VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

Size: px
Start display at page:

Download "VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION"

Transcription

1 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 P.O. BOX ST. THOMAS, UNITED STATES VIRGIN ISLANDS 00803

2 Contents INVITATION TO BID... 3 BID PROPOSAL... 5 AGREEMENT... 8 INSTRUCTIONS TO BIDDERS BID REQUIREMENTS AND CONDITIONS CONTRACTOR S QUALIFICATION FORM CONTRACTOR S AFFIDAVIT AND RELEASE OF ALL CLAIMS CONTRATOR S GUARANTEE BID BOND MEASUREMENT AND PAYMENT, CONTRACT ITEMS BID PRICE SCHEDULE EXHIBITS

3 INVITATION TO BID VIRGIN ISLANDS PORT AUTHORITY DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST. THOMAS, VIRGIN ISLANDS U.S.A. TO LICENSED CONTRACTORS: Sealed bids, entitled DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233, will be received by the Virgin Islands Port Authority in the conference room of the Port Authority s Administration Building, until 2:00 p.m., Friday, July 15, Bids will be publicly opened and read aloud and interested parties are invited to attend. A Pre-bid Conference will also be held in the conference room at 10:00 a.m. on Wednesday, July 6, 2016 and potential bidders on this contract are urged to attend. There will be a site tour immediately following the Pre-bid Conference. The work for which tenders are invited consists of providing labor, services and equipment, and for performing all work to demolish Bournefield units 208, 211, 217, 232, and 233. The intent of this work is to complete the following: 1. Demolish Unit 208 (1200 ft 2 ) 2. Demolish Unit 211 (1200 ft 2 ) 3. Demolish Unit 217 (1200 ft 2 ) 4. Demolish Unit 232 (2200 ft 2 ) 5. Demolish Unit 233 (2200 ft 2 ) The schedule for completion of the Contract is sixty (60) calendar days after issuance of the Notice to Proceed. Bidders shall submit a certified check in the amount of 5% of the proposal or a Bid Bond as Bid Security. Contractors shall be fully insured having (1) Workers Compensation; (2) Public Liability including contingent liability in amounts not less than $100,000 per person and $100,000 per occurrence for bodily injury and $100,000 per occurrence for property damage and (3) Automotive Liability covering all owned, and hired vehicles used in connection with the work in amounts indicated in (2) above. All insurance policies required above shall be issued by companies authorized to do business under the laws of the Virgin Islands. In addition, the policy shall name the Virgin Islands Port Authority as additionally insured. The Contractor awarded the contract shall be responsible for the removal and proper disposal of all construction debris. No bid may be withdrawn for a period of thirty (30) calendar days after scheduled closing time for receipt of bids. The Contractor agrees to use local personnel for the categories of journeymen, mechanics, laborers, apprentices, or trainees and local products to the maximum extent possible whenever such policy does not increase the cost to the Owner. The Contractor agrees to follow the requirements as described in Act No. 5174, Bill No of the Virgin Islands Code. 3

4 Partial payments will be made once each month as the work progresses. All partial payments shall be subjected to the standard retainage of 10%. Retainage shall be reduced to 5% upon approval of 90% substantial completion of the contract by the Virgin Islands Port Authority. In accordance with the Virgin Islands Government s regulations, five percent (5%) gross receipts tax will be deducted from any payment in excess of $30, and from all payments on contracts in excess of $120, Liquidated damages will be assessed in the amount of $ per calendar day for each calendar day after the scheduled date for completion of the project. Any contract awarded from this Invitation to Bid is expected to be funded by the Virgin Islands Port Authority. The Virgin Islands Port Authority reserves the right to waive any informalities, technicalities, or irregularities in; or reject any or all bids; or to re-advertise for Bids and to award or refrain from awarding the contract for the work. Bidders may obtain Contract Specifications at a cost of $25 from: Virgin Islands Port Authority Engineering Division Administrative Building St. Thomas, Virgin Islands (340) Carlton Dowe Executive Director 4

