2:00 P.M., Austin time, on Thursday, March 23, 2017

Size: px
Start display at page:

Download "2:00 P.M., Austin time, on Thursday, March 23, 2017"

Transcription

1 ADDENDUM NO. 1 ELECTRICAL SERVICE TO March 16, 2017 PORTABLE CLASSROOM BUILDINGS Austin Independent School District Department of Construction Management TO: All Prime Contract Bidders of Record Acknowledge receipt of this Addenda by inserting its number and date on Page 12 of the Bid Form, under the following section; CONSTRUCTION FORM AISD/RFB-LRB BID & INFO (Rev. Feb. 16) BID FORM C. Bidder Representations and Certifications 4. Bidder has received the following Addenda to the Request for Bid, Addenda No.(s) (ADDENDUM NO. 1) Failure to make such acknowledgment may subject Bidder to disqualification. This Addendum forms a part of the Contract Documents and modifies them as follows: Clarifications, Additions and Deletions: 1. Bid Due Date has been Extended From: 2:00 P.M., Austin time, on Tuesday, March 21, 2017 TO 2:00 P.M., Austin time, on Thursday, March 23, 2017 TIME AND PLACE FOR OPENING OF BIDS: Sealed Bids will be opened and read aloud at 4:30 P.M., Friday, March 24, 2017, at the AISD Construction Management Office, (812 San Antonio St., Suite 200, Main Conference Room, Austin, Texas 78701, Phone: ). 2. REPLACE ORIGINAL CONSTRUCTION FORM AISD/RFB-CB BID & INFO (BID FORM) with attached revised CONSTRUCTION FORM AISD/RFB-CB BID & INFO: REVISED (March 16, 2017) BID FORM

2 3. A Bid Guaranty in the amount of $ 1,500 if bidding Unit Prices. Bid Guaranty shall be in the form of either a cashier s check payable to Austin Independent School District or a Bid Bond on the required Bid Bond Form. END OF ADDENDUM

3 REVISED (MARCH 16, 2017) BID FORM To: Re: The Board of Trustees Austin Independent School District Austin, Texas AISD RFB No. RFB ELECTRICAL SERVICE TO PORTABLE CLASSROOM BUILDINGS Ladies and Gentlemen: The undersigned offeror ( Bidder ) submits this Bid for the performance of the Work of construction, alteration or repair (the Work ) described as follows: AISD Project No Group RFB ELECTRICAL SERVICE TO PORTABLE CLASSROOM BUILDINGS The undersigned Bidder has carefully examined and considered the Project Site and relevant conditions and circumstances for the Work, information and requirements set out in the Request for Bids, the Drawings and Specifications, and the requirements of the proposed Contract Documents, including the Agreement for Construction, the General Conditions, and AISD s Notice of Prevailing Wage Rates and Benefits Compliance in making this Bid. Capitalized terms used but not otherwise defined in this Bid Form shall have the same meanings as designated in the Instructions to Bidders. A. Bid Terms Based on the foregoing, the undersigned Bidder hereby offers and proposes to perform the Work, in accordance with the Contract Documents, for the Contract Amount based on the Pricing Schedule set forth below, within the Substantial Completion Date required by AISD. 1

4 1. Pricing Schedule Express in words and numbers. BID ITEMS UNIT PRICE ITEMS ELECTRICAL SERVICE TO PORTABLE CLASSROOM BUILDINGS (Unit Prices Shall Be Valid Individually thru December 31, 2017 with the option to extend past December 31, 2017 if agreeable with both parties) Unit Prices for work requested after December 31, 2017 will be adjusted by a percentage increased/decreased (circle one) of % to accommodate fluctuating market conditions. All Electrical work performed on AISD property shall comply with all current and required electrical codes. Provide, prepare and set electrical meter can for inspection By Austin Energy. UNIT PRICE NO.1- TYPICAL PORTABLE ELECTRICAL CONNECTION Provide required grounding, inspection and connection of existing 125 amp electric service to a single building. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building 2

