PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid*

Size: px
Start display at page:

Download "PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid*"

Transcription

1 PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid* SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES NOTICE TO BIDDERS: The attached Proposal sheets, when completed by you and returned to this District, constitute your Bid on this specification. Please do not submit the bound copy of the specifications as your Bid. The envelope enclosing the proposal MUST be sealed and addressed as follows: Regular or Express Mail FedEx or Hand-Deliver General Manager, EMWD General Manager, EMWD Attention: Engineering Department Attention: Engineering Department P.O. Box Trumble Road Perris, CA Perris, CA The envelope MUST be plainly marked in the upper left hand corner with the name and address of the bidder, and bear the words: Proposal For (Name of Work) (Date and Hour) (Specification No.) THE FOLLOWING MUST BE SUBMITTED WITH BID: Proposal Sheet (C-3) Signature required MBE/WBE Form D Must be submitted with bid Bidding Sheets and Total (Unit Price In Words) includes Equipment and Materials List 5 Year Experience & Resume Forms (BR-1) Subcontractors List (C-5c) Contractor's Licensing Statement (C-6) Non-Collusion Affidavit (C-7) Notary Not Required Cal Osha Form 300A (C-16) Contractor s Cal Osha Compliance History and SIC Code (C-17) Original Bid Bond (BD-1) Signed & Sealed By You And Your Surety Company, to include Surety Acknowledgement PLEASE FILL-IN AND COMPLETE ALL REQUIRED AREAS FAILURE TO COMPLETE THIS PROPOSAL PACKAGE MAY RENDER YOUR BID"NON-RESPONSIVE"

2 P R O P O S A L The undersigned hereby declares, as Bidder, that the only persons or parties interested in this proposal as principals are those named herein; that no director or any other officer or employee of the Eastern Municipal Water District is in any manner interested directly or indirectly in this proposal or in the profits to be derived from the contract proposed to be taken; that this bid is made without any connection with any person or persons making a bid for the same purpose; that the bid is in all respects fair and without collusion or fraud; that he has read the Notice Inviting Bids and the Instructions to Bidders and agrees to all the stipulations contained herein; that he proposes and agrees that if his bid as submitted in the attached sheets, be accepted he will contract in the form so approved and furnish the items called for in accordance with the provisions of said approved form of Agreement and the Specifications and to deliver the same within the time stipulated therein; and that he will accept in full payment therefore the prices named in said Bid Sheet. The Bidder further agrees, that upon receipt of written notice of the acceptance of this proposal within 60 days after the day of opening bids (unless otherwise specified in the Notice Inviting Bids) he will execute and return the Contract in accordance with the proposal as accepted and furnish the required bond(s) within SEVEN (7) days from the date of mailing the Notice of Acceptance of Proposal to him at his address given below, or within such time as allowed by the Engineer; and that upon his failure or refusal to do so within the said time, then the certified or cashier's check or bond accompanying this bid shall become the property of and be retained by the Eastern Municipal Water District as liquidated damages for such failure or refusal, and shall be deposited with the Treasurer of said Eastern Municipal Water District as monies belonging to the Eastern Municipal Water District; provided, that if said Bidder shall execute the Contract and furnish the required bond within the time aforesaid, his check or bond shall be returned to him thereafter. The Bidder further declares that the surety or sureties named in the attached sheet have agreed to furnish bond in form and amount set forth in the accompanying Notice Inviting Bids and paragraph B-7 of the Instructions to Bidders, in the event contract is awarded on basis of this proposal. Company: Address: Date: By: (Print Name) (Name should appear below) (Signature of Owner or Officer required) Name(s) of Member of Firm or Office of Corporation authorized to enter into a binding Contract: Address (if different from above) For further details on this proposal, please contact: Name: Address: Address: Telephone: C Proposal (7)

