DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO

Size: px
Start display at page:

Download "DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO"

Transcription

1 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO ADDENDUM NO. THREE DATE: November 20, 2017 CLIENT / PROJECT: Chabot-Las Positas Community College District District-Wide, Prop 39 Interior Led Lighting Upgrades, Bid NO BID DATE: DECEMBER 7, 2017 (REVISED in Addendum #2) BID OPENING LOCATION: DESIGNER: Chabot-Las Positas CCD Purchasing & Contracts Department 7600 Dublin Blvd. Dublin, CA WSP BID TIME: 2:00 p.m. NOTICE TO ALL CONTRACTORS SUBMITTING BIDS FOR THIS WORK AND TO ALL PLAN HOLDERS: You are hereby notified that this Addendum No. Three is issued to clarify, add, delete, correct and/or change the contract documents to the extent indicated and is hereby made a part of the above noted contract documents on which the contract will be based. Any modifications/changes made by this addendum affect only the portions or paragraphs specifically identified herein; all remaining portions of the proposal to remain in force. It is the responsibility of all bidders to conform to this addendum. Acknowledge receipt of this addendum in the space provided on the bid form. Failure to do so may subject Bidder to disqualification. A. CHANGES AND/OR CLARIFICATIONS TO THE PROJECT MANUAL, CONTRACT DOCUMENTS AND SPECIFICATIONS: The following attached documents are added and/or modified to the bidding documents: Updated Basis of Design Fixture Sheets CH LP -01 through 09 Updated Building Lighting Sheets Added Specifications: o Electrical Systems o Electrical General Conditions o Architectural Lighting Revised Updated Scope of Work and Technical Specifications section (Replaced in its entirety) Revised.2 Bid Proposal Form (Replaced in its entirety) Alternate Bid Items. Under Alternate Line Item #4 This deductive alternate line item has been deleted. Replaced in its entirety with Alternate #4 to be identified as either an additive or deductive alternate to substitute OSRAM product for the Lighting Control System. Bidder s price proposal(s) for Alternate Bid Items is/are set forth in the form of Alternate Bid Item Proposal included herewith and must indicate whether it is an additive or deductive cost. Specific Alternate Bid Item will be incorporated into the scope of Work of the Contract at the District s discretion. ADDENDUM THREE (3) - Page 1 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT PROP 39 INTERIOR LED LIGHTING UPGRADES DISTRICT-WIDE

2 1. Modify the Instructions to Bidders: a) Additional Documents to be submitted with Bid- In addition to the Documents required accompanying the Bid Proposal as listed in Paragraph 3 of the Instructions to Bidders, Bidders shall complete and include a Fixture Unit Price Schedule for Base System only and a Fixture and System Description for both the Base and Alternate Systems. 2. Modify the Fixture Unit Price Schedule: a) Fixture and Unit Price Schedule -The Fixture and Unit Price Schedule, for the Base System only, shall list the unit price to add or deduct fixtures of the types as listed in the Fixture Unit Price Schedule. The unit price shall include all cost to furnish, install, control and setup or program a fixture, not including contractor overhead and profit. b) Fixture and System Description- The Fixture and System Description for both systems shall include a listing of the manufacturers of each fixture type, DLC/QPL listing, approach to room control of on/off, dimming, occupancy and light harvest function, manufacturer of room control devices, description of integration of room controls to a building control system, manufacturer of building wide control equipment, capability to communicate and share control with Alerton BMS via BACNET, description of any cloud or campus server based lighting control software to be provided which will monitor and control lighting at the building and room level, estimated annual costs to maintain such enterprise level software and number and type of devices that are battery powered. 3. Revised Updated Scope of Work and Technical Specification Section: Attached Scope of Work and Technical Specifications replaced in its entirety. 4. Revised Bid Questions Section - Responses: # Question: Response: 5 Is it preferred for the controls/fixtures to The intent is to provide a project that functions as an come from the same manufacturer? integrated system providing excellent lighting performance with the ability to control lighting at the room, building and campus levels. It is not required that lighting controls and fixtures be provided by the same vendor. However, if combining represents either an added value in cost/features or a reduction in risk/maintenance to the Owner these advantages should be highlighted in the proposed response. The lighting control system must be able to integrate with 6 Do the lighting controls need to mesh with a BMS/BACnet system? 13 What would be an acceptable percentage for the controls components to be battery powered? multiple fixture vendors. The lighting control system needs to have the capability communicating with the District s Alerton BMS using BACNET protocol. The lighting control system must accept control commands from the Alerton system. The objective is to minimize battery powered devices. The only acceptable battery powered device is a wall switch in an inaccessible location. ADDENDUM THREE (3) - Page 2 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT PROP 39 INTERIOR LED LIGHTING UPGRADES DISTRICT-WIDE