5 UNIT PRICE NO.2- Provide and Install a 400 AMP, 120/240 Single Phase Rack Mounted Service to serve 5 Portable Classroom Buildings. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Rack Service, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Construct the rack for the service using strut large enough to hold a Current Transformer Can of the appropriate size, an approved AE meter can, a 400AMP fused disconnect, a wire way or electrical gutter with distribution blocks with five (5) 125 AMP single phase disconnects. Provide grounding rods as required. All material installed and work performed shall comply with the current National Electric Code (NEC) as required by the City of Austin and shall pass all electrical inspections. Unit Price / 400 AMP Rack UNIT PRICE NO.3- Provide and Install an 800 AMP, 120/240 Single Phase Rack Mounted Service to serve 8 Portable Classroom Buildings. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Rack Service, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Construct the rack for the service using strut large enough to hold a Current Transformer Can of the appropriate size, an approved AE meter can, an 800AMP fused disconnect, a wire way or electrical gutter with distribution blocks with eight (8) 125 AMP single phase disconnects. Provide grounding rods as required. All material installed and work performed shall comply with the current National Electric Code (NEC) as required by the City of Austin and shall pass all electrical inspections. Unit Price / 800 AMP Rack 3

6 UNIT PRICE NO.4- Provide required grounding, inspection, connection of existing 125 amp electric service to building, and raise meter can and service from existing weatherhead location to height required by City. Service drop to be 12' above ground as required. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building UNIT PRICE NO.5- Provide required grounding, inspection, connection of existing 125 amp electric service to building, and lower meter can and service from existing weatherhead location to height required by City. Service drop to be 12' above ground as required. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building 4

7 UNIT PRICE NO.6- Provide required grounding, inspection, disconnect and relocate existing electrical meter/service riser to other end of portable for 125 AMP electrical service. Extend service, approximately 90', to opposite end of building with 3 #1 THWN feeders in 1-1/2" conduit plus a weatherhead at each end of building. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building UNIT PRICE NO.7- Provide required grounding, inspection, and connection of existing 125 amp electric service to building. Provide and install new Austin Energy meter can, include required 1-1/2" conduit, 125 AMP rated NEMA disconnect, wire and weatherheads. Service drop to be 12' above ground as required. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building 5

8 UNIT PRICE NO.8- Provide required grounding, inspection, and connection to new 125 amp electric service to building. Provide and install new meter/service riser including but not limited to 1-1/2 conduit, 125 AMP rated NEMA exterior breaker box, wire, three weatherheads and new City of Austin meter can. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building UNIT PRICE NO.9- Provide required grounding, inspection and connection of Rental Portables with existing 200 amp electric service to building. Panel is located on the service drop side where meter can will be installed. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building 6

9 UNIT PRICE NO.10- Provide required grounding, inspection and connection of Rental Portables with existing 200 amp electric service to building. Panel is located on the opposite side of the service drop where meter can will be installed. Extend service, approximately 90', to opposite end of building with 3 #1 THWN feeders in 1-1/2" conduit plus a weatherhead at each end of building. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building UNIT PRICE NO.11- Cost to Upgrade Service to existing portable building. Provide 125 amp rated exterior NEMA 3R breaker box, with 125 amp main to meet current City of Austin Electrical Code. This unit price includes; providing an approved Electrical Service Planning Application (ESPA) to Austin Energy, obtaining a feasible Spot Location for the proposed Drop, provide the required one-line diagram, load calculations and other necessary design drawings and information required to secure the required electrical permit from the City of Austin. Obtain permit and final electrical approval for service drop. Unit Price / Building 7

10 UNIT PRICE NO.12- Cost to provide electrical service to lift station, including but not limited to providing and installing conduit, wire and final connection. Approximately 12' run with 5 running under ground. Unit Price UNIT PRICE NO.13- Cost to install electric block in J box in middle of building. Unit Price UNIT PRICE NO.14- Cost to provide and install one (1) - 30 pole. Unit Price UNIT PRICE NO.15- Cost to provide and install set of NEW 14-2 x4 LED fixtures and lamps for one classroom. Surface mount if no room above ceiling for lay-in fixtures. Unit Price / Classroom 8

11 UNIT PRICE NO.16- Cost to provide and install one (1) duplex receptacle inside Portable for data equipment. Unit Price / Building UNIT PRICE NO.17- Cost to provide and install one (1) exterior LED wall pack light fixture at gable end side of Portable for security. Unit Price / Building UNIT PRICE NO.18- Cost to provide and install one (1) exhaust fan at Portable restroom. Unit Price / Building UNIT PRICE NO.19- Hourly Labor Charge for Various Projects 19A. Journeyman per hour $ 19B. Helper per hour $ UNIT PRICE NO.20- Material Charge for Various Projects Percent Mark-up to provide materials on various projects Throughout AISD. % 9

