Cleaning of Well #4 16S

Size: px
Start display at page:

Download "Cleaning of Well #4 16S"

Transcription

1 Water Treatment Section Water & Sewer Division Cleaning of Well #4 This is an unofficial Bid Spec. If this document is used to submit a bid then you must submit your contact information by ing Lisa Matarazzo at lmatarazzo@burlington.org in order to be added to the bidders list. Russell Makiej Water Treatment Manager 25 Center Street Burlington MA (781) June 2016

2 TABLE OF CONTENTS INVITATION TO BID...3 INSTRUCTIONS TO BIDDERS...4 FORM OF GENERAL BID...11 ADDENDA...12 SPECIFICATIONS...13 PROJECT DESCRIPTION...17 BID FORM...20 TOTAL BID PRICE...21 CONTRACTOR CERTIFICATION...22 AGREEMENT

3 INVITATION TO BID Sealed bids for furnishing the following item will be received at the Office of the, Town Hall, 25 Center Street, Burlington, Massachusetts, until 10:00 AM, July 13, 2016 and will be publicly opened and read aloud at such time. Contract Specifications, bid forms and prevailing wage schedules are available on the Town s website site at: under the DPW s Projects and Programs link. Specifications and bid forms may be obtained at the DPW/Engineering Division, 25 Center Street, Burlington, Massachusetts, starting June 29, :00 AM. This project is bid according to MGL 30,39M. Prevailing wage shall be paid per MGL 149 SECT D. 3

4 INSTRUCTIONS TO BIDDERS 1. Receipt and Opening of Bids The Town of Burlington, Massachusetts, herein called the Owner, acting by and through its, will receive sealed Bids for Cleaning and Rejuvenation of Well #4 located at 171 Middlesex Turnpike., Burlington, MA Such bids addressed to the DPW/Engineering Division, Town Hall Annex, 25 Center Street, Burlington, MA 01803, will be received at the Office of the Department of Public Works as specified in the invitation for Bids at which time and place said bids will be publicly opened and read aloud. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered. The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) days, Saturdays, Sundays, and legal holidays excluded, after opening the bids. 2. Location and Work to be done The Location of the Work to be done is described in the project description. The Contractor shall furnish all labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies, and all other things necessary to do all work required for the completion of each item of the Work and as herein specified. The Work to be done and paid for under any item shall not be limited to the exact extent mentioned or described but shall include all incidental work necessary or customarily done for the completion of that item. 3. Preparation of Bid Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, their address, and endorsed with the name of the project as specified in Receipt and Opening of Bids. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in Receipt and Opening of Bids. 4

5 The following sections need to be completed as part of the bid package: Form of General Bid Acknowledgement of Addenda, if any Bid Form Total Bid Price Contractor Certification 4. Bid Opening Procedure The following list of requirements shall apply to each filed bid. Bids not meeting all the requirements for timeliness and security will be rejected without opening; bids not meeting signature and addenda requirements will be rejected prior to checking of bid amounts. Bids shall be filed at the place and before the time specified in Receipt and Opening of Bids. Bid signatures will be checked. The total dollar amount of each bid will be read, and the three apparent lowest bids will be selected for further consideration. These three apparent low bids will be read aloud for the benefit of the other bidders and the bid opening procedure will be closed. All those present at the bid opening may arrange a time to examine all bids after the bid opening and after the reading of the three apparent low bids. 5. Ability and Experience of Bidder No award will be made to any bidder who cannot satisfy to the Owner that they have sufficient ability and experience in this class of work and sufficient capital and plant to enable him to complete the work successfully. The Owner s decision or judgment on these matters will be final, conclusive, and binding. Bidder shall have a minimum of five (5) years experience in well installation, cleaning and maintenance. 6. Condition of Work Each bidder must familiarize himself fully with the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his Contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. 5

