13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

Size: px
Start display at page:

Download "13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS"

Transcription

1 SECTION NOTICE TO BIDDERS 1.01 FROM: THE BOARD OF SCHOOL TRUSTEES (HEREINAFTER REFERRED TO AS OWNER): A. Monroe County Community School Corporation B. 315 E. North Drive C. Bloomington, IN D. BY: Martha Street, Board Secretary; Publish Dates: 1/13/15 and 1/20/ TO: POTENTIAL BIDDERS A. Notice is hereby given that sealed proposals will be received by the Owner FOR: 1. Roof Replacement project at an educational facility located at 1111 N. Russell Rd., Bloomington, Indiana. B. UNTIL 1:00 p.m. local standard time on February 4, 2015, at the Monroe County Community School Corporation Service Center located at: E. Miller Drive 2. Bloomington, IN C. AT WHICH TIME, all proposals will be opened and publicly read aloud. D. Attendance at the scheduled pre-bid meeting is a MANDATORY condition of bidding the project. The pre-bid meeting will be held at: 1. 10:00 a.m., local time, on January 21, 2015, at the project site listed above PROPOSALS A. Proposals received after the hour and date set for the receiving of proposals will be returned unopened. B. Proposals shall be submitted, in duplicate, consisting of the Bid Supplement furnished by the Consultant, with all blanks properly filled in, along with Indiana State Board of Account Form No. 96 (2013), Parts I and II, as required under the statutes of Indiana. C. Proposals must also be accompanied by a certified check, cashier's check, money order or a satisfactory Bid Bond executed by the bidder and an acceptable surety company, as required; made payable to the Owner for not less than five percent (5%) of the total bid price and delivered in a sealed opaque envelope showing the Bidder's name and address. D. All prime contractors submitting bids on the projects shall encourage qualified minority subcontractors to perform any portions of the work in the project not performed by the Contractor's own forces. Bidders shall submit written evidence that quotations have been solicited from qualified minority subcontractors with his bid PROJECT INFORMATION A. Work shall be in accordance with specifications and drawings prepared by the Architect / Roofing Consultant (hereinafter referred to as Consultant). 1. STR-SEG (STR Building Resources LLC) 2. Attn: Mr. Ben Brown a. Roofing Consultant b. Contact bbrown@str-seg.com Southpark Drive Suite Westfield, IN Phone: (317) ; Cell: (317) NOTICE TO BIDDERS

2 B. Documents are on file, and may be examined at the Consultant s office or the Owner s Administration office. Bidders may also obtain complete sets of documents, for a twenty-five dollar ($25.00) nonrefundable fee for each set, from Eastern Engineering, 9901 Allisonville Road, Fishers, IN Contact Eastern Engineering at (317) to obtain a Project Order Form. 2. Submit a request, by mail or fax, including your company name, address, phone/fax number, and the project name(s), with a check payable to STR Building Resources LLC CONTRACT AWARD A. The project is intended to be let as a single, prime contract. Base and Alternate bids shall be submitted as described in the Bidding Documents. B. The Owner reserves the right to accept or reject any bid or waive any informality or errors in bidding for a period of sixty (60) days from bid date. It is the Owner's intent to award contracts within thirty (30) days. 1. Should Bidder withdraw his bid within sixty (60) days after bid date without written consent of the Owner, or fail to execute a satisfactory contract, including required bonds, within ten (10) days after written notice of acceptance of Bid, the Owner may declare the Bid Security forfeited as liquidated damages, not as penalty. C. The successful Bidder shall furnish an approved Performance Bond, Labor and Material Payment Bond in an amount equal to one hundred percent (100%) of the Contract Amount, with an approved surety company and said Bond shall remain in full force and effect for a period of twelve (12) months after date of acceptance of the Work. 1. Bonds shall be furnished at time of written Notice to Proceed with the Work. END OF SECTION NOTICE TO BIDDERS