3 FORM D SELECTED MINORITY- AND WOMEN-OWNED BUSINESS ENTERPRISES (MBE/WBEs) FORM D MUST BE SUBMITTED AT TIME OF BID CONTRACT RECIPIENTS NAME SPECIFICATION NO. PROJECT DESCRIPTION PROJECT LOCATION GENERAL CONTRACTOR INFORMATION NAME AND ADDRESS (Include ZIP Code, Federal Employer Tax ID #) ο MBE ο WBE PHONE AMOUNT OF CONTRACT$ MBE/WBE INFORMATION Please identify MBE/WBE firms selected below. If no MBE/WBE firms are used, please indicate NONE ο NONE (IF NO MBE/WBE FIRMS ARE SELECTED, STILL REQUIRES AFFIRMATIVE STEPS REPORTING) ο MBE ο WBE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο MBE ο SUPPLIER/SERVICE ο WBE PHONE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο MBE ο SUPPLIER/SERVICE ο WBE PHONE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο MBE ο SUPPLIER/SERVICE ο WBE PHONE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο SUPPLIER/SERVICE PHONE TOTAL MBE AMOUNT $ TOTAL WBE AMOUNT $ SIGNATURE OF PERSON COMPLETING FORM: (Original Signature & Date required) TITLE: PH#: DATE: BIDDERS: Failure to complete and submit this form with the bid will cause the bid to be rejected as non-responsive. D-1

4 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES SCHEDULE A, SCHEDULE B, & SCHEDULE C BIDDING SHEETS Under these Specifications, the Contractor shall construct the project under these Specifications all in conformance with the Contract Drawings listed in Section P and these Specifications. The District reserves the right to: A. Accept or reject any or all bids on this specification; B. Award Contract to the lowest qualified bidder, based on the total bid price of each schedule: C. Waive any defects and informalities. The District shall be the final authority with regard to whether a bid is responsive to the call for bids and to whether a bidder is a responsible bidder under the conditions of his bid, or for any reason. The total contract price shall include all work, materials and equipment needed to complete the project as defined in the General Conditions, Section F. The bidder shall include costs for such other items in the most appropriate category (bid item). BID SCHEDULES Bidders may bid either Schedule A, Schedule B, Schedule C, or any combination of the three. AWARD SHALL BE MADE TO THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER OF EACH SCHEDULE (NOT COMBINED). THE DISTRICT RESERVES THE RIGHT TO NOT AWARD ALL THREE PROJECTS. A. Schedule A. The work shall comprise of the installation and construction of one (1) complete and useable Recycled Water Pond Pump Station at the Alessandro site. The pump station shall have an operating capacity of 4,000 gallons per minute (gpm) with total of three vertical turbine pumps installed (lead, lag, and standby). All work shall be in accordance with these specifications and the contract drawings. B. Schedule B. The work shall comprise of the installation and construction of one (1) complete and useable Recycled Water Pond Pump Station at the MWD site. The pump station shall have an operating capacity of 4,000 gallons per minute (gpm) with total of two vertical turbine pumps installed (lead and lag). All work shall be in accordance with these specifications and the contract drawings. BS Bidding Sheets

5 C. Schedule C. The work shall comprise of the installation and construction of one (1) complete and useable Recycled Water Pond Pump Station and the associated pipeline at the Sun City site. The pump station shall have an operating capacity of 5,000 gallons per minute (gpm) with total of two vertical turbine pumps installed (lead and lag). The total length of 18-inch Cement Mortar Lined and Wrapped (CML&W) with rock shield steel recycled water pipeline is approximately 2,220 linear feet. All work shall be in accordance with these specifications and the contract drawings Bidding Sheets

6 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE A (ALESSANDRO) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 1 1 LS Mobilization and Approved: Bonds, Insurance, and Schedule of Values Sixty-Seven Thousand Dollars PRESET DO NOT CHANGE 67, LS Insurance premium for obtaining FLOOD insurance to indemnify the District for any damage to the work caused by an Act of God (Public Contract Code 7105) 3 1 LS Furnish and install labor, equipment and material to comply with SCAQMD Rule 403 to actively prevent, reduce or mitigate fugitive dust emissions, complete and in place 4 1 LS Preparation and implementation of a Storm Water Pollution Control Plan, and implementation of the mitigation measures identified from the Mitigation Monitoring and Reporting Program BS Bidding Sheets