6 7. Addenda and Interpretations No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. All information given to bidders other than by means of the plans, specifications, or by addenda, as described below, is given informally and shall not be used as the basis of a claim against the Owner. Every request for such interpretation should be in writing addressed to the Water Treatment Manager, Town Hall Annex, 25 Center Street, Burlington, MA and to be given consideration must be received at least seven days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Contract Documents which, when issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective address furnished by them for such purposes), no later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under this bid as submitted. All addenda so issued shall become part of the Contract Documents. 8. Security for Faithful Performance Simultaneously with his delivery of the executed Contract, the Contractor shall furnish a performance bond in the amount of 50% of the project cost as security for faithful performance of this contract and payment bond in the amount of 50% for the payment of all persons performing labor and materials under this contract as specified in GENERAL CONDITIONS included herein. The surety on such bond or bonds shall be a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Owner. The bonds shall remain in force for one year after final acceptance of the work by the Owner, unless the Owner, in writing, releases the Contractor from the obligation sooner. 9. Power of Attorney Attorney-in-fact who signs Contract bonds must file each bond as certified and effectively dated copy of their power of attorney. 10. Laws and Regulations The bidder s attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulation of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. 11. Obligation to Bidder At the time of the opening of bids each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including 6

7 all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect of his bid. 12. Information Not Guaranteed All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing poles, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of bidders and is not guaranteed. It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing poles, or other structures encountered during construction will be the same as those indicated in the Contract Documents. If is further agreed and understood that no bidder or Contractor shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner or the Manager, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. 13. Bid Security A Bid Bond of 5% of the value of the total bid is required at the time of the bid opening. 14. Liquidated Damages 1. Legal Damages If the Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to Owner the amount of $ per day, not as a penalty but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every calendar day that the Contract shall be in default after the time stipulated in the Contract for completing the work. 2. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is agreed to be the amount of damages which the Owner would sustain and said amount shall be retained from time to time by the Owner from current periodical estimates. 7

8 15. Right to Reject Bid The Owner reserves the right to waive any informality or reject any and all bids and alternate bids, should the Owner deem it to be in the public interest to do so. The Owner may also reject bids which in its sole judgment are incomplete, conditional, obscure or not responsive or which contain additions not called for, erasures not properly initialed, alterations, or similar irregularities, or the Owner may waive such omissions, conditions or irregularities. The Owner also reserves the right to reject the bid of any bidder that the Owner consider to be unqualified based on the criteria set forth in Article 5 herein. 16. Time for Completion The bidder must agree to commence work within ten (10) days of the date of the Notice to Proceed and to fully complete the project within the time limit stated in PROJECT DESCRIPTION. 17. Comparison of Bids N/A 18. Award of Contract The Contract will be awarded to the lowest responsible and eligible bidder for the Total Price Bid pursuant to General Laws Chapter 30/39M, as amended. Such a bidder shall possess the skill ability and integrity necessary for the faithful performance of the work, shall be able to furnish labor that can work in harmony with all other elements of labor employed, or to be employed, in the work, and shall otherwise comply with all applicable provisions of law. 19. Statutes Regulating Competitive Bidding Any bid that does not comply with the provisions of Massachusetts General Laws Chapter 30/39M as amended need not be accepted and the Owner may reject every such bid. 20. Wage Rates Prevailing Wage Rates as determined by the Commissioner of Department of Labor and Industries under the provision of the Massachusetts General Laws, Chapter 149, Section 26 to 27G, as amended, apply to this project. It is the responsibility of the contractor, before bid opening to request if necessary, any additional information on Prevailing 8

9 Wage Rates for trades people who may be employed for the proposed work under this contract. State schedules of Prevailing Wage Rates are included on the webpage. 21. Contractor Records The Contractor shall comply with the provisions of Massachusetts General Laws, Chapter 30/39M, concerning Contractor records. 22. Insurance The Contractor shall carry and continuously maintain until completion of the Contract, insurance as shown in the Insurance Requirement section within these bid documents, and in such form as shall protect him performing work covered by this Contract, or the Town of Burlington and its employees, agents and officials, from all claims and liability for damages for bodily injury, including accidental death, and for property damage, which may arise from operations under this Contract. The Contractor covenants and agrees to hold the Town and its employees, agents and officials harmless from loss or damage due to claims for personal injury and/or property damage arising from, or in connection with operations under this contract The Successful Bidder The Successful Bidder is not guaranteed all items or the total bid price under this contract. Bidders must understand that like items will be bid under other contracts specifically packaged as one complete project. The successful bidder has no right to similar items bid under other projects. 24. Contract Duration This contract is for one (1) year. If there any questions please call the individual below and refer to Technical Briefs attached. Russell Makiej Water Treatment Manager Office: Cell:

