Town of Madison, Board of Education, Connecticut. Request for Bids. For: Turf Maintenance Program Madison Board of Education Sports Fields

Size: px
Start display at page:

Download "Town of Madison, Board of Education, Connecticut. Request for Bids. For: Turf Maintenance Program Madison Board of Education Sports Fields"

Transcription

1 Town of Madison, Board of Education, Connecticut Request for Bids For: Turf Maintenance Program Madison Board of Education Sports Fields at 284 Green Hill Road, Madison, CT February 18, 2016

2 TABLE OF CONTENTS Cover Sheet 1 Table of Contents 2 Invitation to Bid 4 Request for Bids Introduction and Definitions 5 Insurance 6 Withdrawal of Bids 7 Rejection of Bids 7 Errors in Bids 8 Contract Award 8 Bid Requirements 8 State Taxes 8 Qualification of Bidders 9 Building Permits 10 Unit Prices 10 Project Timeline 10 Commencement of Work 11 Payments 11 Appendices A. Specifications 12 B. List of Unit Prices 16 C. Bid Form 17 Madison Public School Turf Maintenance Program 2

3 D. Statement of Qualifications 19 E. Non-Collusion Affidavit 24 F. Equal Employment Opportunity Certification 25 G. Notice of Award 27 Madison Public School Turf Maintenance Program 3

4 INVITATION TO BID The Board of Education of the Town of Madison, Connecticut is seeking sealed bids from interested individuals and firms for the turf maintenance program for the Board of Education sports playing fields, located throughout the Town of Madison. Bids will be received until 2:00 p.m. on March 10, 2016, at the Facilities Department, located at 284 Green Hill Road, Madison, CT 06443, at which time they will be publicly opened and read aloud. No, oral or facsimile bids will be considered. Bids received after this time will not be accepted and will be returned unopened. There will be no extensions of time, except by addendum. To obtain a complete description of the work, interested persons may obtain a copy of the Request for Bids by contacting Laina Piscitelli, 284 Green Hill Road, Madison, CT 06443, Tel , piscitellila@madisonct.org. Bidders are also directed to observe the requirements for non-discrimination in employment practices, conditions of employment, and applicable prevailing wage law pursuant to Connecticut General Statutes Section All bids shall be held open by bidders for a period of ninety (90) days. No bidder may withdraw its bid during that period. Incomplete bids will be rejected. Completion of the project is subject to appropriation by the Town. The Madison Board of Education reserves the right to waive any informalities, irregularities, technicalities or defects in any bid to reject any or all bids, and to accept a bid that, in its sole discretion, is in the best interest of the Madison Board of Education, including, but not limited to, considerations of price and bidder responsibility. Questions regarding the project should be addressed to Laina Piscitelli, 284 Green Hill Road, Madison, CT, 06443, Tel , piscitellila@madisonct.org. February 18, 2016 William H. McMinn Director of Facilities Madison Public School Turf Maintenance Program 4

5 Introduction and Definitions REQUEST FOR BIDS Madison Public Schools Turf Maintenance Program Madison, Connecticut The Town of Madison Board of Education is soliciting sealed bids for the maintenance of all sports fields located throughout the Town of Madison, per the specifications attached as Appendix A. Bids shall be marked Board of Education Turf Maintenance - Sealed Bid and are due at the Facilities Department, 284 Green Hill Road, Madison, CT, 06443, by 2:00 P.M. on March 10, The bids will be immediately thereafter opened and read aloud. No, oral or facsimile bids will be considered. Bids received after the Bid Deadline will not be accepted and will be returned unopened. There will be no extensions of time, except by addendum. The Town has designated the following contact person for this Request For Bids: Laina Piscitelli, 284 Green Hill Road, Madison, Connecticut 06443, Tel , piscitellila@madisonct.org. For the purposes of this Request for Bids, the Contract Documents include the following. 1. Invitation to Bid 2. Request for Bids (a) Specifications (Appendix A) (b) List of Unit Prices (Appendix B) (c) Bid Form (Appendix C) (d) Statement of Qualifications (Appendix D) (e) Non-Collusion Affidavit (Appendix E) (f) Equal Employment Opportunity Certification (Appendix F) (g) Notice of Award (Appendix G) All questions about the meaning and intent of the Contract Documents shall be submitted to the Contact Person in writing. In order to receive consideration, questions must be received by the Contact Person at least five (5) business days prior to the Bid Deadline. Questions, which in the opinion of the Contact Person require interpretation, will be issued by addenda delivered to all parties recorded by the Town as having received the Contract Documents, for receipt not later than three (3) business days prior to the Bid Deadline. The Town will not be responsible for oral interpretations or clarifications which anyone presumes to make on the Town s behalf. The Town may issue such addenda as may be necessary to clarify, correct or change the Contract Documents. Addenda, if any, will be issued in the manner and within the time period stated in Madison Public School Turf Maintenance Program 5