3 15 Are there any other infrastructures that the district would like to capture through the installation of the lighting controls system? (A/V controls, Asset Management etc.) Integration with AV controls at a local room level are required, refer to Addendum 1 sheet CH LP-08 functional lighting control flow diagram for details. Other requirements for integration are illustrated on the same sheet. Additional features such as asset management, space utilization, location services, etc. can be provided either for present or future implementation and should be highlighted in the proposed response for evaluation. 16 Are individual fixture sensors preferred? There is limited application in single person offices. ADDENDUM THREE (3) - Page 3 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT PROP 39 INTERIOR LED LIGHTING UPGRADES DISTRICT-WIDE

4 Scope of Work and Technical Specifications CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT Revised - Addendum No.3 Chabot-Las Positas Community College District ( District ) requests that Contractor provide design, procurement and construction for the PROP 39 INTERIOR LIGHTING UPGRADES at both the Chabot College and Las Positas College campuses. Overview, Objective and Site Information Chabot College Campus is located at Hesperian Avenue in Hayward, CA. The Las Positas College is located at 3000 Campus Hill Drive in Livermore. The District s intent is to improve interior lighting and reduce energy use throughout the campuses by replacing fluorescent fixtures and some HID lamps with LED lamps. The project also includes alternates to replace some exterior lights at both campuses. The District has been approved for an incentive from PG&E through the CCC-IOU partnership and has an approved Proposition 39 energy saving plan. The Contractor shall provide required documentation to PG&E and others to achieve maximum incentive payments and compliance with Prop 39 approved energy savings plan. Scope of Work The project primarily consists of retrofit or replacement of fluorescent luminaires with LED fixtures at both campuses per the schedule included in this scope of work. The scope also includes replacement of high bay HID fixtures in Building 1400 on the Chabot campus. The intent of this project is to replace the existing variety of interior lighting within the campuses with a consistent appearance LED fixture installed in grid ceilings. The intent of this project is to improve interior lighting levels and add control systems to provide further energy improvements and address Title 24 requirements regarding lighting alteration projects. The District desires a selection of light fixtures that are controlled by a combination of wired and wireless networks that provide ability to control local spaces, integrate to a building level control and the capability to communicate with the District s Alerton Building Management System to allow both monitoring and occasional room or area control. This RFP design is based on Lithonia retrofit and replacement fixtures with the Acuity nlight control system, blending wireless local control and wired building control. Contractors may propose other combinations of fixtures and control systems to achieve the District s desired functionality. The District is evaluating LED Fixture and control systems from Philips, LG, RAB and Connect (GE). The District desires maximum use of wired controls with wireless only used in inaccessible locations. The wired control system is designed to allow multiple fixture vendors. This RFP design is based on the Base System as an Acuity nlight Control System. Contractors must submit an alternate using the OSRAM Control System (Alternate Line Item #4) using wired local and building control. The alternate price shall include the entire procurement and installation of the complete system including fixtures, lamps and lighting controls. Since the control system need not dictate the light fixture selection, Contractors shall list the fixture types proposed for each system. Contractors may propose other combinations of fixtures and Page 1 of 4- Bid District Wide Prop 39 Interior Lighting Upgrades