5 BID PROPOSAL VIRGIN ISLANDS PORT AUTHORITY DEMOLITION OF BOURNEFIELD UNITS 208, 211, , & 233 ST. THOMAS, VIRGIN ISLANDS U.S.A. Gentlemen: The undersigned, as Bidder, hereby declares that the only person or persons interested in this bid as principal, or principals, is or are named herein and that no person other than herein mentioned has any interest in this bid or in the contract to be entered into; that this bid is made without connection with any other person, company, or parties making a bid; and that it is in all aspect fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; that he has examined the specifications for the work; and other Contract Documents relative hereto, including the Invitation to Bid, Bid Security, Contract, and has read the Addenda furnished prior to the opening of the bids, and that he has satisfied himself relative to the work to be performed, and the time within which it is to be completed. The Bidder agrees, if this bid is accepted, to contract with the Virgin Islands Port Authority, in the form of contract attached, to provide all necessary materials, to construct the work covered by the bid and other Contract Documents, and to furnish the required evidence of the specified insurance. The Bidder further agrees not to withdraw this bid for a period of 30 days after the scheduled closing time for the receipt of bid, and that, in the case of failure on his part to execute the said contract and furnish the said bonds within 10 days after being notified of the award of the contract to him, the Bid Security accompanying his bid, and the money payable thereon, shall be paid into the funds of the Virgin Islands Port Authority; otherwise, the Bid Security will be returned to the Bidder. The Bidder agrees to commence work under this contract on the effective date established in the Notice to Proceed and to complete the project in sixty (60) calendar days. The Bidder agrees to pay liquidated damages for each calendar day thereafter in the amount of $ per calendar day until completed including clean up. The Bidder declares that the prices bid herein are based on the payment of minimum wage rates which have been established for this project by the Secretary of Labor of the United States Department of Labor, and which are in effect on the date the contract is executed by the Bidder. The undersigned acknowledges receipt of Addenda numbered: 1. 5

6 Subcontract Clause All Bidders and potential Contractors hereby ensure that they will include the above clauses in all subcontracts that offer further subcontracting opportunities. 2. Contract Award Bidders are hereby advised that meeting MBE subcontract goals or making an acceptable good faith effort to meet such goals are conditions of being awarded this contract. The Owner proposes to award the contract to the lowest priced, responsive and responsible Bidder submitting a reasonable bid. The Owner reserves the right to reject any or all bids submitted. 6

7 IN WITNESS WHEREOF, the above parties have caused this proposal to be executed by their appropriate officials, as of the day of, WITNESSES: PRINCIPAL (If Sole Proprietor or Partnership) By: (Seal) Title: (Sole Proprietor or Partner) PRINCIPAL (If Corporation) (Corporation Name) By: President Attest: (Corporate Seal) - END OF SECTION - 7

8 AGREEMENT VIRGIN ISLANDS PORT AUTHORITY DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST. THOMAS, VIRGIN ISLANDS U.S.A. THIS AGREEMENT made and entered into as of the day of, 2016 by and between Virgin Islands Port Authority, P.O. Box , St. Thomas, U.S. Virgin Islands , hereinafter called the Owner, and, hereinafter called the Contractor. WITNESSETH, that the said Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the Owner, hereby covenants and agrees to furnish and deliver all specified materials required, to do and perform all the work and labor required for the DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 and to complete the contract within the time specified in strict and entire conformity with the Specifications and other Contract Documents on file at the Office of the Director of Engineering, and other Contract Documents are hereby made part of this agreement as fully and with the same effect as if the same had been set forth at length in the body of this Agreement. The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless the Owner and all its officers, agents, servants, and each and every one of them, against and from all suits and costs of every kind and descriptions, and from all damages to which the said Owner or any of their officers, agents or servants may be put, by reasons of injury to the persons or property of others resulting from the performance of said work, or through the negligence of the Contractor, or through any improper or defective machinery, instruments or appliances used by the Contractor in the aforesaid work, or through any act or omission on the part of the Contractor or his agent or agents, employees or servants. The Contractor further agrees that the rate of wages for laborers, mechanics and apprentices employed by the Contractor or any Subcontractor shall not be less than the prevailing rate of wages for similar skills or classifications, all in accordance with the wage determinations of the United States Department of Labor. In consideration of the premises, the Owner hereby agrees to pay to the Contractor for the said work, when fully completed, the total sum of ($ ) as shown on his bid, a copy of which is part of the Contract Documents, subject to such additions and deductions as may be provided for in the said Documents. In the event the schedule of prices bid contains multiple bid items, it is understood that the amount to be paid shall be the total 8