12 NOTES: All work areas shall be inspected, cleared and cleaned on a daily basis of any construction material debris and safety hazards prior to leaving job site. A magnetic roll shall be performed daily to eliminate any sharp metal debris such as nails, which may cause damage or harm to the public. Unit Prices will be used to add or delete for contract purposes. I, the undersigned bidder have the ability to complete units of typical portable building installations during the period between June 12, 2017 and August 14, Austin Independent School District will award one or more contracts with the lowest qualified bidder for as much work as Construction Management determines the Contractor is capable of performing within the allotted timeframe, and then make additional awards to the next low bidders as necessary. END OF PRICING SCHEDULE* 2. Substantial Completion Date All of the Work must be substantially completed no later than 45 calendar days after the date specified in the Notice to Proceed issued by AISD, or August 14, 2017, whichever is earlier. 3. Liquidated Damages AISD shall have the right under the Contract to assess liquidated damages in the amount of $ 400 per day per portable for each calendar day beyond the date for substantial completion set out in the Contract in which the Work fails to be substantially complete due to unexcused delay. B. Enclosed Documents. The following are enclosed with this Bid: 1. A Bid Guaranty in the amount of $1,500 in the form of either a cashier s check payable to Austin Independent School District or a Bid Bond on the required Bid Bond Form. 2. The following are either enclosed with this Bid or will be delivered by 4:00 p.m., Austin time, on the next business day following the Bid Deadline pursuant to Section 4.7 of the Request for Competitive Bids Instructions to Bidders ("Request for Bids") regarding the Work: (i) (ii) (iii) (iv) The completed Felony Conviction Notice; The completed Suspension and Debarment Certification Form; The completed Disclosure Form; and The completed Disclosure Statement/HUB* Utilization Report. 10

13 C. Bidder Representations and Certifications By signing and submitting this Bid, the undersigned Bidder and person signing on its behalf certifies and represents to the Austin Independent School District as follows: 1. (i) Bidder has not offered, conferred or agreed to confer any pecuniary benefit, as defined by TEX. PENAL CODE, Chapter 36, or any other thing of value, as consideration for the receipt of information or any special treatment or advantage relating to this Bid; (ii) Bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value as consideration for the recipient s decision, opinion, recommendation, vote or other exercise of discretion concerning this Bid; (iii) Bidder has not violated any state, federal or local law, regulation or ordinance relating to bribery, improper influence, collusion or the like, and Bidder will not in the future offer, confer, or agree to confer any pecuniary benefit or other thing of value to any officer, Trustee, agent or employee of the Austin Independent School District in return for the person s having exercised official discretion, power or duty with respect to this Bid; (iv) Bidder has not now and will not in the future offer, confer or agree to confer a pecuniary benefit or other thing of value to any officer, Trustee, agent or employee of the Austin Independent School District in connection with information regarding this Bid, the submission of this Bid, the award of this Bid, or the performance, delivery or sale pursuant to this Bid; (v) Bidder has neither coerced nor attempted to influence the exercise of discretion by any officer, Trustee, agent or employee of the Austin Independent School District concerning this Bid on the basis of any consideration not authorized by law; and (vi) Bidder has not received any information not available to other bidders so as to give the undersigned a preferential advantage with respect to this Bid. 2. All information contained in this Bid, including the information provided in Section D below is, to the best of the undersigned s knowledge and belief, true, complete and accurate. 3. BIDDER WAIVES ANY CLAIM IT HAS OR MAY HAVE AGAINST THE ARCHITECT, ITS CONSULTING ENGINEERS, OR ANY OTHER CONSULTANTS, AND THEIR RESPECTIVE EMPLOYEES, OFFICERS, MEMBERS, DIRECTORS AND PARTNERS, AND AISD, ITS EMPLOYEES, OFFICERS, AGENTS, REPRESENTATIVES, AND THE MEMBERS OF AISD S GOVERNING BODY, CONNECTED WITH OR ARISING OUT OF THIS REQUEST FOR BIDS, INCLUDING, THE ADMINISTRATION OF THE REQUEST FOR BIDS, THE 11