6 the paragraph above. Bidders must acknowledge receipt of each addendum, if any, in the space provided on the Bid Form. Each bidder must be in good standing with the Town. Completion of the project is subject to appropriation by the Town. Insurance The Contractor shall procure and maintain at its own expense, insurance of the types and in the amounts described below. Simultaneously with delivery of the Notice of Award, the Contractor shall deliver to the Town evidence of insurance in the form of a formal certificate of insurance properly executed by a licensed representative of the participating insurers. The interests of the Town of Madison, Board of Education, must be added to the policies of liability insurance as an additional insured. All insurance shall be carried with insurers authorized to do business in the State of Connecticut. Liability Insurance Comprehensive general liability insurance, comprehensive automobile liability insurance and comprehensive catastrophe liability insurance. Minimum Coverage and Limits of Liability Required For comprehensive general liability insurance, comprehensive automobile liability insurance and comprehensive catastrophe liability insurance, the combined single limit of liability as respects bodily injury, personal injury and property damage shall be as follows. Comprehensive General Liability Comprehensive Automobile Liability Comprehensive Catastrophe Liability Each Occurrence Aggregate $1,000,000 $2,000,000 Any One Accident $1,000,000 Each Occurrence Aggregate $3,000,000 $3,000,000 Madison Public School Turf Maintenance Program 6

7 Workers Compensation Insurance The Contractor shall provide workers compensation coverage with Connecticut statutory limits, and employer s liability insurance with limits no less than $1,000,000 bodily injury by disease per employee, $1,000,000 bodily injury by disease aggregate, $1,000,000 bodily injury by accident. The policy shall be written in accordance with the statutory provisions of the State of Connecticut, and shall include a broad form "all states" endorsement in the event the operations require any interstate involvement as respects employers-employee relationship. Additional Insurance Requirements The Contractor s liability insurance coverage will be provided on an occurrence basis and will be primary and shall not contribute in any way to any insurance or self insured retention carried by the Town. Deductibles and self-insured retentions shall be declared and are subject to the approval of the Town. The Contractor must require that all subcontractors procure and maintain insurance protection comparable to that required of the Contractor. The Contractor shall not commence work until all insurance required has been procured and approved by the Town, nor shall the Contractor allow any of its subcontractors to commence work until comparable insurance has been procured and approved by the Town. The Contractor shall, at its own expense, assume all responsibility for equipment and other property to be installed until such equipment or other property is approved and accepted by the Town. The Contractor shall also assume full responsibility for the tools and equipment owned by the Contractor, subcontractors and their respective employees. Withdrawal of Bids Bids may be withdrawn by request of the bidder, by written authorization only, received by the Town prior to the Bid Deadline. Bid withdrawals may be transmitted to the Town by USPS mail, nationally recognized overnight delivery service or . Bids withdrawn in accordance with the foregoing conditions shall be returned un-opened to the bidder. Rejection of Bids The Town reserves the right to reject any or all bids and to re-bid the project if that is deemed, in the Town s sole discretion, to be in the best interest of the Town. The Town reserves the right to make purchases other than strictly in accordance with price considerations, and to choose other than the lowest bidder, if it is deemed in the best interest of the Town. Bids not prepared and submitted in accordance with this Request for Bids, and bids which are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, may be rejected as nonresponsive. Madison Public School Turf Maintenance Program 7