7 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE A (ALESSANDRO) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 5 1 LS Furnish and install recycled water pump station as shown on the contract drawings, specifications and items designated as ALESSANDRO RECYCLED WATER POND PUMP STATION including SCE electrical service, complete and in place. 6 1 LS Project Closeout: Including Record Drawings, O&M Manuals, and other project closeout activities. Twenty Thousand Dollars PRESET DO NOT CHANGE 20, LS ADDITION OR DEDUCTION Circle one: Addition (+) Deduction (-) $ TOTAL BID BASIS OF AWARD SCHEDULE A $ BS Bidding Sheets

8 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE B (MWD) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 1 1 LS Mobilization and Approved: Bonds, Insurance, and Schedule of Values Sixty-Seven Thousand Dollars PRESET DO NOT CHANGE 67, LS Insurance premium for obtaining FLOOD insurance to indemnify the District for any damage to the work caused by an Act of God (Public Contract Code 7105) 3 1 LS Furnish and install labor, equipment and material to comply with SCAQMD Rule 403 to actively prevent, reduce or mitigate fugitive dust emissions, complete and in place 4 1 LS Preparation and implementation of a Storm Water Pollution Control Plan, and implementation of the mitigation measures identified from the Mitigation Monitoring and Reporting Program BS Bidding Sheets

9 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE B (MWD) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 5 1 LS Furnish and install recycled water pump station as shown on the contract drawings, specifications and items designated as MWD RECYCLED WATER POND PUMP STATION including SCE electrical service, complete and in place. 6 1 LS Furnish and install cured in place pipe as shown on the contract drawings, Specification 15062, and items designated as MWD PIPELINE REHABILITATION including SCE electrical service, complete and in place. 7 1 LS Project Closeout: Including Record Drawings, O&M Manuals, and other project closeout activities. Twenty Thousand Dollars PRESET DO NOT CHANGE 20, LS ADDITION OR DEDUCTION Circle one: Addition (+) Deduction (-) $ TOTAL BID BASIS OF AWARD SCHEDULE B $ BS Bidding Sheets

10 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE C (SUN CITY) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 1 1 LS Mobilization and Approved: Bonds, Insurance, and Schedule of Values Sixty-Seven Thousand Dollars PRESET DO NOT CHANGE 67, LS Insurance premium for obtaining EARTHQUAKE insurance to indemnify the District for any damage to the work caused by an Act of God (Public Contract Code 7105) 3 1 LS Furnish and install labor, equipment and material to comply with SCAQMD Rule 403 to actively prevent, reduce or mitigate fugitive dust emissions, complete and in place 4 1 LS Preparation and implementation of a Storm Water Pollution Control Plan, and implementation of the mitigation measures identified from the Mitigation Monitoring and Reporting Program BS Bidding Sheets

11 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE C (SUN CITY) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 5 1 LS Furnish and install recycled water pump station as shown on the contract drawings, specifications and items designated as SUN CITY RECYCLED WATER POND PUMP STATION including SCE electrical service, complete and in place. 6 2,220 LF Furnish and install buried 18-inch diameter cement mortar lined and 3-layer tape wrap system, associated appurtenances, and corrosion monitoring and protection measures as shown on the contract drawings, specifications and items designated as SUN CITY PIPELINE in the contract Schedule of Values, complete and in place. $ $ Per LF 7 1 LS Project Closeout: Including Record Drawings, O&M Manuals, and other project closeout activities. Twenty Thousand Dollars PRESET DO NOT CHANGE 20, LS ADDITION OR DEDUCTION Circle one: Addition (+) Deduction (-) $ TOTAL BID BASIS OF AWARD SCHEDULE C $ BS Bidding Sheets