9 based on the unit prices, together with lump sum bid prices, contained in said Unit Price Bid Schedule and made a part of this contract, for the work actually done. Payments on account will be made as provided for in the Contract Documents. In witness whereof, the parties hereto have caused this contract to be executed by their appropriate officials, as of the day and year first above written. VIRGIN ISLANDS PORT AUTHORITY By: WITNESS: As a Party of the First Part ATTEST: By: (Seal) CONTRACTOR: (If Corporation) By: President Attest: Secretary (CORPORATE SEAL) CONTRACTOR: (If Sole Proprietor or Partner) WITNESS: As a Party of the Second Part (Firm Name) By: (Seal) Title: (Sole Proprietor or Partner) Approved for Legal Sufficiency: - END OF SECTION 9

10 1. DOCUMENTS. INSTRUCTIONS TO BIDDERS Bidders may obtain specifications as noted in the Invitation to Bid. 2 EXAMINATION. Bidders shall carefully examine the documents and the construction site to obtain first-hand knowledge of existing conditions. Contractors will not be given extra payments for conditions, which can be determined by examining the site and documents. 3. QUESTIONS. Questions about the Drawings and Specifications shall be submitted to the Owner in writing. The Owner must receive questions at least 10 calendar days prior to the date established for bid opening. Replies will be issued to Bidders of record and, if applicable, will be issued as an Addendum to the Specifications and shall become a part of the contract. The Owner will not be responsible for oral clarification. 4. BASIS OF BID. The Bidder shall specify bid prices for the items of work listed and for the total lump-sum bid proposal indicated on the Bid Schedule; failure to comply will be cause for rejection. Segregated bids or assignments will not be considered. 5. PREPARTION OF BIDS. Bids shall be made on unaltered bid forms furnished by the Owner or on facsimiles thereof. Bidders shall fill in all blank spaces and submit two (2) copies. Bids shall be signed with name typed below signature. Where Bidder is a corporation, bids shall be signed with the legal name of the corporation and the legal signature of an officer authorized to bind the corporation to a contract. Bids shall be submitted with completed Contractor s Qualification Form. 6. BID SECURITY Bid Security shall be made payable to the Virgin Islands Port Authority, in the amount of five percent (5%) of the bid sum. Security shall be either certified check or Bid Bond issued by a surety licensed to conduct business in the Virgin Islands or issued by a U.S. Treasury Listed Surety. The successful Bidder s security will be retained until he has signed the contract and furnished the required Payment and Performance Bonds. The Owner reserves the right to retain the security of the next two (2) lowest priced Bidders until the lowest Bidder enters into a contract or until 60 days after bid opening, whichever is the shorter. Other bid securities will be 10

11 returned immediately after the Owner has made a comparison of bids as specified. If any Bidder refuses to enter into a contract, the Owner will retain his bid security as liquidated damages, but not as a penalty. The bid security shall be submitted at bid opening. 7. SUBCONTRACTORS. Names of principal Subcontractors shall be listed and attached to the bid. There shall be only one Subcontractor named for each classification listed. 8. SUBMITTAL. Submit bid, including Subcontractor Listing, in an opaque, sealed envelope. 9. DISQUALIFICATION. The Owner reserves the right to disqualify bids, before or after opening, upon evidence of collusion with intent to defraud or other illegal practices on the part of the Bidder. 10. OPENING. Bids will be opened as announced in the Invitation to Bid. 11. EXECUTION OF CONTRACT. The Owner reserves the right to accept any bid, and to reject any and all bids, or to negotiate contract terms with the various Bidders when such is deemed by the Owner to be in his best interest. Notwithstanding any delay in the preparation and execution of the formal Contract Agreement, the Bidder shall be prepared, upon written notice of bid acceptance, to commence work within 10 days following receipt of official written order of the Owner to proceed, or on the date stipulated in such order. The accepted Bidder shall assist and cooperate with the Owner in preparing the formal Contract Agreement, and within 10 days following its presentation shall execute same and return it to the Owner. 11