8 Errors in Bids In the event of a discrepancy between any unit prices and the extended totals, the unit prices shall govern. In the event of a discrepancy between any unit prices and/or lump sum prices written in words and written in figures, the unit prices and/or lump sum prices written in words shall govern. In the case of an error in the bidder s extended summation, the computed correct extended summation by the Town shall govern. Contract Award Subject to the rights hereinafter reserved, the contract for the work will be awarded within one (1) month after the opening of bids, unless the Town requests, and the bidder agrees, to an extension of the period for award. The successful bidder will be expected to submit a Certificate of Insurance (described above) within ten (10) days after receipt of the Notice of Award attached as Appendix H. Bid Requirements Each bidder shall return two (2) copies of the Bid Form attached as Appendix C. Each bid form must be signed by an authorized representative of the bidder. Each bidder must return a completed and notarized the Non-Collusion Affidavit in the form attached as Appendix E. Each bidder must return a completed and signed Equal Employment Opportunity Certification in the form attached as Appendix F. State Taxes Pursuant to Connecticut General Statutes Section , sales of tangible personal property and services to the Town are not subject to the Connecticut Sales and Use Tax. Accordingly, the Connecticut Sales and Use Tax shall not be included in the bid. Connecticut General Statutes Section (a)(3) provides for an exemption from Motor Vehicle Fuels Tax in the purchases of motor fuel for the purpose of performing contractual services for a political subdivision of the State. Accordingly, Motor Vehicle Fuels Tax shall not be included in the bid. Connecticut General Statutes Section (7) puts certain responsibilities on parties that enter into agreements with non-resident contractors, including the withholding of five percent (5%) of each progress payment. Any bidder that is a non-resident contractor, as defined in Connecticut General Statutes Section (7), shall be required to file a bond with the Connecticut Department of Revenue Services to ensure compliance with Connecticut General Statutes Section (7). Madison Public School Turf Maintenance Program 8

9 Each bidder and the Contractor shall thoroughly familiarize himself with all laws, ordinances, regulations and rules requiring the payment of taxes, and each bidder and the Contractor are responsible for checking with the State of Connecticut on items that may or may not be exempt and the steps which should be taken to obtain such exemption. Each bidder and the Contractor shall consult with his own counsel with respect to the applicability of all taxes. Appropriate exemption certificate(s) will be furnished to the Contractor by the Town upon request. Qualifications of Bidders Bidders shall be experienced in the kind of work to be performed, shall have all equipment necessary for the performance of the work and shall possess sufficient capital to properly execute the work within the time allowed. Bids received from bidders who have previously failed to complete work within the time required, or who have previously performed similar work in an unsatisfactory manner, may be rejected. A bid may be rejected if a bidder cannot show that the bidder has the necessary ability, material and equipment to commence the work at the time prescribed and thereafter to prosecute and complete the work at the rate or within the time specified. A bid may be rejected if bidder is already obligated for the performance of other work which would delay the commencement, prosecution or completion of the work described in this Request for Bids. As evidence of his competency to perform the work, each bidder shall complete and submit with its bid the Statement of Qualifications in the form attached as Appendix D. In the discretion of the Town, apparent low bidders may be asked to furnish additional data to demonstrate competency to perform the work. Subcontractors shall have documented proof of experience in successfully completed projects of a similar nature as the work of this project. If a bidder intends to use one or more subcontractors to meet these requirements, documented proof of the subcontractor s experience shall be included in the bid. Each bid must contain evidence of the Bidder s qualification to do business in the State of Connecticut or covenant to obtain such qualification prior to Notice of Award. The Town may make such investigations as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Town all such information and data for this purpose as the Town may request. The Town reserves the right to reject any bid if the evidence submitted by, or investigation of the bidder fails to satisfy the Town that the bidder is properly qualified to carry out the obligations noted in these specifications and to complete the project. Madison Public School Turf Maintenance Program 9

10 Building Permits Any local building permits will be issued by the Town at no cost to the Contractor. Unit Prices For the purposes of this Request for Bids, a Unit Price is an amount proposed by the bidder and submitted with the completed Bid Form as a price per unit of measurement for materials and services that will be added to or deducted from the stipulated sum contract price by change order or in the event that the project scope of work is altered. Unit prices are to include labor, materials, supervision, tools, supplies, equipment, direct and indirect expenses, overhead, profit, insurance, bonding and applicable taxes. A list of Unit Prices required to be submitted by each bidder for this project is attached as Appendix B. Project Timeline Each bidder shall submit a proposed project timeline with appropriate descriptions of the phases or tasks of the project and a projected date of substantial completion for each phase or task. The following example is used for purposes of illustration only. It may be appropriate to combine phases/tasks for small projects or to add phases/tasks for large projects. Example: Phase/Task Demolition Masonry Framing Electrical Plumbing Finish Carpentry Painting Floor Coverings Substantial Completion Date MM/DD/YYYY MM/DD/YYYY MM/DD/YYYY MM/DD/YYYY MM/DD/YYYY MM/DD/YYYY MM/DD/YYYY MM/DD/YYYY The proposed project timeline is subject to modification by mutual agreement of the Town and the Contractor after issuance of the Notice of Award.. Madison Public School Turf Maintenance Program 10