5 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT Revised - Addendum No.3 control systems to achieve the District s desired functionality but must submit pricing for the Base System Acuity System and the alternate OSRAM System (Alternate Line Item #4). Alternate Line Item #5 requests any cost adjustment to use retrofit fixtures in Chabot Building 3900 rather than full replacement fixtures. Design Requirements The Contractor shall provide all required information necessary for the District to submit Prop 39 documentation to PG&E, State Chancellor Office, California Energy Commission or other required public entities to confirm utility incentives, State Chancellor s Office and/or California Energy commission to confirm Prop 39 reimbursement prior to final payment. The Contractor shall submit room illumination calculations for a minimum of 10 rooms selected by the District for evaluation to confirm the adequacy of the fixtures proposed by the Contractor. The Contractor shall confirm the existing local room lighting control system and at least match the level of local control with the new installation. Contractor shall provide at least 2 working samples of each type of interior light fixture for evaluation by the District. These samples shall be provided within 30 days of notice to proceed and at least 60 days before installation of any fixtures. Prior to full installation, the Contractor shall install a demonstration system in one room of one of the buildings that is part of the project. The selected room will demonstrate the performance and functionality of the full control system combining the five levels of controls defined by Title 24. The general control requirements by space type are: Space Type On/Off Occupancy Dimming Light Harvest Classroom/Labs X X % person Offices X X % Conf/Large Office/Meeting X X % 1 Hallway/Lobby X X 50% 2 Utility/Bathrooms X X N/A 1- Light Harvest controls as required by Title 24 spaces. 2- As noted on the design documents building by building 3- Note on Drawing CH LP 08- a key switch has been added to shut off lighting to power to a room, this typically replaces one of the bi-level switches. Page 2 of 4- Bid District Wide Prop 39 Interior Lighting Upgrades

6 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT Revised - Addendum No.3 Specific room control requirements per Title 24 that are more stringent shall take precedence. The scope of work shall include any programming required for the lighting control. Contract shall include delivering 4 mobile devices used for programming and controlling the lighting systems to the District. Contractor shall survey all buildings to confirm replacement fixtures will be compatible with existing conditions and existing local and building control systems. Description of Allowance and Alternates on Revised.2 Bid Proposal Form A. Non-Specified Allowance Include an allowance of $50,000 for Owner directed changes to the project scope and include in the base bid. B. Add Alternate #1 Provide exterior lighting replacements at Chabot College per the attached listing (except Arcade Canopy exterior LED fixtures as listed on Alternate #3). C. Add Alternate #2 - Provide exterior lighting replacements at Las Positas College per the attached listing. D. Add Alternate #3 - Provide exterior lighting replacement for the Arcade Canopy lighting at Chabot College E. Deductive Alternate # 4 -Provide a unit cost differential for Option 2 as listed on Drawing CH LP 01, Key note B, for a fixture mounted occupancy sensor. F. Alternate #4 - Provide cost differential (additive or deductive) to provide a complete lighting control system and light fixtures based on the OSRAM Control System. G. Deductive Alternate #5 - Provide cost differential to substitute Type 1 retrofit fixtures for Type 3 new Type L3A new fixtures for Type L1A retrofit fixtures in Building 3900, Chabot College. Construction Requirements Contractor shall coordinate with the District s Construction Manager for the installation of the fixtures. The campus buildings are generally in use from 7:30AM to 10:00PM Monday to Friday. Contractor should presume interior light fixture replacement must be performed at times other than when a campus building is in use. Exterior lighting replacement can occur during normal working hours. A. Exterior Lighting 1. Replace exterior pole mounted, wall and soffit mounted luminaires as defined in the contract document. Wherever a discrepancy with the connections, the contractor shall be responsible for providing and installing all materials to ensure complete and operable systems as required by the District and or PG&E (rebate qualification). 2. No substitutions allowed for exterior fixtures. They must match with existing fixtures. 3. The existing exterior lighting system is fed power from adjacent buildings. 4. The Contractor is responsible, with District Maintenance staff, to locate the power connection points. 5. Identify all connection points and electrical runs within the building. Show all connection points on as-built plans. Page 3 of 4- Bid District Wide Prop 39 Interior Lighting Upgrades