12 BID REQUIREMENTS AND CONDITIONS 1. INSURANCE Contractor shall, prior to commencement of any work under this contract, provide for Virgin Islands Port Authority's approval certificates issued by the insurance companies that will provide its' insurance as described herein. Said insurance policies shall be with responsible companies licensed to do business in the Virgin Islands and on such forms as are satisfactory to the Owner. The Owner shall have the right to examine at all times, during business hours, when requested by the Virgin Islands Port Authority, all original insurance policies secured by the Contractor applicable to this contract. Neither approval by the Virgin Islands Port Authority, nor a failure to disapprove insurance furnished by a Contractor shall release the Contractor of full responsibility for liability, damages and accidents as set forth herein. The Contractor shall maintain the following insurance in force during the life of this contract, and in respect to Contractor's Comprehensive General Liability policy, shall provide completed Operation Coverage for at least one (1) year following completion and acceptance of Contractor's work. Contractor's insurance policies shall be endorsed to provide that 30 day's prior written notice shall be given to the Virgin Islands Port Authority of cancellation or change of policies. Such liability policies shall provide that such insurance shall be primary to any liability insurance carried by the Virgin Islands Port Authority. A. GENERAL INDEMNIFICATION Contractor agrees to protect, indemnify and hold the Virgin Islands Port Authority free and harmless from and against any and all claims, liabilities, demands and caused of action of every kind and character, (including the amounts of judgments, penalties, interest, court costs and legal fees incurred by the Virgin Islands Port Authority in defense of same) arising in favor of governmental agencies or third parties (including employees of the parties) arising out of or incidental to the services to be performed by Contractor. Contractor shall defend any and all suits or claims brought hereunder arising out of or in connection with the performance of the contract and Contractor shall pay all costs and expenses incidental thereto, but the Virgin Islands Port Authority shall have the right at their option to participate at their own expense in the defense of any such suit without relieving the Contractor of any obligation hereunder. B. INSURANCE a) Workers' Compensation Insurance in compliance with the applicable state or federal laws, and Employer's Liability Insurance with a limit of $100, for any one occurrence. 12

13 b) Comprehensive Bodily Injury, Personal Injury and Property Damage Liability Insurance, and Completed Operations Liability (for at least one (1) year after final acceptance by the Virgin Islands Port Authority of all contract work) insuring Contractor's liability for injuries to or death of one or more persons and for damage to property of the Virgin Islands Port Authority and property of third parties with a limit not less than $100,000 bodily injury, personal injury and property damage combined each occurrence. c) Automobile Liability Insurance insuring owned, non-owned and hired vehicles for injury to or death of persons and for damage to property of the Virgin Islands Port Authority and third parties with a limit of not less than $100,000 bodily injury and property damage combined each occurrence. d) Owner s Protective Liability Insurance issued in the name of the Virgin Islands Port Authority insuring bodily injury, personal injury and property damage liability with a combined single limit of not less than $100,000 each occurrence. This policy shall be provided at Contractor's cost in the same manner as all other insurance required of Contractor under this contract. The cost of the above described insurance coverage and the cost of any deductibles included in such insurance policies shall be for Contractor's account. 2. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE. The Bidder is required to examine the site of the proposed work, the proposal, plans, specifications and contract forms. He shall satisfy himself as to the character, quality and quantities of work to be performed; materials to be furnished; and requirements of the proposed contract. The submission of a bid shall be prima facie evidence that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans and specifications. 3. INTERPRETATION OF ESTIMATED BID QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given on the Unit Price Bid Schedule. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of bids and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the Bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the 13