11 Commencement of Work The Contractor may commence work immediately upon the date agreed upon by the Town of Madison, Board of Education. Payments While work is in progress, the Contractor will make applications for progress payments on a monthly basis. The Town will pay for work properly completed within forty five (45) days after the contact person receives an application for payment. Madison Public School Turf Maintenance Program 11

12 APPENDIX A SPECIFICATIONS Daniel Hand High School/Walter C. Polson Middle School (Green Hill Road Campus) 286/302 Green Hill Road, Madison, CT ) A 4-step organic fertilizer program using organic, natural, and bridge (organic/synthetic combinations) fertilizer products. The 4 applications should generally be made in April, May/June, June/July, and September. The total program should apply 2.5 lbs. to 3.0 lbs. of nitrogen per 1000 square feet for the season and approximately 1.75 lbs. of potassium per 1000 square feet. It may also apply approximately 0.5 lbs. of phosphorus per 1000 square feet. The Madison Schools Facilities Department will be overseeding all fields at least two times (Spring and Fall) during the growing season. The 4-step program should apply lbs. of organic matter per 1000 square feet for the season based upon the actual consumable organic content of the products. For example, many 100% organic fertilizers are actually 50-70% consumable organic matter. 2) Two applications of a liquid bio-stimulant product that includes humic acids, seaweed extracts, molasses, etc. There are several such products available in the marketplace. The applications should be made at the high end of the normal rate range for the product chosen and should be made in the early summer and mid-summer period. 3) One application of Sili-Cal SS or similar product that supplies both available silicon and calcium to the turf. The application should be made in May at a rate of 15 lbs. of Sili-Cal per 1000 square feet. 4) One topdressing application to all fields with well-aged leaf compost at a rate of 1/2 cubic yard of compost per 1000 square feet. Brown School 902 Durham Road, Madison, CT )A 4-step organic fertilizer program using organic, natural, and bridge (organic/synthetic combinations) fertilizer products. The 4 applications should generally be made in April, May/June, June/July, and September. The total program should apply 2.5 lbs. to 3.0 lbs. of nitrogen, approximately 1.25 lbs. of phosphorus, and approximately 1.5 lbs. of potassium, per 1000 square feet for the season. The Madison Schools Facilities Department will be overseeding all fields at least two times (Spring and Fall) during the growing season. The 4-step program should apply lbs. of organic matter per 1000 square feet for the season based upon the actual consumable organic content of the products. For example, many 100% organic fertilizers are actually 50-70% consumable organic matter. Madison Public School Turf Maintenance Program 12

13 2) Two applications of a liquid bio-stimulant product that includes humic acids, seaweed extracts, molasses, etc. There are several such products available in the marketplace. The applications should be made at the high end of the normal rate range for the product chosen and should be made in the early summer and mid-summer period. 3)Two applications of Sili-Cal SS or similar product that supplies both available silicon and calcium to the turf. The applications should be made in April/May and August/September. The rate for each application shall be 15 lbs. of Sili-Cal per 1000 square feet. Ryerson 902 Durham Road, Madison, CT ) A 4-step organic fertilizer program using organic, natural, and bridge (organic/synthetic combinations) fertilizer products. The 4 applications should generally be made in April, May/June, June/July, and September. The total program should apply 2.5 lbs. to 3.0 lbs. of nitrogen per 1000 square feet for the season and approximately 1.75 lbs. of potassium per 1000 square feet. It may also apply up to approximately 0.5 lbs. of phosphorus per 1000 square feet. The Madison Schools Facilities Department will be overseeding all fields at least two times (Spring and Fall) during the growing season. The 4-step program should apply lbs. of organic matter per 1000 square feet for the season based upon the actual consumable organic content of the products. For example, many 100% organic fertilizers are actually 50-70% consumable organic matter. 2) Two applications of a liquid bio-stimulant product that includes humic acids, seaweed extracts, molasses, etc. There are several such products available in the marketplace. The applications should be made at the high end of the normal rate range for the product chosen and should be made in the early summer and mid-summer period. 3)Two applications of Sili-Cal SS or similar product that supplies both available silicon and calcium to the turf. The applications should be made in April/May and August/September. The rate for each application shall be 15 lbs. of Sili-Cal per 1000 square feet. 4)One application of Finesse GVH or comparable product in August/September at a rate of 50 lbs. of Finesse GVH per 1000 square feet. Jeffrey School 331 Copse Road, Madison, CT ) A 4-step organic fertilizer program using organic, natural, and bridge (organic/synthetic combinations) fertilizer products. The 4 applications should generally be made in April, May/June, June/July, and September. The total program should apply 2.5 lbs. to 3.0 lbs. of Madison Public School Turf Maintenance Program 13