3 PART 1 - GENERAL 1.01 SUMMARY SECTION INSTRUCTIONS TO BIDDERS A. The Monroe County Community School Corporation will receive sealed bids for: ROOF REPLACEMENT PROJECT AT UNIVERSITY ELEMENTARY SCHOOL 1111 N. Russell Rd. Bloomington, Indiana B. On or before February 4, 2015 at 1:00 p.m., local time, at the Monroe County Community School Corporation Service Center, 560 E. Miller Dr., Bloomington, IN 47401, at which time they will be publicly opened and read aloud. Any bids received after the above time will be returned unopened. C. The work shall be performed as per plans and specifications prepared by: STR-SEG (STR Building Resources LLC) SOUTHPARK DRIVE, SUITE 300 WESTFIELD, INDIANA Ben Brown, Project Manager Phone: (317) ; Cell: (317) In accordance with the rules and regulations for the practice of Architecture in the State of Indiana, all architectural services and architectural design for this project will be prepared and executed under the full authority and responsible charge of J. Colby Lewis IV, Indiana License No. AR , Principal and Director of STR Partners LLC, Chicago, Illinois. D. Proposals are desired for one (1) Prime Contract involvement for the following area of work, to wit: 1.02 DEFINITIONS 1. One (1) Prime Contract Bid for: Roofing replacement work in areas designated in the Project Manual, including Roof Plans and Detail Sheets, dated January 13, A. Bidding documents include the Notice to Bidders, Instructions to Bidders, Summary of Work, the Bid Supplement and the Contract Documents, including any Addenda or Revised Proposal Forms issued prior to the receipt of Bids. B. All definitions included in the Contract Agreement Forms or in other Contract Documents apply to all Bidding Documents. C. Addenda are written or graphic instruments issued by the Consultant prior to the execution of the contract which modify or interpret the Bidding Documents by additions, deletions, clarifications and corrections. D. A Bid is a completed and properly signed Proposal Form in which the Bidder proposed to perform the work or designated portion of the work for the sum or sums stipulated therein and supported by information called for by the Bidding Documents. E. A Base Bid is the sum or sums stated in the Bid for which the Bidder proposed to perform the Work described as the base to which Work may be added or deducted by the sum or sums stated in the Alternate Bids. F. An Alternate Bid is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding changed in the scope of the Work or products or methods of execution of the Work described in the Bidding Documents is accepted by the Contractor. G. A Unit Price is an amount stated in the Bid as a price per unit of measurement for products or services described in the Contract Documents. Unit prices may be used to increase or decrease the Contract Amount in accordance with the provisions of the General Conditions. INSTRUCTIONS TO BIDDERS