14 actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased without in any way invalidating the unit bid prices 4. PREPARATION OF BIDS A Bidder s bid shall consist of the following items: (a) (b) (c) (d) A copy of Bid Proposal, completed and executed by the Bidder. A copy of, Unit Price Bid Sheet, completed and executed by the Bidder. Blank spaces in the Unit Price Bid Sheet shall be filled in where indicated for each and every item for which a quantity is given. The Bidder shall state the price (figures written in ink or typed) for which he proposes to do each item furnished in the bid. The total bid amount shall also be written or typed in words. A copy of Bid Bond, completed and executed by the Bidder s surety, or a certified check in the amount of 5 % of the bid proposal. Names of principal Subcontractors shall be listed and attached to the bid. There shall be only one Subcontractor named for each classification listed. All bids shall be accompanied with completed Contractor s Qualification Form. Nonsubmittal of this form shall be cause for rejection of bid. Bidders shall fill in all blank spaces on forms required and submit two copies. Bids shall be signed with name typed below signatures. Where Bidder is a corporation, bids shall be signed with the legal name of the state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract. Signatures shall be in ink. If the bid is made by an individual, his name and post office address shall be shown. If the bid is made by a partnership, the name and post office address of each member of the partnership shall be shown. If made by corporation, the person signing the bid shall give the name of the state under the laws of which the corporation was chartered and the names, titles, and business address of the president, secretary and the treasurer. Anyone signing a bid as an agent shall file evidence of his authority to do so and that the signature is binding upon the firm or corporation. 5. IRREGULAR BIDS. Bids shall be considered irregular for the following reasons: 14

15 (a) (b) (c) (d) (e) If the bid is on a form other than that furnished by the Owner, or if the Owner s form is altered or if any part of the bid form is detached. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which may render the bid incomplete, indefinite or otherwise ambiguous. If the bid does not contain a unit price for each pay item listed in the bid. If the bid contains unit prices that are unbalanced. If the bid is not accompanied by the bid security specified by the Owner. The Owner reserves the right to reject any irregular bid and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 6. DELIVERY OF BIDS. Each bid submitted shall be placed in a sealed envelope plainly marked with the project name, location of project, and name and business address of the Bidder on the outside. When sent by registered mail, the sealed bid, marked as indicated above, shall be enclosed in an additional envelope. No bid will be considered unless received at the place specified in the advertisement before the time specified for opening bids. Bids received after the bid opening time will be returned to the Bidder unopened. - END OF SECTION 15

16 CONTRACTOR S QUALIFICATION FORM Name of Company: Address of Company: Type of Business: (Submit Documentation) S.B., D.B. or W.O.B. Listing of Similar Profile Jobs in the U.S.V.I. Contract Name of Client Description of Work Amount 1. $ Telephone: 2. $ Telephone: 3. $ Telephone: 4. $ Telephone: Bank Reference: Surety Reference: 16

17 Insurance Reference: Note: The submittal of this form authorizes the Virgin Islands Port Authority to verify with pertinent sources, as applicable, all furnished area. Signature of Bidder 17

18 CONTRACTOR S AFFIDAVIT AND RELEASE OF ALL CLAIMS TERRITORY OF THE UNITED STATES VIRGIN ISLANDS) CITY OF ) Before me, the undersigned authority, personally appeared, who being duly sworn, deposes and says, as follows: That he is the duly authorized representative of, (Name of Contractor) hereinafter called the Contractor, being its and as such (Owner) (Partner) (President or other Officer) has full authority to execute this Affidavit and to give release of all claims. That the said Contractor has completed certain work for the Virgin Islands Port Authority, hereinafter called the Authority, under contract entitled, DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233, and dated, 2016, for which the Contractor has requested payment in full. The final contract price is Dollars, ($ ), leaving a retained balance of Dollars, ($ ), now due and payable. That the said Contractor hereby covenants that the claims of all persons supplying labor, materials and supplies, used directly or indirectly in the prosecution of the work covered by the aforesaid, have been paid in full, except for the sum of Dollars, ($ ), which shall be paid in full from the aforesaid retained balance due the Contractor. That the said Contractor hereby releases the Authority from any and all claims of any nature arising out of the performance of the aforesaid contract, and hereby accepts the aforesaid final contract amount in lieu thereof. That the said Contractor hereby covenants that payment by the Authority of the final contract amount in no way releases the Contractor from his continuing obligations under the Performance Bond and Payment Bond, heretofore posted with the Authority, and the Surety on the Bonds hereby consents to the payment by the Authority of the retained funds. 18