14 BID EVALUATIONS, AND THE SELECTION OF THE BIDDER. SUBMISSION OF A BID INDICATES BIDDER S ACCEPTANCE OF THE EVALUATION TECHNIQUE AND BIDDER S RECOGNITION THAT SOME SUBJECTIVE JUDGMENTS MUST BE MADE BY AISD DURING THE SELECTION PROCESS. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, BIDDER ACKNOWLEDGES THAT AISD SHALL DOCUMENT THE BASIS OF ITS SELECTION AND SHALL MAKE THE EVALUATIONS PUBLIC NOT LATER THAN THE 7 TH DAY AFTER THE DATE THE CONTRACT IS AWARDED, AND BIDDER WAIVES ANY CLAIM IT HAS OR MAY HAVE AGAINST THE ABOVE-NAMED PERSONS, DUE TO INFORMATION CONTAINED IN SUCH EVALUATIONS. 4. Bidder has received the following Addenda to the Request for Bid, but agrees and understands that it will be responsible for performing the Work in accordance with all terms and conditions in all Addenda issued in connection with the Request for Bids, and that its Bid will be construed to include all requirements of all such Addenda, whether or not identified below: Addenda No.(s) Addenda No Bidder (or its subcontractors/suppliers, as applicable) meets all of the Minimum Qualifications specified in Section 1.3 of the Request for Bids. 6. The subcontractors/suppliers listed on the completed Subcontractor/Supplier Disclosure Statement meet all of the qualifications for the Project set forth in AISD's Project Manual/Specifications. 7. If requested by a subcontractor or material supplier who submitted a bid/proposal to Bidder in connection with the Work but who is not listed as a proposed subcontractor or supplier on Bidder s completed Subcontractor/Supplier Disclosure Statement, Bidder will provide feedback to such subcontractor or supplier as to how its bid/proposal compared with the other bids/proposals received by Bidder for the same services or materials in connection with the Work (e.g., bid was highest bid received, bid fell in the middle of bids received, etc.). 8. To promote and encourage the involvement of small, local firms and firms owned or operated by minorities or women, Bidder will solicit and consider bids/proposals from subcontractors covering only certain components of the scope of the Work for which particular bids/proposals are solicited, in addition to soliciting and considering bids/proposals from subcontractors for complete scopes of the Work. D. Bidder Information All of the following information must be provided by Bidder. Use additional sheets if necessary. If additional sheets are used, clearly indicate the question number to which you are responding. Responses must be typed or printed neatly. Illegible responses will not be considered. The Bidder is also sometimes hereinafter referred to below as the "organization" or the "company." 12

15 1. General Information 1.1 Name of Bidder: 1.2 Name of Project: 1.3 Address of office from which Bidder will conduct the Work: 1.4 Bidder s Contact Person for this Work: Name: Address: Phone: Fax.: 1.5 Bidder's Home Office Address: 1.6 Does any relationship exist between the Bidder, its officers, principals, or employees and any of AISD s officers, or Trustees? YES NO If yes, please explain. 1.7 Principal Business: General Construction Roofing Mechanical/Electrical/Plumbing Interior Finish-out Other (Please specify) 1.8 Licensing/Certifications for Prime Contractors: List trade categories in which your organization is legally qualified to do business in Austin, Texas, and indicate registration or license numbers, as applicable. 13

16 If a Technology, Fire Alarm, Security or Roofing specialty contractor, please provide a list of each manufacturer with which your organization is authorized/certified to supply, service and install their products. Submit letters and certificates from the manufacturers, on manufacturers' letterheads, regarding the authorization to supply, service and install their products and, in addition, provide copies of certifications for the various personnel involved in the Project. 1.9 Minimum Qualifications: To the extent not otherwise described in Section 1.8 above, describe your organization's compliance with all Minimum Qualifications set forth in Section 1.3 of the Request for Bids and include all necessary attachments evidencing same Work to be Performed on this Project by Bidder's Own Forces: List the general categories of work that your organization intends to perform on this Project using its own forces. 2. Organization 2.1 How many years has your organization been in business as a contractor? Years 2.2 How many years has your organization been in business under its present business name? Years 2.3 Under what other or former names has your organization operated? Name Name Years Years 2.4 If your organization is a corporation, answer the following: Date of incorporation: State of incorporation: 14