7 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT Revised - Addendum No.3 B. Specifications- reference the following Specification Sections (Forthcoming) Electrical General Conditions Electrical Systems Architectural Lighting Page 4 of 4- Bid District Wide Prop 39 Interior Lighting Upgrades

8 REVISED.2 ADDENDUM THREE BID PROPOSAL TO: CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ( the District ). FROM: (Name of Bidder) (Address) (City, State, Zip Code) (Telephone/Fax) ( Address of Bidder s Representative(s)) (Name(s) of Bidder's Authorized Representative(s)) 1. Bid Proposal 1. Interior LED Fixtures Chabot College $ 2. Interior LED Fixtures Las Positas College $ 3. Owner s Unspecified Allowance $ 50, Total Base Bid Amount (Line 1 through Line 3) $ 1. ALTERNATES: Exterior LED Fixtures Chabot College (Except the Arcade Canopy on Alt 3) $ 2. Exterior LED Fixtures Las Positas College $ 3. Arcade Canopy Exterior LED Fixtures and Controls Chabot College $ 4. Adjustment for OSRAM Lighting Control System (Please indicate whether this control $ system is either Add or Deduct) 5. Deductive Change from Type L3A to Type L1A for Chabot College, Building 3900 $ BID NO.: 18-05, DW, PROP 39, INTERIOR LED LIGHTING UPGRADES LONG FORM (03-07 REV) BID PROPOSAL PAGE 1

9 REVISED.2 ADDENDUM THREE 1.1 Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment and services necessary to complete in a workmanlike manner all of the Work and other obligations required by the Contract Documents for the sum of Dollars ($ ) (Line 4 of Table above). The Bidder confirms that it has checked all of the above figures and understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. The Bidder confirms that the bid proposal includes the Owner s Non-Specified Allowance in the amount of Fifty Thousand Dollars and No Cents ($50,000.00). 1.2 Owner s Unspecified Allowance. Bidder shall include in Bid Proposal the stipulated sum of Fifty Thousand Dollars and No Cents ($50,000.00) for unspecified work to be performed ONLY at the determination and direction of the District. Work performed at the determination and direction of the District under this Allowance shall be documented by Contractor and submitted to Construction Manager per the requirements specified in Article 9 of the General Conditions. Contractor shall include a separate line item in Contractor s Schedule of Values as Allowance with the value of Fifty Thousand Dollars and No Cents ($50,000.00). At closeout of Contract, any funds remaining in the Allowance shall be credited to Owner through a Change Order. 1.3 Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates and is inclusive of, all items or other matters contained in Bid Addenda issued by or on behalf of the District. Addenda Nos. received, acknowledged (initial) and incorporated into this Bid Proposal. 2. Documents Accompanying Bid. The Bidder has submitted with this Bid Proposal the following: (a) Bid Security; (b) Subcontractors List; (c) Statement of Qualifications; (d) Certification of Pre-Bid Site Visit; (e) Non-Collusion Affidavit; and (f) Public Works Contractor Registration Certification Form. The Bidder acknowledges that if this Bid Proposal and the foregoing documents are not fully in compliance with applicable requirements set forth in the Call for Bids, the Instructions for Bidders and in each of the foregoing documents, the Bid Proposal may be rejected as nonresponsive. 3. Award of Contract. If the Bidder submitting this Bid Proposal is awarded the Contract, the undersigned will execute and deliver to the District the Contract in the form attached hereto within ten (10) days after notification of award of the Contract. Concurrently with delivery of the executed Agreement to the District, the Bidder awarded the Contract shall deliver to the District: (a) Certificates of Insurance evidencing all insurance coverages required under the Contract Documents; (b) the Performance Bond; (c) the Labor and Material Payment Bond; (d) the Certificate of Workers Compensation Insurance; and (e) the Drug-Free Workplace Certificate. Failure of the Bidder awarded the Contract to strictly comply with the preceding may result in the District s rescission of the award of the Contract and/or forfeiture of the Bidder s Bid Security. In such event, the District may, in its sole and exclusive discretion elect to award the Contract to the responsible Bidder submitting the next lowest Bid Proposal, or to reject all Bid Proposals. BID NO.: 18-05, DW, PROP 39, INTERIOR LED LIGHTING UPGRADES LONG FORM (03-07 REV) BID PROPOSAL PAGE 2