10 INSURANCE Contractor shall provide insurance as specified below: Includes: Comprehensive form Premises/Operations Underground Explosion & Collapse Hazard Products / Completed Operations Independent Contractors Broad From Property Damage Personal Injury GENERAL LIABILITY Each Occurrence $1,000,000 Aggregate $2,000,000 Includes: All Owned Vehicles Hired Vehicles Non-owned Vehicles AUTOMOBILE LIABILITY Bodily Injury & Property Damage Combined $1,000,000 WORKERS COMPENSATION & EMPLOYERS LIABILITY As Required by State of Massachusetts Each Accident $100,000 Bodily Injury by Disease $500,000 (Policy Limit) Bodily Injury by Disease $100,000 (Each Employee) ADDITIONAL INSURANCE / REQUIREMENTS The Town of Burlington Shall be named as Additional Insured 10

11 FORM OF GENERAL BID Bid of (hereinafter called Bidder )* ( ) a corporation, organized and existing under the laws of the state of. ( ) a partnership ( ) a joint venture ( ) an individual doing business as Gentlemen: To the Town of Burlington, Massachusetts (hereinafter called Owner ). The bidder, in compliance with your invitation for bids for providing well cleaning/rehabilitation services having examined the Contract Documents and being familiar with all of the conditions surrounding the project, hereby propose to furnish all labor, materials, and supplies, and to provide lab testing services in accordance with the Contract Documents at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, or which this proposal is a part *Insert corporation, partnership or individual as applicable. 11

12 ADDENDA Bidder acknowledges receipt of the following addenda: No. Dated: No. Dated: No. Dated: No. Dated: No. Dated: 12

13 SPECIFICATIONS Well Cleaning Well #4 The Town of Burlington DPW is seeking prices for the cleaning & rehabilitation of Well # 4 at 171 Middlesex Turnpike, Burlington, MA. The well is a gravel packed well and measures approximately 30 x 6. The pump capacity is approximately 300 GPM and a drawdown of approximately 15 gallons per foot. Allowance The Town of Burlington is making allowances for parts that cannot be inspected, until the pump is removed and the wells inspected. The allowances are spelled out below and can be added to the overall costs in the well cleaning portion of the contract. The pricing is general allowing the Town to set aside monies for this work if needed. The Town reserves the right to accept or reject all pricing if it appears excessive. The allowances are as follows: 1. Pump Replacement or repair including bearings 2. Column replacement or repair whether 4 or 6 3. Electric motor work, bearings, windings The total dollar price for the well... $ 20,

14 Well Cleaning Protocol for Well #4 History The well has been conventionally cleaned with acid and chlorine and also pumped and surged about every two years of operation. 14