19 CONTRACTOR: (If Corporation) CORPORATE NAME PRESIDENT AFFIANT SWORN TO AND SUBSCRIBED before me this day of 2016 at (CORPORATE SEAL) CONTRACTOR (If Sole Proprietor or Partnership) Firm Name Notary Public My Commission Expires: (NOTARY SEAL) (SEAL) Title (Sole Proprietor or Partner) SURETY: By: Attorney-in-Fact (Power of Attorney Attached) (SEAL) 19

20 CONTRATOR S GUARANTEE TERRITORY OF THE UNITED STATES VIRGIN ISLANDS (CITY OF ) Before me, the undersigned authority, personally appeared, who being duly sworn, deposes and says, as follows: That he is the duly authorized representative of, (Name of Contractor) hereinafter called the Contractor, being its, (Owner) (Partner) (President or other Officer) and as such has full authority to execute this Contractor s Guarantee. That the said Contractor has completed certain work for the Virgin Islands Port Authority, hereinafter called the Authority, under contract entitled, DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233, and dated, 2016, which Contract has now been completed in its entirety. That in consideration of the partial payment heretofore made by the Authority to the Contractor, and in consideration of the final payment yet to be made, the Contractor does hereby warrant to the Authority that all labor, material and equipment furnished, supplied and performed under said Contract, are in strict accordance with the Plans and Specifications. That should any defects develop in the work during the guarantee periods as required in these Contract Documents, all from the date hereof, due to improper materials, workmanship or arrangement, or defective machinery and equipment, the Contractor warrants and covenants that promptly upon notice from the Authority, the defects shall be made good by the Contractor, at the time specified by the Authority, and that any other work affected in correcting such defects shall also be made good, all at the Contractor s sole cost and expense. 20

21 Sworn to and subscribed before me this day of Notary Public My Commission Expires: CONTRACTOR: By: (Authorized Signature Only) Title: (NOTARY SEAL) 21

22 BID BOND VIRGIN ISLANDS PORT AUTHORITY DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST. THOMAS, VIRGIN ISLANDS U.S.A. TERRITORY OF )ss CITY OF ) KNOW ALL MEN BY THESE PRESENTS, that we,,as Principal, and, as Surety, are held and firmly bound unto, hereinafter called the Obligee, in the penal sum of dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the attached bid, dated, 2016, for the contract entitled DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233, St. Thomas, U. S. Virgin Islands. NOW THEREFORE, if the Principal shall not withdraw said bid within sixty (60) days after date of opening of the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Obligee in accordance with the bid as accepted and give a Performance Bond and Payment Bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract and for the prompt payment of persons furnishing labor or materials in connection herewith, or in the event of failure to enter into such contract and give such Bond within the time specified, if the Principal shall pay the Obligee the difference between the amount specified in said bid and the amount of which the Obligee may procure the required work and supplies, provided the latter amount be in excess of the former, then the above obligations shall be void and of no effect, otherwise to remain in full force and virtue. 22

23 IN WITNESS WHEREOF, the above parties have caused this bond to be executed by their appropriate officials, as of the day of, WITNESSES: PRINCIPAL (If Sole Proprietor or Partnership) By: (Seal) Title: (Sole Proprietor of Partner) PRINCIPAL (If Corporation) (Corporation Name) By: President Attest: Secretary (Corporate Seal) COUNTERSIGNED BY RESIDENT VIRGIN ISLANDS AGENT AS SURETY (If Not Treasury Listed): Copy of agent s license shall be attached SURETY: By: Attorney in Fact (Corporate Seal) (Power of Attorney shall be attached) 23

