D. Back paint components where contact is made with building finishes to prevent electrolysis TOILET ROOM ACCESSORIES A. Toilet Paper Dispenser: Double roll, surface mounted bracket type, chrome-plated zinc alloy brackets, spindleless type for tension spring delivery designed to prevent theft of tissue roll. B. Paper Towel Dispenser: Folded paper type, stainless steel, semi-recessed, with viewing slots on sides as refill indicator and tumbler lock. C. Waste Receptacle: Stainless steel, freestanding style with swing top. 1. Liner: Removable seamless stainless steel receptacle. 2. Minimum capacity: 10 gallons. D. Combination Towel Dispenser/Waste Receptacle: Recessed flush with wall, stainless steel; seamless wall flanges, continuous piano hinges, tumbler locks on upper and lower doors. 1. Waste receptacle liner: Reusable, heavy-duty vinyl. 2. Towel dispenser capacity: 700 multifold. 3. Waste receptacle capacity: 12 gallons. E. Soap Dispenser: Liquid soap dispenser, wall-mounted, surface, with stainless steel cover and horizontal stainless steel tank and working parts; push type soap valve, check valve, and window gage refill indicator, tumbler lock. 1. Minimum Capacity: 48 ounces. F. Mirrors: Stainless steel framed, 6 mm thick float glass mirror. 1. Frame: 0.05 inch angle shapes, with mitered and welded and ground corners, and tamperproof hanging system; No.4 finish. 2. Backing: Full-mirror sized, minimum 0.03 inch galvanized steel sheet and nonabsorptive filler material. 3. Fixed Tilt Mirrors: Minimum 3 inches tilt from top to bottom. 4. Shelf: Stainless steel; gage and finish to match mirror frame, turned down edges, welded to frame; 5 inches deep, full width of mirror. G. Grab Bars: Stainless steel, 1-1/4 inches outside diameter, minimum 0.05 inch wall thickness, nonslip grasping surface finish, concealed flange mounting; 1-1/2 inches clearance between wall and inside of grab bar. 1. Length and configuration: As indicated on drawings SHOWER AND TUB ACCESSORIES A. Shower Curtain Rod: Stainless steel tube, 1 inch outside diameter, 0.04 inch wall thickness, satin-finished, with 3 inch outside diameter, minimum 0.04 inch thick satin-finished stainless steel flanges, for installation with exposed fasteners. B. Folding Shower Seat: Wall-mounted recessed; welded tubular seat frame, structural support members, hinges and mechanical fasteners of Type 304 stainless steel, L shaped R or L handed as indicated on drawings. seat. 1. Seat: Phenolic or polymeric composite one-piece seat or seat slats, of color as selected. 2. Size: ADA compliant UTILITY ROOM ACCESSORIES A. Combination Utility Shelf/Mop and Broom Holder: 0.05 inch thick stainless steel, Type 304, with 1/2 inch returned edges, 0.06 inch steel wall brackets. 1. Drying rod: Stainless steel, 1/4 inch diameter. 2. Hooks: 2, 0.06 inch stainless steel rag hooks at shelf front. 3. Mop/broom holders: 4 spring-loaded rubber cam holders at shelf front. 4. Length: Manufacturer's standard length for number of holders/hooks. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work TOILET, BATH, AND LAUNDRY ACCESSORIES 2 of 3

27 ALDOT 5th Div. Office Addition & New Project Shop B. Verify exact location of accessories for installation. C. Verify that field measurements are as indicated on drawings. D. See Section for installation of blocking, reinforcing plates, and concealed anchors in walls and ceilings PREPARATION A. Deliver inserts and rough-in frames to site for timely installation. B. Provide templates and rough-in measurements as required INSTALLATION A. Install accessories in accordance with manufacturers' instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Mounting Heights and Locations: As required by accessibility regulations and as indicated on drawings 3.04 SCHEDULE See Drawings END OF SECTION TOILET, BATH, AND LAUNDRY ACCESSORIES 3 of 3

28

29

30

31

32

33 3504 7th Avenue South Birmingham, AL T Project # ALDOT - 5TH DIVISION AN OFFICE ADDITION & NEW PROJECT SHOPS BID & CONSTRUCTION DOCUMENTS WBA#: ABC#: GREENSBORO ABC#: CARROLLTON GREENSBORO RISER DIAGRAM AND PANELBOARD SCHEDULES E1.3

34 3504 7th Avenue South Birmingham, AL T Project # ALDOT - 5TH DIVISION AN OFFICE ADDITION & NEW PROJECT SHOPS BID & CONSTRUCTION DOCUMENTS WBA#: ABC#: GREENSBORO ABC#: CARROLLTON CARROLLTON RISER DIAGRAM AND PANELBOARD SCHEDULES E1.5