17 2.4.3 President s name: 2.5 If your organization is a limited liability company, answer the following: Date of organization: State of organization: President s, Manager s or Managing Member s name: 2.6 If your organization is a partnership, answer the following: Date of organization: Type of Partnership: Name(s) of general partner(s): 2.7 If your organization is individually owned, answer the following: Date of organization: Name of owner: 2.8 For all business entities other than publicly held corporations, please provide the following: Award to Nonresident Bidders Is your business organized under the laws of the State of Texas? YES NO What is the location of your principal place of business? Bids from nonresident contractors shall be evaluated according to Tex. Gov. Code Is your company currently for sale or involved in any transaction to expand or to become acquired by another business entity? If yes, please explain the impact both in organizational and directional terms. 3. Relevant Experience 3.1 On the attached Table A, list all projects your company has in progress and provide all additional information requested. 3.2 On the attached Table B, list all school projects that your company has completed in the past eight (8) years, beginning with AISD schools, and 15

18 provide all additional information requested. As used herein, school means K-12 and higher education. 3.3 On the attached Table C, list all non-school projects your company has completed in the past eight (8) years and provide all additional information requested. 3.4 Describe the way in which your company develops and maintains project schedules. How often do you update schedules? Limit your response to one page. 4. Past Performance Claims and Suits. (If the answer to any of the questions below is yes, please attach details not to exceed one page for each of the following questions.) 4.1 Has your organization ever failed to complete any work awarded to it? (If yes, attach details.) YES NO 4.2 Are there any judgments, claims, arbitration proceedings or suits (past, pending or outstanding) against your organization or its officers arising out of or in connection with your company's performance under a contract for construction management and/or construction services? (If yes, attach details, including a description of how such suits or claims were resolved, if applicable.) YES NO 4.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? (If yes, attach details.) YES NO 4.4 Has your organization been assessed liquidated damages on a project in the last eight (8) years? (If yes, attach details.) YES NO 4.5 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If yes, attach details.) YES NO 16

19 4.6 Trade References. Provide the following information for three trade references: Company name: Address: Company name: Address: Company name: Address: Contact person: Telephone: Contact person: Telephone: Contact person: Telephone: 5. Safety Record 5.1 Please provide the following information in connection with your organization's safety record: Your organization's OSHA (Occupational Safety and Health Administration) 300 Logs for the last three (3) years. OSHA log must be completed. If no accidents, record 0 in appropriate column totals Loss analysis from your organization's insurance carrier or insurance agent covering your organization's workers' compensation insurance coverage (Loss Run). (Loss run is also referred to as statement of claims or SOC.) Loss run must be provided by your organization s insurance carrier or insurance agent. Insurance carrier s company name or insurance agent (agency) must be clearly legible on documents provided. Names of claimants on loss run may be redacted. If there have been no losses, provide copy from your firm s insurance carrier showing no losses. 17

20 5.1.3 Loss ratio from your organization's insurance carrier or insurance agent covering your organization's workers' compensation insurance coverage. Loss ratio must be provided by your organization s insurance carrier or insurance agent. Insurance carrier s company name or insurance agent (agency) must be clearly legible on documents provided. Loss ratio must be based on manual (unmodified) premium. Manual (unmodified) premium is premium without experience modifier applied. If paid premium is submitted, experience modifier (from insurance carrier) must be provided. Time period corresponding to loss ratio must be provided. Typed or handwritten information concerning loss ratio prepared by your firm WILL NOT be accepted. Experience rating documents WILL NOT be accepted for this Paragraph Your organization s current experience modifier from your organization s workers compensation insurance premiums provided by your organization s insurance carrier, insurance agent or rating agency. Experience modifier must be provided by your organization s insurance carrier, insurance agent or rating agency. Insurance carrier s company name or insurance agent (agency) must be clearly legible on documents provided. Experience modifier must be from most recent completed policy year. Experience modifier must clearly indicate time period/year covered. Hand-written experience modifiers WILL NOT be accepted. Experience rating documents indicating a calculated experience modifier will be accepted provided there is a final calculated experience modifier with applicable year indicated. 18

21 Executed as of this day of, 20. Bidder: Address: City, State, Zip Code: By: Name: Title: Date: Telephone: 19

22 Table A All Projects in Progress Project Name Owner Owner s Contact Person and Phone Number Architect Architect s Contact Person and Phone Number Contract Amount Percent Complete Scheduled completion date Total Value of All Projects in Progress: $ 20