12 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES SCHEDULE A, SCHEDULE B, & SCHEDULE C BIDDING SHEETS ADDITION OR DEDUCTION: Provision is made here for the bidder to include an addition/deduction in their bid, if desired, to reflect any last minute adjustments in prices. The addition/deduction, if made, will be proportionately applied to item(s) (fill in) and reflected in the unit prices for payment purposes. If the addition/deduction affects more than one bid item, the proportionate application of the addition/deduction shall be mutually agreed upon by the Contractor and the District at the prejob. Addenda received: Letter of Clarification received: Person who inspected site of the proposed work as an employee of your firm: (Representative must have inspected the jobsite and be an employee on the company s payroll to be considered a responsive bidder) (Name) (Date of Inspection) BS Bidding Sheets

13 EQUIPMENT AND MATERIAL List below the equipment and material items to be furnished, with the name of the manufacturer. Acceptable manufacturers listed shall be utilized by the Contractor in his construction. No substitution of the Contractor's listed manufacturer will be permitted without written justification and the approval of the District. PRODUCTS OF MANUFACTURERS LISTED AS EQUALS TO THOSE SPECIFIED MUST BE SUBMITTED FOR REVIEW AND APPROVAL BY THE DISTRICT NOT LATER THAN THE TENTH (10TH) DAY PRECEDING THE DATE SET FOR RECEIPT OF BIDS. FAILURE TO PROVIDE THIS INFORMATION MAY RENDER YOUR BID NON-RESPONSIVE ITEM Air Valves Combination Pressure Relief and Solenoid Control Valve Pressure Transmitter MANUFACTURER Vent-O-Mat (No Equal) Cla-Val (No Equal) Foxboro (No Equal) BS Bidding Sheets

14 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES BIDDER S 5-YEAR EXPERIENCE RECORD & RESUMES OF KEY PERSONNEL All bidders must provide a detailed 5-year experience record showing successful completion of similar work as a GENERAL ENGINEERING CONTRACTOR on the attached form when submitting your bid, which must satisfy the following minimum requirements: A. Contract Type: Public Works projects B. Installation of Vertical Turbine Pumps and motors C. Installation of 12 and larger water pipelines D. Installation of electrical control and motor control center Additionally, bidders must include resumes of key personnel proposed to work on this project when submitting your bid. This information will be critical in determining the most responsible bidder. Failure to submit any of the above-mentioned information with your bid may deem your bid non-responsive BR Bidder s 5 year

15 BR-1 attachment Bidders 5-year YEAR TYPE/DESCRIPTION OF WORK VALUE OF WORK PERFORMED LOCATION OF WORK (CITY) ENGINEER / CONTACT PERSON Address & phone # OWNER / (CONTACT PERSON Address & phone # DETAILED 5-YEAR EXPERIENCE RECORD PLEASE USE ADDITIONAL SHEETS

16 SPEC NO: PROJECT TITLE: NAME OF CONTRACTOR: LIST OF DESIGNATED SUBCONTRACTORS In compliance with the provisions of Sec , inclusive, of the Public Contract Code of the State of California, and any amendments thereof, each bidder shall set forth below: (a) The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work or improvement in an amount in excess of one-half of one percent (1/2 of 1%) of the Contractor's total bid; and (b) the portion of the work which will be done by each such subcontractor. Refer to the Specifications, pages C-5(a) thru C-5(b). Each subcontractor shall possess, both at the time the bid is submitted and at all times when work is performed, a valid contractor's license for the appropriate classification necessary to perform the work for which that subcontractor is listed. LIST BELOW THE COMPLETE NAME, BUSINESS ADDRESS, LICENSE #, DESCRIPTION OF WORK, AND % OF WORK OF EACH SUBCONTRACTOR LICENSED SUBCONTRACTOR S NAME AND BUSINESS ADDRESS LICENSE # SPECIFIC DESCRIPTION OF SUBCONTRACT PERCENTAGE OF WORK TO BE PERFORMED (Do not list alternative subcontractors for the same work) C-5(c) Designation of Subcontractors