14 nitrogen per 1000 square feet for the season and approximately 1.75 lbs. of potassium per 1000 square feet. It may also apply up to approximately 0.5 lbs. of phosphorus per 1000 square feet. The Madison Schools Facilities Department will be overseeding all fields at least two times (Spring and Fall) during the growing season. The 4-step program should apply lbs. of organic matter per 1000 square feet for the season based upon the actual consumable organic content of the products. For example, many 100% organic fertilizers are actually 50-70% consumable organic matter. 2) Two applications of a liquid bio-stimulant product that includes humic acids, seaweed extracts, molasses, etc. There are several such products available in the marketplace. The applications should be made at the high end of the normal rate range for the product chosen and should be made in the early summer and mid-summer period. 3) One application of Sili-Cal SS or similar product that supplies both available silicon and calcium to the turf. The application should be made in May at a rate of 15 lbs. of Sili-Cal per 1000 square feet. 4)One application of Finesse GVH or comparable product in August/September at a rate of 50 lbs. of Finesse GVH per 1000 square feet. Island School, 20 Island Avenue, Madison, CT )A 4-step organic fertilizer program using organic, natural, and bridge (organic/synthetic combinations) fertilizer products. The 4 applications should generally be made in April, May/June, June/July, and September. The total program should apply 2.5 lbs. to 3.0 lbs. of nitrogen, approximately 1.25 lbs. of phosphorus, and approximately 1.5 lbs. of potassium, per 1000 square feet for the season. The Madison Schools Facilities Department will be overseeding all fields at least two times (Spring and Fall) during the growing season. The 4-step program should apply lbs. of organic matter per 1000 square feet for the season based upon the actual consumable organic content of the products. For example, many 100% organic fertilizers are actually 50-70% consumable organic matter. 2) Two applications of a liquid bio-stimulant product that includes humic acids, seaweed extracts, molasses, etc. There are several such products available in the marketplace. The applications should be made at the high end of the normal rate range for the product chosen and should be made in the early summer and mid-summer period. Madison Public School Turf Maintenance Program 14

15 3)Two applications of Sili-Cal SS or similar product that supplies both available silicon and calcium to the turf. The applications should be made in April/May and August/September. The rate for each application shall be 15 lbs. of Sili-Cal per 1000 square feet. 4)One application of Finesse GVH or comparable product in August/September at a rate of 50 lbs. of Finesse GVH per 1000 square feet. Madison Public School Turf Maintenance Program 15

16 APPENDIX B LIST OF UNIT PRICES The following Unit Prices shall be submitted with each bid None Madison Public School Turf Maintenance Program Page 16

17 APPENDIX C BID FORM PROJECT: Madison Public Schools Turf Maintenance Program LOCATION: Madison Public School Sports Fields, Madison, CT DATE OF OPENING: Thursday, March 10, 2016 TIME OF OPENING: 2:00 p.m. PLACE OF OPENING: Facilities Department, 284 Green Hill Road, Madison, CT The undersigned,, with its principal place of business in the city/town of, in the state of, submits herewith, in conformity with the information, specifications and all content of said bids, the following bid inclusive of costs for the work specified in the bid documents. BID: Total Contract Amount Written Amount Proposed Start Date Projected Completion Date Year #2 Total Contract Amount Written Amount Year #3 Total Contract Amount Written Amount $ $ $ REQUIRED DOCUMENTS: Project Timeline submitted? Yes No Schedule of Unit Prices submitted? Yes No Not applicable ADDENDA ACKNOWLEDGEMENTS: #1: Date: #2: Date: #3: Date: #4: Date: Bidder: Authorized representative s name: Signature: Title: Date: (Street Address) Madison Public Schools Turf Management Program Page 17