10 REVISED.2 ADDENDUM THREE 4. Contractor's License. The undersigned Bidder is currently and duly licensed in accordance with the California Contractors License Law, California Business & Professions Code 7000 et seq., under the following classification(s) bearing License Number(s), with expiration date(s) of. The Bidder certifies that: (a) it is duly licensed, in the necessary class(es), for performing the Work of the Contract Documents; (b) that such license shall be in full force and effect throughout the duration of the performance of the Work under the Contract Documents; and (c) that all Subcontractors providing or performing any portion of the Work shall be so properly licensed to perform or provide such portion of the Work. 5. Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the Drawings, the Specifications and other Contract Documents pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible and complete for providing, performing and constructing the Work in a sound and suitable manner for the use specified and intended by the Contract Documents. The undersigned Bidder certifies that it has, or has available, all necessary equipment, personnel, materials, facilities and technical and financial ability to complete the Work for the amount bid herein within the Contract Time and in accordance with the Contract Documents. By: (Corporate Seal) (Signature) (Typed or Printed Name) Title: BID NO.: 18-05, DW, PROP 39, INTERIOR LED LIGHTING UPGRADES LONG FORM (03-07 REV) BID PROPOSAL PAGE 3

11 REVISED.2 ADDENDUM THREE FIXTURE UNIT PRICE SCHEDULE The Fixture and Unit Price Schedule below shall list the unit price to add or deduct fixtures of the types as listed in the Fixture Unit Price Schedule. The unit price shall include all cost to furnish, install and setup or program a fixture, not including Contractor overhead and profit. FIXTURE TYPE L1A L1AE L3A L4A L5A L6A L7A L7C L8C L12A L12B L14A L20A L22B L25 L26 L27A L28 DESCRIPTION LED Retrofit Kit-2x lumen, nlight Air integrated LED Retrofit Kit-2x lumen, nlight Air integrated, Emergency Battery Pack LED New 2x lumen layin tile ceiling nlight Air integrated LED New 2x2 for lay in tile ceiling nlight Air Integrated LED Retrofit Kit, 2x lumen LED Retrofit Kit, 2x lumen LED Retrofit Kit 2x lumen w/occupancy Sensor LED Retrofit Kit 2x lumen w/occupancy Sensor LED Retrofit Kit 2x lumen w/occupancy Sensor 22 Suspended High Bay LED Pendant lumen 22 Suspended High Bay LED Pendant lumen LED New surface mtd 2x lumen LED New recessed 2x lumen LED New surface mtd 1x lumen LED New 4 surface linear shelf light 2000 lumen LED New lay in tile ceiling 4500 lumen Lutron control LED New 6 recessed downlight 6000 lumen Lutron control LED new 6 recessed downlight 4000 lumen Lutron control UNIT COST Fixture and System Description- On a separate sheet to accompany the Bid Proposal form, the Fixture and System description shall include a listing of the manufacturers of each fixture type, DLC/QPL listing, approach to room control of on/off, dimming, occupancy and light harvest function, manufacturer of room control devices, description of integration of room controls to a building control system, manufacturer of building wide control equipment, capability to communicate and share control with Alerton BMS via BACNET, description of any cloud or campus server based lighting control software to be provided which will monitor and control lighting at the building and room level, estimated annual costs to maintain such enterprise level software and number and type of devices that are battery powered. BID NO.: 18-05, DW, PROP 39, INTERIOR LED LIGHTING UPGRADES LONG FORM (03-07 REV) PAGE 4

DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO

DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO. 18-05 ADDENDUM NO. TWO DATE: October 25, 2017 CLIENT / PROJECT: Chabot-Las Positas Community College

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

DOCUMENT BID PROPOSAL

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

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

ADA BARRIER REMOVAL PHASE

ADA BARRIER REMOVAL PHASE ADDENDUM #3 For ADA BARRIER REMOVAL PHASE 2 Bid #5-1213 at WEST VALLEY COLLEGE Owner West Valley-Mission Community College District Saratoga, California November 9, 2012 WEST VALLEY MISSION COMMUNITY COLLEGE

More information

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE To: All Prospective Bidders Addendum No. One This Addendum One

More information

DESERT COMMUNITY COLLEGE DISTRICT RESOLUTION NO

DESERT COMMUNITY COLLEGE DISTRICT RESOLUTION NO DESERT COMMUNITY COLLEGE DISTRICT RESOLUTION NO. 121914-1 FINDINGS RE: ENERGY CONSERVATION PROJECT AND AUTHORIZATION TO ENTER INTO ENERGY SERVICES AGREEMENT WITH JACKSON ELECTRIC (GOVERNMENT CODE 4217.10

More information

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

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

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

More information

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

More information

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

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

More information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

More information

ADDENDUM #1. for the. Physical Security (Phase II), #31336 Bid #G San Jose City College

ADDENDUM #1. for the. Physical Security (Phase II), #31336 Bid #G San Jose City College ADDENDUM #1 for the Physical Security (Phase II), #31336 Bid #G2010.0179 at San Jose City College San Jose Evergreen Community College District San Jose, California September 8, 2017 SAN JOSE EVERGREEN

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

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

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

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

More information

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

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

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

More information

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

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

More information

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

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

More information

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

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

Dear Prospective Bidders, Following here is the informational bid packet for Bid 554, Districtwide Paving Improvements.

Dear Prospective Bidders, Following here is the informational bid packet for Bid 554, Districtwide Paving Improvements. February 23, 2018 Dear Prospective Bidders, Following here is the informational bid packet for Bid 554, Districtwide Paving Improvements. A mandatory Job-Walk will begin at 9:00 a.m., Tuesday, March 6,

More information

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT ADDENDUM NUMBER 02 TO THE BID DOCUMENTS To all general contract bidders of record on the Bid Proposal: BID NUMBER: G2010-0145 #25103 Energy Efficiency-Clean

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

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

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

More information

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

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

More information

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

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017 Addendum No. 1 DATE: October 11, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: Remodel C-Building Restroom JJC PROJECT

More information

DOCUMENT POST BID INTERVIEW

DOCUMENT POST BID INTERVIEW DOCUMENT 00 45 90 POST BID INTERVIEW PART 1 GENERAL 1.01 SUMMARY By request of the District, this Section requires the apparent low bidder to attend and participate in a Post Bid Interview with the Construction

More information

Addendum No. 1 Page 1 of 1

Addendum No. 1 Page 1 of 1 Addendum No. 1 Page 1 of 1 DATE: February 26, 2018 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Steam Pipe System Replacement w/

More information

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

More information

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO Bid Proposal Form C.I.P. NO. 2016-012 PROJECT: BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND ATTACHMENTS AS REQUIRED SUBMITTED BY: (Bidder s Name) In accordance with the City of Commerce s Notice

More information

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017 Addendum No. 1 DATE: October 16, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: IT Office Remodel JJC PROJECT NO.: B17027

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 ADDENDUM No. 2 DATED JULY 2, 2013 TO THE PROJECT MANUAL and PLANS

More information

DOCUMENT ADDENDUM

DOCUMENT ADDENDUM ADDENDUM NO. [6] Date: May 22, 2018 DOCUMENT 00 90 00 ADDENDUM RE: FROM: WESTERN TECHNICAL COLLEGE INDOOR SHOOTING RANGE 11177 COUNTY RD A SPARTA, WI 54656 HSR Associates, Inc 100 Milwaukee Street La Crosse,