4 H. A Bidder is one who submits a Bid for the Work or a designated portion of the Work described in the Contract Amounts PROPOSAL CONDITIONS A. Proposals shall be properly and completely executed on: 1. STATE BOARD OF ACCOUNTS FORM 96 (REVISED 2013) a. (WHICH includes a NON-COLLUSION AFFIDAVIT) and must be sealed, endorsed, and deposited by the Bidders with the said Monroe County Community School Corporation on or before the above mentioned time. Such proposals must also be accompanied by a Bidder s Financial Statement, specific enough in detail to allow proper determination of the Bidder s capability for completing the project, if awarded. 2. The Bidder shall execute the Bid Supplement in this set of Documents and include, as an insert, the above State Board of Accounts form, with the notation: See Insert of Contract Document Bid Supplement. The Bid shall be one (1) prime contract price. 3. Each proposal also shall be accompanied by an acceptable certified check or cashier s check made payable to the Monroe County Community School Corporation, Bloomington, IN 47401, or an acceptable Bidder s Bond in favor of said Monroe County Community School Corporation, for an amount of not less than five percent (5%) of the amount of the proposal, which check or bond shall be forfeited in case of failure of any bidder to enter into the contract and furnish a satisfactory bond (if applicable) in any amount equal to the Contract Price after notification of the acceptance of his proposal (see Performance Bond). No Bidder may withdraw his bid for a period of sixty (60) days after the date set for the opening thereof. Execution of the Certificate as to Corporate Principal shall be a part of the bond or check furnishing process (see attachment). 4. All proposals must be accompanied by a signed copy of the Statement of Bidder s Qualification/Affirmative Action in the form set forth in the specifications. Unless this signed statement accompanies Bidder s proposal, the proposal will not be considered and will be an invalid, incomplete proposal. All prime contractors submitting bids on the project shall encourage qualified minority sub-contractors to perform any portion of the Work in the project which is not performed by the contractor s own forces. Bidders must submit written evidence that quotations have been solicited from qualified minority sub-contractors at the time bidder submits their proposal to the Monroe County Community School Corporation for all portion of the work in the project which the Bidder is not proposing to perform with its own forces. a. All notarized documents shall contain the county in which the Notary Public is registered. 5. Said Monroe County Community School Corporation is not obligated to accept the lowest or any bid submitted and reserves the right to reject any and all proposals, to waive informalities in any proposal, if it shall be in the judgment of the Monroe County Community School Corporation so to do, and to defer the acceptance or rejection until the financial arrangements for said project are completed REFERENCE TO INDIANA STATUTES A. Wage rates on this Work shall not be less than the Common Construction Wage as determined by the committee pursuant to the provisions of Chapter 7, Section The successful Bidder and their sub-contractors must strictly comply with the established wage determination. 2. As a condition of the contract, each contractor and sub-contractor performing work must file a schedule of wages to be paid to workers on this project directly to the Owner. 3. The Common Construction Wage is appended to the end of this Section BIDDER S QUESTIONS A. The Bidder shall resolve any and all questions regarding the intent of the Bidding Documents, or conflicts with roof system manufacturer s requirements, with the Consultant prior to submitting his bid. All questions regarding this project shall be directed to the Consultant and not to the Owner. 1. Questions should be received no later than January 30, 2015 at 3:00 p.m INSTRUCTIONS TO BIDDERS

5 2. Submit questions in writing to Ben Brown by at B. If a change to the Specifications or Drawings is necessary, the Consultant will issue an Addendum, by mail, or facsimile; such Addenda shall be considered as a binding addition the Contract Documents. The Consultant will not be responsible for oral statements. C. The Bidder shall acknowledge receipt of any Addenda, and the inclusion of any and all associated costs within his Bid Price, by certifying receipt on the Bid Supplement DOCUMENT DISTRIBUTION A. Bidding Documents are on file and may be examined at, or obtained from, locations identified in Section Notice to Bidders on or after the date of advertisement. Deposit monies, if applicable, are non-refundable. No partial sets will be issued. B. The Bidder shall be responsible for providing copies of the Bidding Documents to his sub contractors. C. Should any bidder fail in observance of the above conditions, he shall warrant stringent requirements upon request of future bid documents. D. Exceptions to the above will only be allowed by written approval and consent from the Owner/Architect/Consultant DOCUMENTS AND SITE EXAMINATION A. The Bidder shall be responsible for examining the Bidding Documents and the project site to obtain essential knowledge of existing conditions. The Bidder shall be solely responsible for verification of existing field measurements and conditions; no additional cost will be approved for conditions that could be reasonably determined at the time of bidding. B. Each Bidder represents that he has visited the Site, familiarized himself with the local conditions under which the work is to be performed, compared the Site with the Drawings and Specifications, satisfied himself of the condition of delivery, handling and storage of materials, and all other matters that may be incidental to the Work, before submitting his Proposal. C. Each Bidder represents that his Bid is based upon the materials and equipment described in the Bidding Documents without defined exceptions. D. Submission of a Bid will be considered evidence of the Bidder s Representation. No allowance will subsequently be made to the successful Bidder by reason of any error or omission on his part, due to his neglect in complying with the requirements of this Article. E. These specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. 1. The words shall be are included by inference where a colon(:) is used within sentences or phrases. 2. The word provide shall mean to furnish and install. 3. The word furnish shall mean to purchase and deliver, to the project site and elevation, those materials and/or services which are necessary for the completion of the Work. 4. The word install shall mean to place and integrate materials into the Work, in position for their designed use. 5. The word manufacturer shall mean the manufacturer or private-labeler of the material, which are to be integrated into the Work. F. The Owner will provide test results, where applicable, to identify the presence of Asbestos-Containing Building Materials (ACBM s) for bidding purposes: 1. The Contractor shall be responsible for requesting and reviewing, any and all written reports prior to the submission of bids. Reports may include, but not be limited to, Asbestos Hazard Emergency Response Act (AHERA) and National Emission Standard for Hazardous Air Pollutant (NESHAP) documentation. 2. If ACBM s are identified, the Bidder shall include any and all costs associated with special handling procedures, as required by law, in his Bid Price. 3. If ACBM s are not identified, but are discovered during the course of the project, additional costs INSTRUCTIONS TO BIDDERS