18 (Telephone Number) (Fax Number) ( ) The following documents are attached to and made a condition of this Bid: 1. Non-Collusion Bidding Certificate 2. Equal Employment Opportunity Certificate 3. Statement of Bidder s Qualifications Madison Public Schools Turf Management Program Page 18

19 APPENDIX D Submitted To: STATEMENT OF QUALIFICATIONS Town of Madison Board of Education 284 Green Hill Road Madison, Connecticut Project Submitted For: Madison Public School Turf Maintenance Program Submitted By: 1. How many years has your organization been in business as a contractor? 2. How many years has your organization been in business under its present name? Under what other former names has your business operated? 3. If your organization is a corporation, answer the following: Date of incorporation: State of incorporation: President s name: Vice President s name: Secretary s name Treasurer s name: 4. If your organization is a limited liability company, answer the following: Date of organization: Madison Public Schools Turf Management Program Page 19

20 State of organization: Name of each Manager: If no Managers, name of each Member: 5. If your organization is a partnership, answer the following: Date of organization: Type of partnership: Name of each general partner: 6. If your organization is individually owned, answer the following: Name of owner: 7. If the form of your organization is other than those listed above, describe organization and name the principals: 8. If your organization is incorporated or organized other than in Connecticut (e. g., out-of-state corporations or LLC), you must include a current Certificate of Legal Existence issued by the Connecticut Secretary of the State within the past three months. Check here if this applies to your organization. 9. State the percentage of work normally performed with your own forces: 10. Has any construction contract to which you have been a party been terminated by the owner? Have you ever terminated work on a project prior to its completion for any reason? Has any surety which issued a Performance Bond or Labor and Material Payment Bond on your behalf ever completed the work in its own name or financed such completion on your behalf? Has any surety expended any monies in connection with a contract for which they furnished Madison Public Schools Turf Management Program Page 20

21 a bond on your behalf, has your bid surety ever been forfeited? If the answer to any of the preceding questions is yes, please furnish the details of all such occurrences. 11. List name of project, owner, architect or engineer, contract amount, percent complete and scheduled completion of all construction projects your organization has in progress on this date: 12. List names of project, owner, architect or engineer, contract amount, date of completion and percent of work with your own forces of the major projects of the same general nature as this project which your organization has completed in the past five years: Madison Public Schools Turf Management Program Page 21

22 13. List the names, addresses and telephone numbers of references, including an owner, design professional and any surety, for each project listed under items 11 and 12 above: 14. List the construction experience of the principal individuals and supervisory personnel of your organization: 15. List the states and categories of construction in which your organization is legally qualified to do business: 16. List the name, address and telephone number of an individual who represents the following and whom the Town may contact for a financial reference: Surety: Madison Public Schools Turf Management Program Page 22

23 Bank: Major Material Supplier: The undersigned agrees, if determined to be the lowest responsive bidder, and if requested by the Town, to submit a current financial statement and to furnish any other information in verification of this Statement of Qualifications within one (1) week of the bid opening date. By my signature below, I hereby attest that the information provided above is complete to the best of my knowledge and belief. Also by my signature below, I acknowledge that falsified, incomplete or inaccurate information supplied above may at the option of the Town, be reason for the rejection of my bid. Dated at, this day of 20. Bidder: By: (Signature) Title: Sworn to and subscribed to before me this day of 20 in the County of, State of. (Seal) Notary Public My Commission expires Madison Public Schools Turf Management Program Page 23

24 STATE OF } } ss: COUNTY OF } APPENDIX E NON-COLLUSION AFFIDAVIT, being first duly sworn, deposes and says that: I am, the (Name) (Title) of, (the Bidder ) submitting the attached bid to the Town of Madison (the Bid ), that I executed the Bid with full authority to do so, that the Bid is genuine and is not a collusive or sham Bid, that said Bidder has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the project described in the Bid, and that all statements contained in the Bid and in this Affidavit are true and correct, and made with full knowledge that the Town of Madison relies upon the truth of the statements contained in the Bid and in the statements contained in this Affidavit in awarding the contract for the project. (Signature of Authorized Representative) (Printed or Typed Name of Authorized Representative) (Title of Authorized Representative) Sworn to and subscribed to before me on this day of, 20. (Seal) Notary Public My Commission expires Madison Public Schools Turf Management Program Page 24