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

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

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

More information

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

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

More information

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Mustang Substation Bank I Replacement Project MAJ 15-SP5054 CALIFORNIA POLYTECHNIC STATE UNIVERSITY FACILITIES PLANNING & CAPITAL PROJECTS San Luis Obispo, CA 93407-0690 p 805/756-2581 f 805.756.7566 http://www.afd.calpoly.edu/facilities/ Mustang Substation Bank

More information

CITY OF MARSHALL, MINNESOTA

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

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

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

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

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR. Backup Generator Projects. Diablo Valley College. 321 Golf Club Road, Pleasant Hill, CA 94523

BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR. Backup Generator Projects. Diablo Valley College. 321 Golf Club Road, Pleasant Hill, CA 94523 BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR Backup Generator Projects AT Diablo Valley College 321 Golf Club Road, Pleasant Hill, CA 94523 DVC San Ramon Campus 1690 Watermill Rd, San Ramon CA 94583

More information

DOCUMENT PROPOSAL FORM (Modified)

DOCUMENT PROPOSAL FORM (Modified) To be submitted by the time and date specified in Document RFI 01 (Request for Information), paragraph 5. TO THE HONORABLE BOARD OF TRUSTEES OF THE EAST SIDE UNION HIGH SCHOOL DISTRICT: THIS MODIFIED PROPOSAL

More information

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016 ADDENDUM NUMBER ONE TO PLANS AND SPECIFICATIONS FOR ELGIN HIGH SCHOOL CTE CANOPY ADDITION ELGIN INDEPENDENT SCHOOL DISTRICT STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

Addendum No. 1 Page 1 of 2

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

More information

PROPOSITION 39 ENERGY EFFICIENCY UPGRADES EEP3

PROPOSITION 39 ENERGY EFFICIENCY UPGRADES EEP3 PROPOSITION 39 ENERGY EFFICIENCY UPGRADES EEP3 793 North E St, San Bernardino, CA 92410 PHASE 2 & PHASE 3 ADDENDUM 05 February 26, 2019 Prepared By JOHN SERGIO FISHER & ASSOCIATES 5567 Reseda Blvd., Suite

More information

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

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

More information

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

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

More information

ADDENDUM TO INVITATION FOR BIDS Fieldbrook Elementary School District Proposition 39 HVAC Upgrade Project Bid No Addendum #1 May 17, 2017

ADDENDUM TO INVITATION FOR BIDS Fieldbrook Elementary School District Proposition 39 HVAC Upgrade Project Bid No Addendum #1 May 17, 2017 ADDENDUM TO INVITATION FOR BIDS Fieldbrook Elementary School District Proposition 39 HVAC Upgrade Project Bid No. 17-016 Addendum #1 May 17, 2017 To All Prospective Bidders: The Fieldbrook Elementary School

More information

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids. SSM GROUP, INC. 1047 N. Park Road > P.O. Box 6307 > Reading PA 19610-0307 610.621.2000 > F. 610.621.2001 > SSMGROUP.COM October 10, 2016 TO ALL PROSPECTIVE BIDDERS Re: ADDENDUM #1 UPPER MERION AREA SCHOOL

More information

ADDENDUM TWO. Peoria Park District ADDENDUM NO. 2 Planning, Design and Construction Department 1314 N. Park Road PROJECT TITLE: Asbestos Abatement

ADDENDUM TWO. Peoria Park District ADDENDUM NO. 2 Planning, Design and Construction Department 1314 N. Park Road PROJECT TITLE: Asbestos Abatement ADDENDUM TWO Peoria Park District ADDENDUM NO. 2 Planning, Design and Construction Department 1314 N. Park Road PROJECT TITLE: Asbestos Abatement Peoria, IL 61604 Lakeview Center Telephone: (309) 686-3386

More information

ROCKETSHIP EDUCATION REQUEST FOR PROPOSALS. NO. 2017Prop39Lighting. For. Mosaic and Discovery. DATED September 25, (Proposition 39 Lighting)

ROCKETSHIP EDUCATION REQUEST FOR PROPOSALS. NO. 2017Prop39Lighting. For. Mosaic and Discovery. DATED September 25, (Proposition 39 Lighting) ROCKETSHIP EDUCATION REQUEST FOR PROPOSALS NO. 2017Prop39Lighting For Mosaic and Discovery DATED September 25, 2017 (Proposition 39 Lighting) TABLE OF CONTENTS TABLE OF CONTENTS... 2 A. INVITATION NOTICE...