6 associated with special handling procedures, as required by law, will be handled as an additive cost to the Contract. G. The Consultant will provide test results, where applicable, to identify the presence of Asbestos- Containing, Roofing Materials (ACRM s) for bidding purposes: 1. If ACRM s are identified, the Bidder shall include any and ally costs associated with special handling procedures, as required by law, in his Bid Price. 2. If ACRM s are not identified, but are discovered during the course of the project, additional costs associated with special handling procedures, as required by law, will be handled as an additive cost to the Contract. H. The Contractor shall assume full responsibility and liability for compliance with all standards pertaining to work practices, hauling, disposal, and protection of workers, visitors to the site, and persons occupying areas adjacent to the site. The Contractor shall hold the Owner and Owner s Representative harmless for failure to comply with any applicable standard on the part of himself, his employees, or his sub-contractors PRODUCT OPTIONS AND SUBSTITUTIONS A. The Bidder s options for selecting products or proposing substitutions shall be as described in Section Product Requirements. B. The Consultant will consider substitute products prior to the Bid Due Date as outlined in Section Product Requirements and, if deemed worthy of approval, will incorporate them into the specification by Addenda to all Bidders. C. The Consultant s acceptance of a substitute product will not change the requirements of the Bidding Documents with respect to workmanship or installation detailing unless specifically modified by Addenda BID SUBMISSION A. To be considered, bids must be submitted in accordance with these Instructions to Bidders. Bids shall be submitted prior to the bid due date specified in Section Notice to Bidders. B. To submit a bid, the Bidder must have attended and signed in at the mandatory pre-bid meeting, if applicable. C. To submit a bid, the Bidder shall submit to the Owner, upon his request, a properly executed Contractor s Qualification Statement, AIA Document A305, unless such a statement has been previously required and submitted as a prerequisite to the issuance of the Bidding Documents BASIS OF THE BID A. The Bidder must submit a Base Bid amount to be considered for any Alternate Bids or Alternate Add bids. Unit Price and time and material (T&M) pricing shall be included. Bids not complying may be rejected at the Owner s discretion. B. The Bidder s bid amount shall be based on the scope of the Work, as described in the Bidding Documents, including any and all associated costs necessary to accomplish the Work, unless specifically excluded or indicated as by others REQUIREMENTS FOR SIGNING PROPOSALS A. Bid Submitted by an Individual: 1. If a bid is submitted by an individual, said proposal shall be signed by the person making such bid, or the bid shall have attached thereto a power-of-attorney evidencing authority to sign the bid in the name of the person for whom it is signed. B. Bid Submitted by a Partnership: 1. If a bid is submitted by a partnership, said proposal shall be signed by all of the partners or by an attorney-in-fact. If signed by an attorney-in-fact, there must be attached to the bid a power-ofattorney for the individuals for whom it is signed. C. Bid Submitted by a Corporation: 1. If the bid is submitted by a Corporation, said proposal shall be signed by the correct corporate INSTRUCTIONS TO BIDDERS