23 CONSTRUCTION FORM AISD/RFB-CB BID & INFO (Rev. Dec. 13) Table B All School (K-12 and higher education) projects completed in the past 8 years, beginning with projects for AISD Project Name Owner Owner s Contact Person and Phone Number Architect Architect s Contact Person and Phone Number Original Contract Amount Total Change Order Amount Final Contract Amount Date of Completion % of work completed with Own Forces Liquidated Damages (Yes or No) Total Value of All School Projects Completed in the Past 8 Years: $ 21

24 CONSTRUCTION FORM AISD/RFB-CB BID & INFO (Rev. Dec. 13) Table C All Non-School projects completed in the past 8 years Project Name Owner Owner s Contact Person and Phone Number Architect Architect s Contact Person and Phone Number Original Contract Amount Total Change Order Amount Final Contract Amount Date of Completion % of work completed with Own Forces Liquidated Damages (Yes or No) Total Value of All Non-School Projects Completed in the Past 8 Years: $ 22

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

Bidders shall execute the following forms and return the signed original with their proposal.

Bidders shall execute the following forms and return the signed original with their proposal. Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing

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

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 CONTRACT NO. 9500667 December 21, 2018 The Request for Bids for the above

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

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

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS SILICON VALLEY BERRYESSA EXTENSION PROJECT C740 (13002F) REQUEST FOR PRE-QUALIFICATION OF BIDDERS Milpitas Station Surface Parking and Roadway Issued September 25, 2014 REQUEST FOR PRE-QUALIFICATION OF

More information

Bridgeville School District

Bridgeville School District Bridgeville School District Request for Quotes revised* Informal quotes for project with estimated value under $15,000 *Revised October 30, 2017 to correct installation complete date deletions shown in

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

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH ` (1) Standby Generator @ Commercial Drive Sewer Lift Station Sealed Bid (Bid-2017-025) Town of Salem, NH August 4, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

ADDENDUM No. 2. August 1, 2018

ADDENDUM No. 2. August 1, 2018 ADDENDUM No. 2 August 1, 2018 TO: FROM: RE: PROSPECTIVE BIDDERS GALE ASSOCIATES, INC. 160 N. Westmonte Drive Suite 1200 Altamonte Springs, FL 32714 407 599 7031 Indian River Elementary School Roof Replacement

More information

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M.

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M. ARLINGTON ISD REQUEST FOR PROPOSAL RFP #17-22 PROPERTY AND CRIME INSURANCE RFP AVAILABLE ON Monday, August 15, 2016 BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M. EFFECTIVE DATE October 25, 2016

More information

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830) April 13, 2016 NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX. 78155 (830) 372-1930 REQUEST FOR QUALIFICATIONS PROFESSIONAL ANNUAL AUDITING SERVICES FOR FISCAL YEAR ENDING August

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

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS LTISD PURCHASING DEPARTMENT 16101 HWY 71, BLDG B AUSTIN, TX 78738 February 14, 2018 REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST

More information

SEALED BID. September 29, 2017

SEALED BID. September 29, 2017 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:30pm, November 2, 2017 September

More information

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list. NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:00pm, June 5, 2018 May 2,

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

PREQUALIFICATION QUESTIONAIRE

PREQUALIFICATION QUESTIONAIRE CITY HALL FIRST FLOOR COMMUNITY DEVELOPMENT REMODEL PREQUALIFICATION QUESTIONAIRE PROJECT DESCRIPTION Beverly Hills Community Development Facility was last remodeled in 2007, and contains approximately

More information

COMPOSITE BID CONSISTING OF

COMPOSITE BID CONSISTING OF BID DOCUMENTS FOR Ontario High School Kitchen Equipment and Serving Line Remodel Submit Bids April 28, 2016 May 13, 2016 Walk through OHS 5/04/16 2:00p.m. COMPOSITE BID CONSISTING OF TABLE OF CONTENTS

More information

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. 20043 IN THE CITY OF TUSTIN 300 CENTENNIAL WAY TUSTIN, CALIFORNIA 92780

More information

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 Invitation to Bid for Electrical Contractor Services December 14, 2015 Mandatory Pre-Bid Meeting**

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P Note: For information on procuring goods and services under Education Code Chapter 44, see CH. Board Authority Delegation of Authority Contracts Valued at or Above $50,000 A district may adopt rules as

More information

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161 COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161 PROPOSALS ISSUED TO CONTRACTORS: JANUARY 26, 2017 PROPOSALS DUE: THURSDAY, FEBRUARY