15 This page intentionally left blank. 15

16 This page intentionally left blank. 16

17 PROJECT DESCRIPTION 1.1 Location and Work to be Done The work herein specified to be done under this section shall consist of furnishing all equipment, labor, and materials to rate, chemically treat, clean, redevelop and re-rate the Wells in accordance with the specifications which follow. The site of the work shall be at the existing Well #4 located at 171 Middlesex Turnpike.. The exact location of the well(s) and the sequence of the work will be determined in the field by the Owner. The extent of the work will not necessarily be limited to any location, and the Owner reserves the right to order work to be done by the contractor in the other locations selected by the owner. Any of the work under consideration may be omitted at the option of the owner. 1.2 Time for Completion 60 Calendar days. CLEANING AND RECONDITION OF WELL AND PUMP 2.1 Intent of Specifications Under this specification, it is intended that the Contractor shall furnish all necessary equipment, labor and supplies to redevelop and repair the Well #4 and all associated pumping equipment. All information, which the bidder may require, may be secured by means of a personal visit to the site of the work. 2.2 Performance Test Prior to Cleaning Each well will be test pumped for at least one hour prior to the chemical injection. Careful notation shall be made of the drawdown in both the pumping well and the existing observation wells so that a proper specific capacity, cone of depression and pump performance can be determined prior to the redevelopment. Voltage and amperage readings along with meter tests of the motor shall be taken. Voltage and amperage measurements shall be taken and recorded, together with pump discharge pressure, static and pumping water levels and capacities at three operating points of the pump. 2.3 Equipment Well # 4 The Contractor must furnish, deliver and erect at the site all necessary rigging and miscellaneous equipment to accomplish the repairs. This must include a cable tooldrilling machine capable of bailing the well that is satisfactory to the Owner. The equipment must have a walking beam which provides a reciprocating surging action in 17

18 the well automatically for surging. No other form of surging will be allowed. Such surging action must have a stroke length of the three feet and frequency of up to 35 strokes per minute. Methods requiring operator attention for each stroke will not be permitted. The surge line must deliver a flow at least 10% more that the existing equipment 250 GPM. The surge line must consist of a vertical turbine pump capable of pumping at least 350 GPM with a pumping level of 35 feet below station floor. Air lift pumping will not be allowed. It shall be set with multiple surge blocks at five foot intervals through the entire screen section with a surge block at two feet above the screen in the pipe section of the well. The surge then shall be installed to operate smoothly in the vertical motion and there is to be no strain or tension to the well during any part of the surging operation. 2.4 Cleaning and Redevelopment Well # 4 We are seeking a standard conventional chemical cleaning of well # 4 at this time. 2.5 Performance Test after Cleaning Following the installation of the pump in the well, the Contractor shall conduct a onehour pumping test of the well and it s equipment, comparing the results of this test with the initial test. Voltage and amperage measurements shall be taken and recorded, together with pump discharge pressure, static and pumping water levels and capacities at three points of the pump. 2.6 Report Following completion of all work, a report detailing the work done, repair parts, redevelopment procedures followed and the results of the redevelopment shall be made and submitted to the Owner as part of the invoice for the work. The details of the work shall show the amount of hours expanded on each item and shall be listed chronologically. 2.7 Salvage All pump parts and equipment removed from the existing work and not required to be installed in the new work, shall be disposed of at the direction of the Owner. 2.8 Provisions for Control of Erosion Sufficient precautions shall be taken during the work to minimize the runoff of polluting substances such as silt, clay, fuels, oils, bitumens, calcium chloride, or other polluting materials harmful to humans and, fish, or other life, into the surface water of the State. Control measures must be adequate to assure that turbidity in the receiving water will not be increased more than 10s.t.u, other as otherwise required by the State or other 18

19 controlling body, in waters used for public water supply or fish unless limits have been established for particular water. In surface water used for other purposes, the turbidity must not exceed 25s.t.u. unless otherwise permitted. Special precautions shall be taken to prevent operations, which promote erosion. Any of the work under consideration may be omitted at the discretion of the owner. 3.1 Access to the Well Cleaning Area The owner shall provide and maintain adequate access for truck-mounted equipment and prior to the Contractor moving his equipment; it will be his responsibility to notify the Owner in sufficient time so that the Owner or his representative may obtain necessary permission and arrange for any site work necessary. This includes overhead clearance to any structures. 3.2 Inspection and Rejection of Materials All materials furnished and all work performed by the Contractor shall be subject to inspection and approval of the owner. All defective materials shall be removed immediately from the site of the work. 3.3 Occupying Private Land The contractor shall not, except after written consent from the proper parties, enter or occupy with men, tools, materials or equipment, any land outside of the rights-of-way or property of the Owner. 3.4 Sanitation The Contractor shall prohibit the committing of nuisances on the site or upon adjacent property, whether public or private. 3.5 Definitions Wherever the words defined in this section or pronouns used in their stead occur in the specifications, they shall have meanings herein given. As directed, as required, etc. Wherever in the specifications, the words as directed, as required, as permitted, or words like import are used, it shall be understood the direction, requirement, or permission of the Owner is intended. Similarly, the words approved, acceptable, 19