7 name thereof, and the signature of the President or other authorized name, and the attesting signature of the Secretary of the Corporation and the impression of the Corporate Seal BIDDER S ACKNOWLEDGEMENT A. Upon submittal of his proposal, the Bidder acknowledges that: 1. He/she has the equipment, technical ability, personnel, insurance and facilities to carry all phases of the project per Contract Documents to a proper and complete conclusion. 2. He/she has examined the Contract Documents, plans, specifications, and site conditions, and has found these sufficiently complete to prepare a sound bid for the execution of the Work contemplated. 3. He/she has visited the project site and he has field measured the roof surface area(s) and has verified detail conditions. 4. That his bid is a firm representation of cost required to fulfill this project in its entirety, as specified and detailed, and that escalations, due to raises in material, labor, etc., will not occur during its tenure, these having been included in his proposal SCHEDULE OF COMPLETION A. The Work is to commence as follows: 1. Pending School Board approval, compliance with pre-construction requirements and acceptable weather conditions, the Work may be started in June of 2015 (tentative start date being May 27, 2015). Without exception, all Work shall be Substantially Complete (i.e. ready for Consultant s Final Review, including sheet metal work), no later than July 24, 2015, with Final Completion and demobilization no later than July 31, If for any reason that the Bidder feels these dates are unattainable, he shall make specific notation of such to the Owner in his proposal or during the bidding stage. 3. The Bidder acknowledges failure to complete the Work during the established schedule will result in disruption of the Owner s operations. In view of the difficulty in estimating such damages, agreed upon, fixed and determined by the parties hereto, as liquidated damages and not as a penalty, the Bidder agrees to pay to the Owner for each and every day of disruption a sum as follows: a. Five hundred dollars ($500.00), per calendar day BONDING REQUIREMENTS A. The successful Bidder shall deliver to the Owner, no later than the date of execution of the Contract, bonds covering faithful performance of the Contract and payment of all obligations arising thereunder. Bonds shall be furnished in such a manner as the Owner may prescribe, and shall be issued by an acceptable surety company. Failure to deliver the specified bonds may be considered to be abandonment of the Contract. B. The Performance and Payment Bond Form shall be AIA Document A311, February 1970 Edition as published by the American Institute of Architects, modified if necessary to comply with applicable statutes. C. The Bond shall be for an amount equal to one hundred percent (100%) of the contract price. The Bond shall be signed by an official of the Bonding Company and shall be accompanied by a certified and current copy of bonding agent s power of attorney, indicating the monetary limit of such power. D. The cost of all bonds shall be included in the Bidder s bid amount GOVERNING LAWS AND REGULATIONS A. The Bidder shall be responsible for determining and complying with all ordinances, codes, and laws governing business practices and construction in the project location, including the acquisition of all necessary permits SUBMISSION OF BIDS A. No faxed bids will be accepted. INSTRUCTIONS TO BIDDERS

8 B. Bids must be submitted in accordance with the requirements of these Instructions to Bidders. Bids not complying may be rejected at the Owner s discretion. 1. In case of a difference of sums in written words or figures on the Bid Supplement, that amount stated in written words shall govern. 2. Any interlineations, alteration or erasure on the Bid Supplement must be initialed by the signer of the Bid. 3. Bidders shall make no additional stipulation on the Bid Supplement or qualify his Bid in another manner. C. Bids must be submitted at the time, date and place listed in Section Notice to Bidders, or as changed by Addenda. D. State Board of Accounts Form 96 (2013) shall be accompanied by an unaltered Bid Supplement provided with the Bidding Documents (or by Addenda) or on an unaltered photocopy thereof, and: 1. The Bidder must fill in all blank spaces, by typewriter or in ink, including bid amounts (both numeric and written), unit prices, T&M rate/mark-up, and project timeframe. 2. The Bidder must acknowledge receipt of Addenda, and thereby, the inclusion of any and all associated costs. 3. The Bid Supplement must indicate whether the Bidder is an individual, corporation, or partnership, and: a. If an individual, sign and date with his name printed below the signature. b. If a corporation, print the legal name of the Corporation and the State of Incorporation; an Officer authorized to bind the corporation to a contract must sign and date, with his name and title printed. c. If a partnership, list the names of all partners; one of the partners must sign and date the Bid Supplement, with his name printed below his signature. 4. The Bidder shall enclose, with the Bid Supplement, the following items: a. The necessary Bid Security, if required by these Instructions to Bidders. b. Current rate sheet covering all applicable personnel and equipment, including material purchase and sub-contractor price mark-up. c. A listing of proposed subcontractors to be used on the project (for the Owner s review and approval). E. Bids must be submitted in a sealed, opaque envelope, clearly marked with the following information: 1. Bidder s Information a. FIRM NAME b. ADDRESS c. CITY,STATE, ZIP-CODE 2. Project Information 3. "SEALED BID ENCLOSED" a. Monroe County Community School Corporation b. Proposal for: University Elementary School c. Roof Replacement Project d. STR-SEG PROJECT# e. ATTN: Mr. Chris Ciolli, Director of Building Operations F. Bids may not be modified after submittal; however, the Bidder may request to withdraw his bid at any point prior to the Bidding Deadline WITHDRAWAL OF PROPOSALS A. Any bidder may withdraw his proposal at any time prior to the opening of bids, notifying Owner/Architect/Consultant of such intent INSTRUCTIONS TO BIDDERS