17 CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of providing for the registration of contractors. The representations made herein and in the proposal documents are made under penalty of perjury. The undersigned is hereby representing that he is properly licensed both at the time that he submits a bid as well as at the time the contract is awarded, if the contract is awarded to the undersigned. CONTRACTOR'S CLASSIFICATION LICENSE NUMBER TYPE EXPIRATION DATE A. INDIVIDUAL CONTRACTOR NAME OF INDIVIDUAL CONTRACTOR: BUSINESS ADDRESS: PHONE NUMBER: SIGNATURE OF OWNER: B. FIRM OR PARTNERSHIP NAME OF FIRM OR PARTNERSHIP: BUSINESS ADDRESS: PHONE NUMBER: SIGNATURE(S) & TITLE OF MEMBERS SIGNING ON BEHALF OF THE PARTNERSHIP: SIGNATURE: TITLE: SIGNATURE: TITLE: SIGNATURE: TITLE: C. CORPORATION NAME OF CORPORATION: BUSINESS ADDRESS: PHONE NUMBER: SIGNATURE OF AUTHORIZED OFFICER OF CORPORATION: SIGNATURE: TITLE: C Contractors Licensing Statement

18 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY EACH BIDDER AND SUBMITTED WITH BID STATE OF CALIFORNIA ) SS ) COUNTY OF ) (name of individual listed above shall sign below), being first duly sworn deposes and says that I am (sole owner, a partner, president, secretary, representative of company, etc.) of the party making the foregoing bid; that the bid is not made in the interest of or on behalf of any undisclosed person, partnership, company association, organization, or corporation; that such bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or of any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signed: (signature of individual named above) Title: C Non-Collusion Affidavit (w/o notorial jurat)

19 Cal/OSHA Form 300A (Rev. 4/2004) Appendix B Annual Summary of Work Related Injuries and Illnesses Year 20 Department of Industrial Relations Division of Occupational Safety & Health All establishments covered by CC R Title 8 Section must complete this Annual Summary, even if no work-related injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log, count the individual entries you made for each category. Then write the totals below, making sure you ve added the entries from every page of the Log. If you Establishment information had no cases, write 0. Employees, former employees, and their representatives have the right to review the Cal/OSHA Form 300 in its entirety. They also have limited access to the Cal/OSHA Form 301 or its equivalent. See CCR Title 8 Section , in Cal/OSHA s recordkeeping rule, for further details on the access provisions for these forms. Establishment Information Your establishment name Street City State Zip Industry description (e.g. Manufacturer of motor truck trailers) Number of Cases Total number of deaths Total number of cases with days away from work Total number of cases with job transfer or restriction Total number of other recordable cases (G) (H) (I) (J) Number of Days Standard Industrial Classification (SIC), if known (e.g. SIC 3715) Employment Information (If you don t have these figures, use the optional Worksheet to estimate) Annual average number of employees Total hours worked by all employees last year Total number of days of job transfer or restriction Total number of days away from work Sign here Knowingly falsifying this document may result in a fine. (K) (L) Injury and Illness Types I certify that I have examined this document and that to the best of my knowledge the entries are true, accurate, and complete. Total number of (M) (1) Injuries (4) Poisonings (2) Skin disorders (5) Hearing loss (3) Respiratory conditions (6) All other Illnesses Company executive Phone Title Date Post this Annual Summary from February 1 to April 30 of the year following the year covered by the form. C-16 (2) CalOsha form 300A

20 C-17 Contractor s Cal/OSHA Compliance History and SIC Code THIS DOCUMENT IS TO BE SUBMITTED WITH THE PROPOSAL PACKAGE AT TIME OF BID Bid Date: Specification No. Contractor name: Contact Person: Please answer the following questions: Contractor s Standard Industry Code: Project Name: Phone No: 1. Has the contractor been cited by Cal/OSHA or any regulatory agency for a violation related to safety or environmental issues within the past 7 years? No Yes If yes, please provide information specific to the violation and what actions have been taken to ensure that there is not a repeat violation (attach additional sheets it needed) 2. Within the past ten (10) years has the contractor had a fatality or serious incident on a job site? No Yes Contractor s Representative signature: Date: FOR EMWD USE ONLY: Field Engineering to forward to Risk Management for review Approved: No Yes Reviewed by (Risk Management) Review date: (Risk Management Return to (Field Eng.CAR): Return by (date): (signature required) cc: Construction Administrator File: C-17 Contractor s Compliance History C CalOsha Compliance History & SIC Code