20 BID FORM Item No. 1. Mobilization & demobilization of all equipment - install and remove the surge equipment. Lump Sum $ 2. Perform test on existing pump Before and after treatment Lump Sum 3. Disassemble, and re-install existing pumping equipment. Lump Sum 4. Video inspection of well Before and after Lump Sum $ $ $ 5. Shop labor to dissemble, clean and inspect pumping equipment 20 $ per hour $ 6. Machine Time to jet/evacuator, inject blend, agitate as described in steps 4,5,6. 60 $ per hour $ Additional machine $ per hour $ 7. Chemicals A. Muriatic Acid $ / gallon $ B. Nitric Acid - 30 $ / gallon $ C. Phosphoric Acid- 150 $ / gallon $ D. Hydroxyacetic Acid- 30 $ / gallon $ E. Polymer-- 40 $ / gallon $ TOTAL ESTIMATE of lines 1-7 $ 8. *Price Allowance Total price includes for the following allowances; Pump Replacement or repair including bearings Column replacement or repair Electric Motor work, bearings, windings $ $20,000 TOTAL BASED ON ESTIMATED QUANTITIES $ 20

21 TOTAL BID PRICE Total Price Bid: $ Total Price Bid in Words: Name: (Dollars) (Person Signing Bid) Signature: Title: Company: Address: Phone: This is an unofficial Bid Spec. If this document is used to submit a bid then you must submit your contact information to Lisa Matarazzo at or lmatarazzo@burlmass.org in order to be added to the bidders list. 21

22 CONTRACTOR CERTIFICATION NONCOLLUSION I certify under penalties of perjury that this bid or proposal has been made and submitted under good faith and without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. TAX COMPLIANCE Pursuant to Massachusetts General Law Chapter 62C, Section 49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. LABOR HARMONY / OSHA 10-HOUR I will furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work, and All employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health administration that is at least 10 hours in duration. Signature: (Person Signing Bid) (Name of Business) 22

23 AGREEMENT THIS AGREEMENT, by and between the party of the first part, the Town of Burlington, hereinafter called OWNER, acting herein through its Town Administrator, and the party of the second part hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete the project described by these bid documents hereinafter called the project, for the sum of the contract price and all extra work in connection therewith, under the terms as stated in the Contract Documents; and at his (its and their) own proper cost and expense to furnish all the materials, supplies, machinery equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in FORM OF GENERAL BID, GENERAL CONDITIONS, Contract Documents as prepared by the Owner. IN WITNESS WHEREOF, the parties to these presents have executed this contract as dated below. (Contract Price) (Date) AGREED: Town of Burlington, Massachusetts (Owner) (Purchasing Analyst) (Date) (Company/Contractor) (Signature) (Name) (Title) (Address) (City and State) In accordance with M.G.L. C. 44, Section 31C, this is to certify than an appropriation in the amount of this contract is available therefore and that the Town Administrator has been authorized to execute the contract and approve all requisitions and change orders. (Town Accountant) Well Cleaning

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Trailer Mounted 250KW Diesel Generator Contract # 18C

Trailer Mounted 250KW Diesel Generator Contract # 18C TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS Trailer Mounted 250KW Diesel Generator 25 Center Street Burlington MA 01803 October2017 Table of Contents INVITATION FOR BID... 3 PROJECT DESCRIPTION... 4

More information

POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB

POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB-15-7160 This is an unofficial Bid Spec. If this document is used to submit a bid, you must forward your