More information

Invitation for Bid - Standard Office Furniture / Task Chair

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

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

Bowman Outside Plant Splicing Project

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

More information

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

ADDENDUM NO. 2 Page 1 of 13

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

More information

SECTION BID FORM

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

More information

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

NOTICE TO BIDDERS FOR

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL September 20, 2016 REQUEST FOR PROPOSAL Design/Build Services for Wood Frame, Metal Siding, Open Front Storage Building for Sewer Department RFP Due October 12, 2016 @ 2:00 pm (local time) BIDDER NAME:

More information

Elmhurst Community Unit School District 205 Invitation to Bid

Elmhurst Community Unit School District 205 Invitation to Bid Elmhurst Community Unit School District 205 Invitation to Bid Bidders are invited to submit bids in conformance with the requirements established by the specifications herewith: Bid Number: 15-02 Item

More information

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

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

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Addendum No. 2 TO: ALL BIDDERS OF RECORD The following items shall take precedence over the drawings and specifications

More information

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS Architect: Studio 2H Design, LLC 1721 4 th Avenue North, Suite 101 Birmingham, Alabama 35203 (205) 264-9988 July 26, 2018 ADDENDUM NO. 5 UA Project No.: 712-17-1081 EDA Investment No.: 04-79-07154 B.C.

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

Business Energy Rebates Application

Business Energy Rebates Application Business Energy Rebates Application Business Energy Rebates make it easy and affordable for you to select energy efficient products for your business. and mail-in rebates are available for energy efficient

More information

PUBLIC CONTRACT CODE SECTION

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

More information

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

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

RFQ Drainage Ditching and Culvert Replacement

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

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital

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

More information

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

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

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

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

REQUEST FOR QUALIFICATIONS ARCHITECTURAL REQUEST FOR QUALIFICATIONS ARCHITECTURAL and ENGINEERING CONSULTING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS SQ # 10565 MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE EDISON, NEW JERSEY 08818

More information

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

Part I List below all dates for receipt of each Addendum received in connection with this solicitation. ADDENDA RECEIPT ACKNOWLEDGEMENT BID NUMBER: TITLE: INSTRUCTIONS: The proposer will complete Part I OR Part II of this form, whichever is applicable as well as sign and date this form. This form serves

More information

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713) GOREE ARCHITECTS, INC. 4710 Bellaire Blvd., Suite 105 Bellaire, TX 77401 Tel (713) 660-6102 DATE: February 22, 2016 FROM: TO: RE: Goree Architects, Inc. General Contractors of Record Tomball Ford Image

More information

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY 140 John James Audubon Parkway, Suite 201, Amherst, New York 14228 P 716.688.0766 F 716.625.6825 ADDENDUM NO. 1 Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley,

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

More information

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

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

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

Lighting Rebates 2017 New Construction Rebate Application

Lighting Rebates 2017 New Construction Rebate Application 2017 New Construction Rebate Application Business Member Information Business Name Installation Address City, State, Zip Contact Name Email Phone Number Account Number Application Check List Rebate application

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: Thurgood Marshall High School DATE: May 12, 2017 Auditorium Theatrical Upgrades SFUSD Project Number: 11849 OWNER: San Francisco Unified School

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

Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661

Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661 Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661 ADDENDUM NO. 1 April 18, 2008 This Addendum forms a part of the Contract Documents and modifies the original Contract Documents

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

BID PROPOSAL CONTRACT NO. AOPC

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

More information

TRIAD ENGINEERING CONSULTANTS, INC.

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

More information