9 1.18 CONTRACT AWARD A. The Owner reserves the right to waive any informality to any bid, to reject any or all bids or to accept the bid which is more favorable to the Owner. It is the intention of the Owner to award the contract to the lowest responsive and responsible bidder whose construction skills and financial resources are fully equal to the task of executing the project in a rapid and satisfactory manner, bringing it to the successful completion within the design limits. B. Proposals for this contract will be compared and selected by the individual lump sum of each project, or the lump sum price for the entire work. C. If, however, in the opinion of the Owner, it becomes advisable to eliminate any of the items, the deduction of the item, unit or units will then be applied to the lump sum price and a comparison made on this basis (see work divisions). D. Award of the bid is subject to fund availability by Owner. E. The Consultant, upon the Owner s Bid Acceptance, will notify the successful Bidder in writing. The Bidder shall, within seven (7) days of request by the Owner/Architect/Consultant: 1. Submit the following, if requested: a. Statement of cost of each major item of Work included in the bid. b. A designation of the Work to be performed by Bidder with his own forces, including an accurate work schedule in graphic terms; in terms of weeks. 2. Submit a completed E-Verify Affidavit, as attached herein (following the Bid Supplement). 3. Provide a complete list of names of sub-contractors and/or other persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of the work as specified in the bidding documents. a. The Bidder will be required to establish the reliability of the proposed sub-contractors to furnish and perform the work described in the Sections of the Specifications pertaining to such proposed sub-contractors respective trades. b. The Bidder shall secure certification of his sub-contractor(s) that he does not knowingly employ or contract with an unauthorized alien and has enrolled and is participating in the E- Verify program. F. Any Contract, which results from these Specification Documents, will incorporate the terms and provisions of said documents. It is intended that these Documents shall prevail over conflicting terms and conditions of Contractor s proposal. Bidders printed terms and conditions are NOT considered as exceptions to the Contract. G. The successful Bidder, upon notice of Bid Acceptance, shall prepare to commence work in accordance with the timeframe listed on his Bid Supplement, pending the preparation and execution of the Contract Agreement. H. The Bidder shall retain the right to withdraw his bid if the Contract Award is delayed for longer than the hold period listed on the Bid Supplement. I. Prior to Award, the Owner/Architect/Consultant will review the Bidder s provided list of proposed subcontractors and/or other persons or organizations, and will notify the selected bidder in writing if either the Owner or the Architect/Consultant, after due investigation, has reasonable and substantial objections. 1. If the Owner/Architect/Consultant has reasonable and substantial objection to any persons or organization on such list, and refuses in writing to accept such person or organization, Bidder may, at his option, without forfeiture of bid security or regardless of previous bid requirements, withdraw his bid. 2. If Bidder submits an acceptable substitute, with an increase in his bid price to cover the difference in cost occasioned by such substitution, the Owner may at his discretion, accept the increased bid price, or he may disqualify the Bidder. INSTRUCTIONS TO BIDDERS