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

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

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

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

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

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

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

More information

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

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,

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

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

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

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

More information

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

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

More information

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

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

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

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

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

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

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

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

More information

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

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

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

Architectural Services

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

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

SPECIFICATIONS AND PROJECT MANUAL

SPECIFICATIONS AND PROJECT MANUAL SPECIFICATIONS AND PROJECT MANUAL ITB#: 2016-015-FAC PROJECT#: 083050-15-001 (Bid Opening Date: 5/2/2016 Time: 2pm ) FURNISHING OF ALL LABOR AND MATERIALS FOR THE COLINAS DEL NORTE ELEMENTARY SCHOOL MECHANICAL

More information

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

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

More information

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015 ADDENDUM NO. 1 City of Saint James, MN Tower Coating Improvements Bid Date: June 5, 2015 Bid Time: 2:00 p.m. BMI Project No. M17.110096 Bolton & Menk, Inc. 1960 Premier Drive Mankato, MN 56001 June 2,

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

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

More information

University of Kansas Procurement Services

University of Kansas Procurement Services University of Kansas Procurement Services PURCHASING PROCEDURES MANUAL 1 Contents 1.0 DEPARTMENTAL PURCHASING AUTHORITY... 4 1.1 Introduction... 4 1.2 Use of Mandatory Contracts and Preferred Agreements...

More information

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom Overview The (CBW) requests sealed bids from interested and qualified firms to provide a, on a one-time basis. Supplier shall furnish all labor, materials, tools, and equipment necessary for supplying

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

More information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

Title 15 BUILDINGS AND CONSTRUCTION

Title 15 BUILDINGS AND CONSTRUCTION Title 15 BUILDINGS AND CONSTRUCTION Chapters: 15.04 International Codes Adopted 15.08 Building Permits 15.12 Movement of Buildings Chapter 15.04 INTERNATIONAL CODE COMMISSION CODES Sections: 15.04.010

More information

School Risk Assessment

School Risk Assessment RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting

More information

REQUEST FOR PROPOSALS

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

More information

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

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

More information

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

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

More information

Pierce County Library System PCLS PAC Training Room PROJECT MANUAL

Pierce County Library System PCLS PAC Training Room PROJECT MANUAL Pierce County Library System PCLS PAC Training Room PROJECT MANUAL Date: June 21, 2017 PIERCE COUNTY LIBRARY SYSTEM PCLS PAC TRAINING ROOM June 21, 2017 SECTION 00 01 10 TABLE OF CONTENTS Division 00:

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

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

More information

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

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 RFP NO. FY13.1142.FSM UTU ABE MALAE Executive Officer Page 1 of

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

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

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

Professional Practice 544

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

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

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

More information

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/.. PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..2016 DECEMBER 2015 TABLE OF CONTENTS 1.1 SECTION 1: PREQUALIFICATION

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID Bid No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) Bid Release: February 4, 2014 Bid Questions Deadline: Bid Due Date: February 11, 2014, 2:00pm February 20,

More information

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

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

More information

REQUEST FOR PROPOSALS

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

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

PREQUALIFICATION QUESTIONNAIRE

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

More information

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205428 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for

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

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

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

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

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents.

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents. Project Manual Arriba Flagler Consolidated School District 20 Flagler School MEP Renovations 100% Construction Documents Prepared By: Leffingwell Consulting Engineers, Inc. 1315 North El Paso Street Colorado

More information

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen: March 6, 2018 Subject: Addendum No. 2 Toyota Park Transit Center Phase II Ladies and Gentlemen: This Addendum No. 2 is being issued to provide responses to questions submitted by potential bidders and

More information

SPECIFICATION DEMOLITION OF DWELLINGS 13 Armstrong Avenue 19 Armstrong Avenue 86 Causeway Street 114 Causeway Street 2 Lee Street 3 Lee Street 31 Levinson Avenue 20-22 Levinson Avenue 17 Maple Street 29

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

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

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

More information

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

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

More information

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

CITY OF CHICAGO DEPARTMENT OF BUILDINGS CITY OF CHICAGO DEPARTMENT OF BUILDINGS GUIDELINES FOR THE PREPARATION OF REQUESTS FOR QUALIFICATIONS FOR THE SELECTION OF CONSULTING FIRMS TO PERFORM LIFE SAFETY EVALUATIONS The Chicago Department of

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

Construction Family of Documents

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

More information

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018 JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO. 77030 March 16, 2018 Engineer: Joseph B. Callaghan, Inc. 1655 Suburban Station Building 1617 John F. Kennedy Blvd. Philadelphia, PA 19103 jbciengineers.com

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

PURCHASING MANUAL & POLICIES

PURCHASING MANUAL & POLICIES PURCHASING MANUAL & POLICIES 1 TABLE OF CONTENTS TABLE OF CONTENTS.2 PURPOSE OF MANUAL 3 PURCHASING AGENT..4 PURCHASING OBJECTIVES..5 POLICY.....6 & 7 RESPONSIBILITIES..8 GENERAL PROCEDURES....9 PROCUREMENT

More information

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

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

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

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

More information