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

CITY OF BIG SPRING SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION REQUEST FOR BIDS (RFB) 6. ADVERTISING DATES:

CITY OF BIG SPRING SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION REQUEST FOR BIDS (RFB) 6. ADVERTISING DATES: CITY OF BIG SPRING SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION REQUEST FOR BIDS (RFB) 1. BID NO.: 18-003 4. BRIEF DESCRIPTION: 2. ISSUE DATE: August 24, 2017 3. FOR INFORMATION CONTACT:

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

French Hall Rehab Main Entrance

French Hall Rehab Main Entrance SUCF PN L23132 SUNY Canton 34 Cornell Drive St. Lawrence County, New York French Hall Rehab Main Entrance Addendum No. 2 December 20, 2018 This Addendum is hereby made part of the Contract Documents as

More information

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS Hollister School District will be soliciting bids for reconstruction and new construction on Measure M Bond Projects.

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

EXPERIENCE AND QUALIFICATION STATEMENT OF

EXPERIENCE AND QUALIFICATION STATEMENT OF EXPERIENCE AND QUALIFICATION STATEMENT OF (Legal Name of Bidder) SUBMITTED TO: Oakland County Water Resources Commissioner Building 95 West One Public Works Drive Waterford, Michigan 48328-1907 REGARDING:

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District ADDENDUM NO. 1 Date: March 7, 2018 Accessible Ramp at Saddleback College Bid. 2071 South Orange County Community College District General-All project documents including contract documents, drawings, and

More information

SEALED BID. February 19, 2018

SEALED BID. February 19, 2018 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 10:30am, March 22, 2018 Please

More information

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK: NAME OF BIDDER PROPOSAL FOR ADDRESS OF BIDDER Project Number: SU-291007 Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK: 1. The Work Proposed Herein

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

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES BIDDER INSTRUCTIONS Montrose County is accepting sealed bids from qualified vendors to provide vehicle towing, impound, and storage services for

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

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR) HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO CAPITAL FUND PROGRAM 715 E. BRIER DRIVE SAN BERNARDINO, CA 92408-2841 (909) 890-0644 FAX (909) 915-1831 STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

INVITATION TO SUBMIT PROPOSAL

INVITATION TO SUBMIT PROPOSAL INVITATION TO SUBMIT PROPOSAL DISTRIBUTION/MAILOUT ISSUE DATE: 04-24-2018 The Alvin Independent School District will receive sealed PROPOSALS For PROPERTY INSURANCE as specified. Enclosed for your convenience

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS WINDOW CLEANING SERVICES (PC611) Issue Date: August 30, 2011 Proposals Due: September 21, 2011 at 4 pm Issued by: Housing Authority of the County of San Bernardino 715 E. Brier Drive

More information

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

September 12, 2017 REQUEST FOR BID. Sealed Bid to be marked Bid # Copier Paper ARTICLES AND DESCRIPTION

September 12, 2017 REQUEST FOR BID. Sealed Bid to be marked Bid # Copier Paper ARTICLES AND DESCRIPTION NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later 10:30am, Oct. 19, 2017 September

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

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND INVITATION TO BIDDERS TALBOT COUNTY, MARYLAND PUBLIC NOTICE BID NO.: 18-19 Sealed Bids shall be accepted by the Office of the Talbot County Manager, Courthouse, 11 N. Washington Street, Easton, Maryland,

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

FACILITIES CONSTRUCTION (LEGAL)

FACILITIES CONSTRUCTION (LEGAL) Note: For information on procuring goods and services under Education Code Chapter 44, see CH. For additional legal requirements applicable to purchases with federal funds, see CBB. Board Authority Delegation

More information

AGENDA. PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am. Project# UTES Life Cycle Maintenance Avon Park, FL

AGENDA. PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am. Project# UTES Life Cycle Maintenance Avon Park, FL AGENDA PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am Project# 214003 UTES Life Cycle Maintenance Avon Park, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS: 3. PROJECT DESCRIPTION/ SCOPE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop. ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership Sole Prop. Contact Person: Address: Phone: Fax: If Firm is a sole

More information

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 BID NUMBER 2083-30 FROM: City of Branson Date: March 6, 2014 Purchasing Office Date and Time Returnable: 110 W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 Branson, MO 65616 Buyer: David D. Rockhill,