More information

Sewer Pump Station On-Call Repair & Maintenance Contract # 18S

Sewer Pump Station On-Call Repair & Maintenance Contract # 18S TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS Sewer Pump Station On-Call Repair & Maintenance Contract # 18S-411-0011 This is an unofficial Bid Spec. If this document is used to submit a bid then you must

More information

FORM OF GENERAL BID. (x) a corporation, organized and existing under the laws of the state of in Pt

FORM OF GENERAL BID. (x) a corporation, organized and existing under the laws of the state of in Pt TOO ST -L0-9 TOZ FORM OF GENERAL BID Bid of DC r) L P\akt r- (j.(hereinafter called "Bidder")* (x) a corporation, organized and existing under the laws of the state of in Pt ( ) a partnership ) a joint

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

Municipal Fiber Optic Network (MuniNet) Construction

Municipal Fiber Optic Network (MuniNet) Construction NORTH ATTLEBOROUGH ELECTRIC DEPARTMENT 275 Landry Avenue, North Attleborough, Massachusetts 02760 Telephone (508) 643-6300 Fax (508) 699-5603 INVITATION FOR BIDS Municipal Fiber Optic Network (MuniNet)

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at: 1.0 PUBLIC NOTICE PUBLIC NOTICE The School Committees from the following schools and municipalities hereby invite bids for the 2019 2020 school year: ASHBURNHAM/WESTMINSTER, AUBURN, AYER/SHIRLEY, BERLIN/BOYLSTON,

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The bidder shall carefully examine the instruction contained herein and satisfy himself/herself as to the conditions with which he/she must comply prior to bid and to the conditions

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71

2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71 CONTRACT DOCUMENTS FOR 2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71 TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CT 06045-0191 SECTION 1 - BIDDING REQUIREMENTS

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS for Well #17 Rehabilitation, Pump and Motor Inspection and Repair BRUCE KILMER Mayor KATHIE GRINZINGER City Manager RANDY CHESNEY Interim Director Division

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

More information

Annual Fuel Bid - #01-09

Annual Fuel Bid - #01-09 PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-09 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-09 on the outside of the mailing envelope and the

More information

INSTRUCTIONS TO BIDDERS Locally Funded Contracts

INSTRUCTIONS TO BIDDERS Locally Funded Contracts INSTRUCTIONS TO BIDDERS Locally Funded Contracts The bidder shall carefully examine the instruction contained herein and satisfy himself/herself as to the conditions with which he/she must comply prior

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

TOWN OF CUMBERLAND, RI BID #

TOWN OF CUMBERLAND, RI BID # TOWN OF CUMBERLAND, RI BID # 2014-0710-06 The Town of Cumberland is seeking competitive bid proposals for SITE CONSTRUCTION DESIGN AND CONSTRUCTION SUPERVISION FOR RENOVATING VALLEY FALLS VETERANS MEMORIAL

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY SUBSURFACE EXPLORATION AT VARIOUS (DATE): SEPT.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY SUBSURFACE EXPLORATION AT VARIOUS (DATE): SEPT. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Traffic Signal Repair & Maintenance Bids must be submitted to the City at the address below in a sealed envelope plainly

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

Request for Tender. Humidifier Replacement February 19, 2013

Request for Tender. Humidifier Replacement February 19, 2013 Request for Tender For: Humidifier Replacement February 19, 2013 1602 Telesat Court Rick Moore Supervisor, Property & Facility Management Telephone: 613 747-7800 Ext. 2872 Index of Sections Section A -

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY LED STREETLIGHT RETROFITS-WEST SIDE (DATE): OCT.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY LED STREETLIGHT RETROFITS-WEST SIDE (DATE): OCT. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

2017 CDM Smith All Rights Reserved 6/19/2017

2017 CDM Smith All Rights Reserved 6/19/2017 2017 CDM Smith 0725-218855 All Rights Reserved 6/19/2017 Section TABLE OF CONTENTS No. of Pages BIDDING AND CONTRACT REQUIREMENTS 00020 Invitation to Bid... 2 00100 Instructions to Bidders... 6 00300 Bid