24 MEASUREMENT AND PAYMENT, CONTRACT ITEMS VIRGIN ISLANDS PORT AUTHORITY DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST. THOMAS, VIRGIN ISLANDS U.S.A. General. Prices and payment for the contract items shall include full compensation for furnishing of labor, equipment, tools, and incidentals necessary to complete the items. All work indicated on the drawings and in the specifications, and any work not included but required shall be included in the items listed in the Bid Price Schedule. Item No. 1 - Mobilization Progress measurement of Contractor s mobilization will be made after construction has started, and will be based on the value of equipment and support facilities on site compared to the total value of equipment and support facilities listed on the Contractor s approved construction plan. Contractor is entitled to request 30% of mobilization after signing the Notice to Proceed. Payment will be made at the contract unit price. Item No. 2 Demolition of Unit 208 (1200 SF) Measurement for payment will be by the lump basis. This item shall include demolition of Unit 208 and supporting slab, and legal disposal of all demolition debris. Contractor shall make provisions to cordon off the work site with caution tape to warn and prevent the general public from entering the work site. Contractor shall also make provisions to provide water for dampening excess flyable dust. Payment will be made at the lump sum bid price. Item No. 3 Demolition of Unit 211 (1200 SF) Measurement for payment will be by the lump basis. This item shall include demolition of Unit 211 and supporting slab, and legal disposal of all demolition debris. Contractor shall make provisions to cordon off the work site with caution tape to warn and prevent the general public from entering the work site. Contractor shall also make provisions to provide water for dampening excess flyable dust. Payment will be made at the lump sum bid price. 24

25 Item No. 4 Demolition of Unit 217 (1200 SF) Measurement for payment will be by the lump basis. This item shall include demolition of Unit 217 and supporting slab, and legal disposal of all demolition debris. Contractor shall make provisions to cordon off the work site with caution tape to warn and prevent the general public from entering the work site. Contractor shall also make provisions to provide water for dampening excess flyable dust. Payment will be made at the lump sum bid price. Item No. 5 Demolition of Unit 232 (2200 SF) Measurement for payment will be by the lump basis. This item shall include demolition of Unit 232 and supporting slab, and legal disposal of all demolition debris. Contractor shall make provisions to cordon off the work site with caution tape to warn and prevent the general public from entering the work site. Contractor shall also make provisions to provide water for dampening excess flyable dust. Payment will be made at the lump sum bid price. Item No. 6 Demolition of Unit 233 (2200 SF) Measurement for payment will be by the lump basis. This item shall include demolition of Unit 233 and supporting slab, and legal disposal of all demolition debris. Contractor shall make provisions to cordon off the work site with caution tape to warn and prevent the general public from entering the work site. Contractor shall also make provisions to provide water for dampening excess flyable dust. Payment will be made at the lump sum bid price. Item No. 7 - Allowance Measurement for payment will be by the lump sum basis. This item is for the discretion of the Owner. Use of this item will be for additional and extra work as the Owner may deem necessary and direct the Contractor to perform. - END OF SECTION - 25

26 BID PRICE SCHEDULE VIRGIN ISLANDS PORT AUTHORITY DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST. THOMAS, VIRGIN ISLANDS U.S.A. Unit Total Item Description Quantity Unit Price ($) Price ($) 1. Mobilization (maximum 10% of total bid amount) 1 LS 2. Demolition of Unit LS 3. Demolition of Unit LS 4. Demolition of Unit LS 5. Demolition of Unit LS 6. Demolition of Unit LS 6. Allowance 1 LS $10, $10, Total Amount in Figures: Total Amount in Words: $ Name: Authorized Signature: Title: Company s Name: License Number: Tax Identification Number: Date: - END OF SECTION 26