25 APPENDIX F EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION This certification is required pursuant to Executive Order No. 3 issued by Governor Thomas J. Meskill and dated June 16, The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract, whether it has participated in any previous contract or subcontract subject to the equal employment opportunity clause, and if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, the bidder shall be required to submit a compliance report within seven (7) calendar days after the bid opening. No contract shall be awarded unless such report is submitted. Bidder: Bidder s Address: 1. Bidder has participated in a previous Contract or Subcontract subject to the Equal Employment Opportunity Clause. Yes No If answer is Yes, identify most recent Contract 2. Compliance reports were required to be filed in connection with such Contract or subcontract. Yes No If answer is Yes, identify most recent Contract Madison Public Schools Turf Management Program Page 25

26 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100. Yes No None Required 4. If answer to item No. 3 is No, please explain in detail below. CERTIFICATION: The information given above is true and complete to the best of my knowledge and belief. (Signature of Authorized Representative of Bidder) (Printed or Typed Name) (Title) Madison Public Schools Turf Management Program Page 26

27 APPENDIX G NOTICE OF AWARD To: Project Description: The Town of Madison has considered the bid submitted by you for the above described project in response to its Request for Bids dated, 20. You are hereby notified that your bid has been accepted for items in the amount of and /100 Dollars ($ ). You are required by the Request for Bids to furnish a certificate of insurance within ten (10) calendar days from the date this Notice of Award is delivered to you. You are required to return an acknowledged copy of this Notice of Award to the Town. TOWN OF MADISON, BOARD OF EDUCATION By: Title: Date: Receipt of this Notice of Award is hereby acknowledged. By: Title: Date: Madison Public Schools Turf Management Program Page 27

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

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

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

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

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

More information

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

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

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

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

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

More information

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

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

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

PROPOSER'S QUALIFICATIONS STATEMENT

PROPOSER'S QUALIFICATIONS STATEMENT PROPOSER'S QUALIFICATIONS STATEMENT PROJECT TITLE: High Pressure Loop Transmission Line Phase 1 PROPOSAL SUBMITTED BY: (Print or Type Name of Bidder) The undersigned certifies the truth and correctness

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

INFORMATION FOR BIDDERS

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Suffield Public Schools Suffield, Connecticut July 9, 2018 Suffield High School Library Media Center Carpet Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT

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

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

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

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

5. BID FORMS TABLE OF CONTENTS

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

More information

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

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

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

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

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

More information

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

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

More information

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

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

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

More information

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID # INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #2016-08 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website:

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

(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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

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

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

More information

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

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

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

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

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

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 July 13, 2012 Ladies and Gentlemen: The City of Peachtree City will be accepting

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

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

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

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

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

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

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: # Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson DIANE NELSON Vice-Chairperson YOLANDA ANN COMMARATO

More information

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES Issued by the The Somerset County Joint Insurance Fund Date Issued: November 30, 2018 Responses Due by

More information

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

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

More information

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

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

More information

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

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT NOTICE IS HEREBY GIVEN that the Coast Community College District acting by and through its Governing Board will receive sealed bids

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

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

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

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

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK NOVEMBER 26, 2008 NOTICE TO PROPOSERS FOR TRUCK SCALE REPLACEMENT FOR THE

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

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732) Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director REQUEST FOR PROPOSALS for CONCRETE

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

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 September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

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

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

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

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

TOWN OF CUMBERLAND, RI BID #

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

More information

BERRIEN COUNTY ROAD DEPARTMENT

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

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

More information

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

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

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

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

CONSOLIDATED SCHOOL DISTRICT 158 SPECIFICATIONS FOR ICE MELT COMPOUND BID #

CONSOLIDATED SCHOOL DISTRICT 158 SPECIFICATIONS FOR ICE MELT COMPOUND BID # To All Bidders: Sealed bids will be received until 10:30 a.m. prevailing time, on Tuesday, June 17, 2014 by the Board of Education of Consolidated School District No. 158 of McHenry and Kane Counties,

More information

East Central College

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

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

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