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT Project Manual BOSTON CONVENTION AND EXHIBITION CENTER Boston, Massachusetts OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT April 20, 2016 Pre-Bid Conference: 11 A.M., April 27, 2016 truane@massconvention.com

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

GENERAL INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS IB-1. EXAMINATION OF CONTRACT DOCUMENTS. Before submitting a Proposal, all Bidders shall examine the complete Contract documents, including Form of Proposal, Form of Bidder

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

TOWN OF HOPKINTON MASSACHUSETTS HOPKINTON HIGH SCHOOL BUS PARKING LOT. Bid Opening Date: July 10, 2018

TOWN OF HOPKINTON MASSACHUSETTS HOPKINTON HIGH SCHOOL BUS PARKING LOT. Bid Opening Date: July 10, 2018 TOWN OF HOPKINTON MASSACHUSETTS CONTRACT DOCUMENTS FOR HOPKINTON HIGH SCHOOL BUS PARKING LOT Bid Opening Date: July 10, 2018 TOWN OF HOPKINTON SCHOOL DEPARTMENT 89 HAYDEN ROWE STREET HOPKINTON, MA, 01748

More information

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR LIQUID CALCIUM CHLORIDE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR LIQUID CALCIUM CHLORIDE BID OPENING: Tuesday, April 19, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

Annual Fuel Bid - #01-08

Annual Fuel Bid - #01-08 PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-08 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-08 on the outside of the mailing envelope and the

More information

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 DATE ISSUED: March 2, 2009 BID DUE DATE: 3/26/09, 2:00 PM This document

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

INSTRUCTIONS TO BIDDERS Locally Funded Contracts

INSTRUCTIONS TO BIDDERS Locally Funded Contracts INSTRUCTIONS TO BIDDERS Locally Funded Contracts The bidder shall carefully examine the instruction contained herein and satisfy himself/herself as to the conditions with which he/she must comply prior

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

Strait Regional School Board

Strait Regional School Board Strait Regional School Board Request for Proposals Chain Link Fence SRSB - 45 England Avenue Mulgrave, NS Closing Date: Thursday, July 27, 2017 Closing Time: 2:00 p.m. Opening Time: 2:30 p.m Closing Location:

More information

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units: Town of Ballston Community Library will be receiving bids for replacement of three roof top package Heating & Cooling units at 2 Lawmar Lane, Burnt Hills, NY 12027. The Town of Ballston requires that all

More information

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

Town of South Bruce Peninsula. Quotation PW Tree Removal Services Town of South Bruce Peninsula Quotation PW 18-06 Tree Removal Services Town of South Bruce Peninsula Quotation PW 18-06 Tree Removal Services The Town of South Bruce Peninsula is requesting quotations

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40 1 City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40 Proposals Shall Be Received by the Purchasing Department, City of Hammond

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RETAINING WALL REPAIR 367 WEST (DATE): MARCH 6, 2014

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RETAINING WALL REPAIR 367 WEST (DATE): MARCH 6, 2014 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process. City of Coralville Coralville Parks & Recreation Invitation to Bid Turf and Horticulture Contract The City of Coralville seeks qualified bidders for a maintenance contract related to contract mowing, tree,

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A Instructions to Bidders and Statutory Requirements Instructions To Bidders And Statutory Requirements I. SUBMISSION

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL

TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL The Town of Lakeville, Massachusetts is seeking bids on fuel for its various Town facilities as follows. Bids may be submitted on any

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT DEPARTMENT CONSTRUCTION SPECIFICATIONS FOR THE

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT DEPARTMENT CONSTRUCTION SPECIFICATIONS FOR THE INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT DEPARTMENT CONSTRUCTION SPECIFICATIONS FOR THE 905 Main Street, Cotuit Landscape Project DATE ISSUED: September 2, 2010 Bid due: 9/23/10,

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia

More information

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RELOCATE PLAYGROUND EQUIPMENT (DATE): JULY 8, 2016

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RELOCATE PLAYGROUND EQUIPMENT (DATE): JULY 8, 2016 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information