27 EXHIBITS EXHIBIT 1- Unit

28 EXHIBIT # 2 Unit

29 EXHIBIT # 3 Unit

30 EXHIBIT # 4 Unit

31 EXHBIT # 5 Unit

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

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

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

More information

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

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

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

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

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

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

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

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

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

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

More information

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

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

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

More information

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

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

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

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

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

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

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

More information

Alabama State Port Authority

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

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No. 19-02-650 Prepared by: ENGINEERING DEPARTMENT CITY OF VALDOSTA February 2019 Bid Opening Date: March 7, 2019 INVITATION FOR BID

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

CONSTRUCTION CONTRACT EXAMPLE

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

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

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

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018. INVITATION TO BID The Crested Butte Fire Protection District (hereinafter referred to as the Owner) will receive bids at the office of the Owner s office located at 306 Maroon Avenue, Crested Butte, Colorado

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

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

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

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 9-19-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org November 29, 2016 Ladies and Gentlemen: The City of Peachtree City will be

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

INSTRUCTIONS TO BIDDERS

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

More information

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

CITY OF SNOHOMISH SNOHOMISH, WASHINGTON

CITY OF SNOHOMISH SNOHOMISH, WASHINGTON CITY OF SNOHOMISH SNOHOMISH, WASHINGTON CONTRACT DOCUMENTS for the BIOSOLIDS REMOVAL AND REUSE PROJECT Prepared for: City of Snohomish Prepared by: 950 Pacific Avenue, Suite 710 Tacoma, WA 98402 200 SW

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

Town of Lee Septic Tank Pumping Services

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

More information

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

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

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

More information

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No. 2015-03 For use in conjunction with the, City of Marina Standard Specifications and Standard

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

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

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

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

SECTION INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

Request for Proposals Oakhurst Park Tennis Court Improvements 307 Feld Avenue Decatur, Georgia 30030

Request for Proposals Oakhurst Park Tennis Court Improvements 307 Feld Avenue Decatur, Georgia 30030 Request for Proposals Oakhurst Park Tennis Court Improvements 307 Feld Avenue Decatur, Georgia 30030 Owner: City of Decatur 509 North McDonough Street P. O. Box 220 Decatur, Georgia 30031 April 6, 2017

More information

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

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

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

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

LOUISIANA UNIFORM PUBLIC WORK BID FORM

LOUISIANA UNIFORM PUBLIC WORK BID FORM LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: Jefferson Parish Sheriff s Office 1233 Westbank Expressway, Room 411 Harvey, LA 70058 (Owner to provide name and address of owner) BID FOR: (Owner to provide

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

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

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

Request for Tender. Humidifier Replacement February 19, 2013

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

More information

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

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

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

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

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

More information

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

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

More information

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

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

More information

CONTRACT AND SPECIFICATIONS. for. Dondero Roof Replacement; Bid # John P. Bohenko, City Manager City of Portsmouth, New Hampshire

CONTRACT AND SPECIFICATIONS. for. Dondero Roof Replacement; Bid # John P. Bohenko, City Manager City of Portsmouth, New Hampshire CONTRACT AND SPECIFICATIONS for Dondero Roof Replacement; Bid #45-11 John P. Bohenko, City Manager City of Portsmouth, New Hampshire Prepared by: CITY OF PORTSMOUTH Public Works Department Engineering

More information

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Tender. For: Boiler Replacement November 21, Telesat Court Request for Tender For: Boiler Replacement November 21, 2016 1602 Telesat Court 1 Index of Sections Section A - Information for Tenderers and General Conditions Section B - Form of Tender Section C - Form

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 1/22/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd

More information

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY. February 06, 2017 TO: FROM: Suppliers David Timmons City Manager City of Port Townsend The City of Port Townsend is opening bidding for 20 Daniel Defense rifles including front/rear combo (Rock & Lock)

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

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

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

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE 9-19-18 DEPARTMENT NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority Terminal Railway will be accepting sealed bids until 10:00 a.m. Oct. 3rd, 2018 to furnish the following

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

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

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

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information