21 EASTERN MUNICIPAL WATER DISTRICT BID BOND Bid Bond # KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto Eastern Municipal Water District. Obligee, hereinafter called the Obligee, in the sum of Dollars ( ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents. WHEREAS, the Principal has submitted a bid, dated, 20, for (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding of Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. In the event suit is brought upon this Bond by Obligee and judgement is recovered, the Surety shall pay all costs incurred by Obligee in such suits to be fixed by the court. Signed and sealed this day of 20 (Witness) Principal) (Title) (Witness) (Surety) (Title) Acknowledgement by Notary Public required for Surety This Bid Bond (BD-1) form shall be submitted to be considered a responsive bid BD Bid Bond

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid*

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid* PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid* SPECIFICATION NO. 1200P SAN JACINTO RESERVOIR RECYCLED WATER POND PUMP STATION NOTICE TO BIDDERS: The attached

More information

PROPOSAL PACKAGE INFORMATION SHEET

PROPOSAL PACKAGE INFORMATION SHEET PROPOSAL PACKAGE INFORMATION SHEET SPECIFICATION NO. 1328W LAS PALMAS WATER PIPELINE INSTALL PROJECT NOTICE TO BIDDERS: The attached Proposal Package, when completed by you and returned to this District,

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project CONTRACT DOCUMENTS for the City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project prepared by Pro Terra, Engineering & Surveying El Centro, CA City of El Centro Replacement

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS RECEIPT OF BIDS: Sealed Bids will be received at the office of the Central Coast Water Authority, at 255 Industrial Way, Buellton, California 93427, until 2:00 p.m. September 4, 2012,

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are

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

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Field 6 Fence Phase 1

Field 6 Fence Phase 1 City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works

More information

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT APRIL 2017 BID FORM CHECKLIST (To be placed in the Bidder

More information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015 Boulder Creek Fire Protection District Request For Proposal s July 14, 2015 TABLE OF CONTENTS A. Notice to Contractors...3 B. Bid Documents 1. Proposal to the Boulder Creek Fire Protection District...6

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th. County Engineer Environmental Engineer Building Department 233 W. Sixth Street Marysville, Ohio 43040 P 937. 645. 3018 F 937. 645. 3161 www.co.union.oh.us/engineer Marysville Operations Facility 16400

More information

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 PROJECT: Airfield Pavement Rehabilitation and Repairs Phase II Norfolk International Airport Norfolk, Virginia ADDENDUM No.2 to Bid Documents

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

Replacement of Existing Carpet at City Hall

Replacement of Existing Carpet at City Hall CITY OF MILLBRAE STATE OF CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DEPARTMENT OF PUBLIC WORKS 621 MAGNOLIA AVENUE MILLBRAE, CA 94030 TELEPHONE: (650) 259-2339 FAX: (650) 697-8158 BID OPENING:

More information

DOCUMENT TABLE OF CONTENTS

DOCUMENT TABLE OF CONTENTS DOCUMENT 00 0110 TABLE OF CONTENTS Division Section Title INTRODUCTORY INFORMATION BIDDING REQUIREMENTS 00 0101 Title Page 00 0110 Table of Contents 00 0115 Drawing List 00 1113 Notice Inviting Bids 00

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS

SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS DIVISION 0 - CONDITIONS OF THE CONTRACT Notice to Bidders...1 page Instructions to Bidders... 5 pages Bid

More information

PROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019

PROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019 PROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019 FOR USE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION Prepared under the supervision