More information

Acknowledgment Form - page 1 of 2

Acknowledgment Form - page 1 of 2 Acknowledgment Form - page 1 of 2 RFQu - Construction Services for Josiah Henson Park The Proposer must include this signed acknowledgment that the Proposer has reviewed all the terms and conditions of

More information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

CITY OF MISSION SOLICITATION, OFFER AND AWARD FORM

CITY OF MISSION SOLICITATION, OFFER AND AWARD FORM CITY OF MISSION SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION REQUEST FOR BIDS (RFB) 1. BID NO.: 12-142-03-30 4. BRIEF DESCRIPTION: 2. ISSUE DATE: March 16, 2012 3. FOR INFORMATION CONTACT:

More information

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION Purchasing Services 1830 South Nogales Street Rowland Heights CA 91748 Phone: (626) 854-8387 Fax: (626) 854-8587 www.rowlandschools.org Governing Board Cary C. Chen Lynne Ebenkamp Donna Freedman David

More information

Contractor s Statement of Qualifications for (Insert Project Name) (Insert Owners Name Here) (Insert Owners City and State Here)

Contractor s Statement of Qualifications for (Insert Project Name) (Insert Owners Name Here) (Insert Owners City and State Here) Contractor s Statement of Qualifications for (Insert Project Name) (Insert Owners Name Here) (Insert Owners City and State Here) This form must be returned to (Insert Architect s Name and Address here)

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

ENNIS INDEPENDENT SCHOOL DISTRICT

ENNIS INDEPENDENT SCHOOL DISTRICT NOTICE TO BIDDERS Bid Title: HVAC Units, RFP 13118 The Ennis Independent School District is soliciting Request for Proposal (hereafter called proposal) for the products/services per the specifications

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016.

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016. Purchasing Department 601 Camp Craft Road Austin TX 78746 512-732-9036 The Eanes Independent School District ( District ) wishes to establish a pool of professional service providers to support requirements

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

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

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT WEST JEFFERSON LEVEE DISTRICT BID NO. 209 PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR WEST

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

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13 FORM OF PROPOSAL Des Moines Public Schools No: Q6712 Division of Purchasing Date Issued: 2/19/13 1915 Prospect Road Date Due: 3/5/13 Suite 103 Time: 9:00 a.m. Des Moines, IA 50310 Phone (515)242-7751 Fax

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS GUADALUPE COUNTY EXISTING ROAD & BRIDGE SHOP RENOVATION 2605 N. Guadalupe St., Seguin, TX 78155 COUNTY WORK PROJECT RFQ NO. 2017-5302

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

More information

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 CANOPY REPAIRS AT THE C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 NORTH HANOVER TOWNSHIP BOARD OF EDUCATION 331 Monmouth Road Wrightstown, New Jersey 08562 CONSTRUCTION MANAGER:

More information

Cypress-Fairbanks Independent School District

Cypress-Fairbanks Independent School District Cypress-Fairbanks Independent School District Bid Information Contact Information Ship to Information Bid Owner Olivia Ledesma - Bid Coordinator Address 12510 Windfern Rd. Address Various Campuses Email

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

Randolph County Schools. Renovations to Third Ward Elementary School

Randolph County Schools. Renovations to Third Ward Elementary School Randolph County Schools Pre-Bid Meeting Notes August 8, 2011; 11:00 a.m. Third Ward Elementary School, 111 Nathan St., Elkins, WV, 26241 This meeting was mandatory for General Contractors, optional for

More information

KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560

KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560 KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560 Invitation to Bid for General Contractor Services September 8, 2015 Mandatory Pre-Bid Meeting** September 16, 2015,

More information

HARLAN MUNICIPAL UTILITIES

HARLAN MUNICIPAL UTILITIES HARLAN MUNICIPAL UTILITIES 2017-2018 CONVERSION PROJECT METER CONVERSION CONTRACT CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS ISSUED FOR BIDDING 07/26/2018 HARLAN MUNICIPAL UTILITIES 2017-2018 Conversion

More information

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

Holt Public School District 5780 W. Holt Rd Holt MI

Holt Public School District 5780 W. Holt Rd Holt MI Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including

More information

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /12

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /12 FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO. 14-11/12 INVITATION-TO-BID ASBESTOS REMOVAL AND DEMOLITION OF EXISTING STRUCTURE LOCATED AT 419 S. DARGAN STREET 1 TABLE OF CONTENTS ITEM DESCRIPTION

More information