More information

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2 OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, 2016 Addendum #2 1. Clarifications to Automatic Temperature Controls: A. 230900-6 4.4 The operator interface PC is not required

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

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 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

ADDENDUM For Reference For Bidders

ADDENDUM For Reference For Bidders Castro Valley Unified School District CHABOT ELEMENTARY SCHOOL, MARSHALL ELEMENTARY SCHOOL, AND STANTON ELEMENTARY SCHOOL INTERIM HOUSING PORTABLES CONSTRUCTION, PART 2 ADDENDUM 02 04 For Reference For

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK 2016 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

More information

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION SET NO: San Diego County, California CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: 4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION VOLUME I SEPTEMBER 2018 OMWD WO# D700022 (BLANK) (BLANK)

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

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

PUBLIC WORKS DEPARTMENT PUBLIC SERVICES DIVISION PROJECT TITLE: MSC SECURITY CAMERA SYSTEM UPGRADE AND SECURITY CARD ACCESS EXPANSION

PUBLIC WORKS DEPARTMENT PUBLIC SERVICES DIVISION PROJECT TITLE: MSC SECURITY CAMERA SYSTEM UPGRADE AND SECURITY CARD ACCESS EXPANSION PUBLIC WORKS DEPARTMENT PUBLIC SERVICES DIVISION PROJECT TITLE: MSC SECURITY CAMERA SYSTEM UPGRADE AND SECURITY CARD ACCESS EXPANSION INVITATION FOR BIDS (IFB) NUMBER: 159094 IFB DUE DATE: JUNE 2, 2015

More information

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES NOTICE TO CONTRACTORS THE CITY OF PICAYUNE WALMART WATER TANK IMPROVEMENTS PICAYUNE, MS Sealed bids for the construction of the WALMART WATER TANK IMPROVEMENTS for The City of Picayune in Picayune, Mississippi,

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I 2018 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor) STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I hereby certify that (Legal Name of Vendor) is in compliance with the Civil Rights Acts of 1964; Executive Orders 11246

More information

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

More information

CITY OF LAGUNA NIGUEL PLANS, AND FOR

CITY OF LAGUNA NIGUEL PLANS, AND FOR CITY OF LAGUNA NIGUEL LAGUNA NIGUEL, CALIFORNIAA PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NEIGHBORHOOD PARK MONUMENT SIGNS CASH CONTRACT 14-10 PREPARED BY: CITY OF LAGUNA NIGUEL PUBLIC WORKS DEPARTMENTT

More information

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services... TABLE OF CONTENTS 2016 Edition PROJECT NAME: SCC - Cherokee Campus - 2017 Sidewalk Improvements PROJECT NUMBER: H59-D891-01-A SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction

More information

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction Contract Documents and Specifications for Engler Park Tennis Court Construction City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks 407 Boyce Farmington,

More information

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY BIDS DUE: MONDAY, APRIL 23, 2018 11:00 AM PREVAILING TIME WAYNE COUNTY WATER AND SEWER

More information

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING CONTRACT DOCUMENTS TABLE OF CONTENTS PART 1 BIDDING REQUIREMENTS Page Invitation to Bid B 1 Instructions to Bidders B 3 Bidder's Checklist B 10 Bid Form B

More information

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION 3025 Oxford Street Des Moines, Iowa QUOTE #7301 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa

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

BID FORM (Lump Sum or Unit Price)

BID FORM (Lump Sum or Unit Price) BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal

More information

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT Vendor Name Phone Number Reporting Date Address 1. Recruitment of new employees: How many new employees do you intend

More information

Bid No. B17-13 Bldg 1300 HVAC

Bid No. B17-13 Bldg 1300 HVAC Bid No. B17-13 Bldg 1300 HVAC INFORMAL BID ***PREQUALIFIED CONTRACTORS ONLY*** BID DUE DATE: WEDNESDAY, April 19, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: 4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT AUGUST 2016 (BLANK) BID FORM CHECKLIST (To

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

Contract Documents For Invitation for Bid No Anaerobic Digester Dome Seal Repair and Cleaning of Digesters

Contract Documents For Invitation for Bid No Anaerobic Digester Dome Seal Repair and Cleaning of Digesters Contract Documents For Invitation for Bid No. 16-011 Anaerobic Digester Dome Seal Repair and Cleaning of Digesters City of Banning Public Works Department 99 E. Ramsey Street Banning, California 92220

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO. 38 2017 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received and timestamped

More information

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA Introduction & Summary The City of Santa Monica (the City ) is distributing this Request

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

BID NO VOLUME I. Date Due: May 30, 2018 at 9:00am

BID NO VOLUME I. Date Due: May 30, 2018 at 9:00am BID NO. 1807 Printing and Mailing of Adult Education Class Schedules VOLUME I Date Due: May 30, 2018 at 9:00am BID NO. 1807 Printing and Mailing of Adult Education Class Schedules - Page 1 TABLE OF CONTENTS

More information

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI PROPOSALS DUE: 1:00 P.M., FRIDAY, MAY 18, 2018 The City of Creve Coeur seeks proposals for the fabrication and delivery

More information

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW By: Name: Title: By: Name: Title: Owner Contractor FRONT END DOCUMENTS JOB ORDER CONTRACTS (JOC) (JOC-001, JOC-002, JOC-003, JOC-004, JOC-005) BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO

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

Page 1 of 6 Home Search Students Faculty & Staff Teaching & Learning Administration Alumni, Parents & Donors Business, Community & Gov't Public Affairs CPDC» Construction Management Contract Documents

More information

Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department

Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3547 Bid No. 3547 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: April 28, 2010 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

Construction Bid Package

Construction Bid Package County of Santa Barbara Santa Barbara Courthouse Public Defender Partial Roof Rehabilitation 1100 Anacapa Street, Santa Barbara, CA 93101 Construction Bid Package Project No. 8722 MANDATORY JOB WALK: February

More information

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016 PROJECT16-9415 CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016 JULY 2016 Prepared by: ENGINEERING

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

For Review Only Official Bid Packet available at Athens County Engineer's Office

For Review Only Official Bid Packet available at Athens County Engineer's Office ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM NOTICE TO BIDDERS The Athens County Commissioners will open sealed bids at their office in the Athens County Courthouse, 15 South Court Street, Athens,

More information

Bid No. B17-07 HVAC Controls

Bid No. B17-07 HVAC Controls Bid No. B17-07 HVAC Controls INFORMAL BID ***Pre-Qualified Contractors Only*** BID DUE DATE: WEDNESDAY, February 1, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents TABLE OF CONTENTS Page No. A. INTRODUCTORY PAGES Cover Page... i Table of Contents... ii Location Map... iii Invitation for Informal Bids... iv Notice to Informal Bidders... v Schedule of Required Informal

More information

MUNICIPAL POOL REHABILITATION

MUNICIPAL POOL REHABILITATION MUNICIPAL POOL REHABILITATION SPECIFICATION NO. 2014-61000-01 IN THE CITY OF SIERRA MADRE, CALIFORNIA February 11, 2015 Bruce Inman Director of Public Works Adam Matsumoto Manager of Community Services

More information

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT BLEACHER REPLACEMENT Contract No. BE17-253 File No. 1961 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT

More information

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA DOCUMENT 00001 PROJECT MANUAL for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT at EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA Juan G. Villanueva 2201 W. Washington Street P.O. Box 2089 Stockton,

More information

X General Construction Structural Steel X HVAC

X General Construction Structural Steel X HVAC BID PROPOSAL FORM STOCKTON UNIVERSITY 101 Vera King Farris Drive Purchasing Department Upper N Wing GALLOWAY, NEW JERSEY 08205 This bid proposal shall be returned in a sealed envelope and will be accepted

More information

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST Kern Health Systems (KHS) is a government agency dedicated to running a fair bidding program to foster high quality business relationships.

More information