10 3. Sub-contractors and other persons and organizations must be used on the work for which they are proposed and accepted and shall not be changed except with the written approval of the Owner and the Architect/Consultant EXECUTION OF THE CONTRACT A. The Contract will be deemed as having been awarded when formal notice of Award has been duly served or mailed to the Bidder to whom the Owner contemplates awarding the Contract. B. Any Contract, which results from these Specification Documents, will incorporate the terms and provisions of said documents. It is intended that these Documents shall prevail over conflicting terms and conditions of Contractors proposal. Bidders printed terms and conditions are NOT considered as exceptions to the Contract. C. All modifications, thereto, such as Change Orders, written after awarding the contract, shall consist of a mutually agreed change to the original Contract Documents, signed by all applicable parties. D. Notwithstanding any delays in the preparation and execution of the formal Contract Agreement, the successful Bidder shall be prepared, upon notice of Bid Acceptance, to commence work on the date stipulated on his Bid Supplement. E. Accompanying the Contract (AIA Document A101), upon successful awarding of contract to satisfy proper payment of Contractor claims, will be a Purchase Order form, as executed by the Monroe County Community School Corporation. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION INSTRUCTIONS TO BIDDERS

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

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

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

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

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

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 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. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

More information

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

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

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 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

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

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS Sealed bid proposals for South Madison C.S.C. Pendleton

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

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

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

More information

(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

1 Exam Prep AIA A-701 Questions

1 Exam Prep AIA A-701 Questions 1 Exam Prep AIA A-701 Questions 1. Written or graphic instruments used by the architect prior to the execution of the contract which modify or interpret the bidding documents by additions, deletions, clarifications

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

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

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

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

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

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

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

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

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

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

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

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

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by: SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY

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

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

INSTRUCTIONS TO BIDDERS

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

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

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

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

More information

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

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-16-B-0004 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Building 18 Site Repairs and Interior Renovation,

More information

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

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

Project Manual for Electrical Switchgear Replacement Project

Project Manual for Electrical Switchgear Replacement Project Project Manual for Electrical Switchgear Replacement Project Date Issued: February 12, 2016 Bid#05-032116SB-01 DUE DATE/TIME: March 21, 2016 3:00 PM Time and Date of Pre-Bid Meeting Deadline for Inquiries

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

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:

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 CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects)

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects) NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects) NOTICE IS HEREBY GIVEN that the Coast Community College District, acting by and through its Governing Board,

More information

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION ADVERTISEMENT FOR BIDS CSD NO. 158 BID #2011-29B CONSOLIDATED SCHOOL DISTRICT #158 2011 ELEMENTARY SCHOOLS CARPET INSTALLATION Consolidated School District #158 will receive single prime sealed bids for

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

Bid No. B12/9768 February 2, 2012

Bid No. B12/9768 February 2, 2012 NOTICE INVITING SEALED BIDS Bid No. B12/9768 February 2, 2012 DESERT VISTA RELOCATABLE OFFICES Sealed Bids will be received until 3:00 P.M. (Tucson Time), March 7, 2012, by Pima County Community College

More information

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

More information

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT Contract Documents & Construction Specifications Town of Carolina Beach, NC BOARDWALK NORTHERN EXTENSION PROJECT January 2016 Ca ro l i n a B e a ch TABLE OF CONTENTS Page 1 Page Nos. Advertisement for

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

Invitation for Bid General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker

Invitation for Bid General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker Invitation for Bid 2018 020 General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker County Park, Whirlin Waters December 14, 2017 Contents Bid

More information

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security Bid No. B14/9857 Sealed Bids will be received until 3:00 P.M. (Tucson Time),, June 3, 2014, by Pima County Community College

More information

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve Issued on April 17, 2018 Responses due 11:00am CST, Tuesday, May 8, 2018 Champaign County Forest

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 SPECIAL NOTICE TO BIDDERS A. These Specifications have bound hereto a complete set of bidding and contract forms. One complete signed set of bid forms as detailed in the

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

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

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

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

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

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

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

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

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS POWAY UNIFIED SCHOOL DISTRICT BID NO. 2018-04B CONTRACT DOCUMENTS PURCHASING DEPARTMENT 13626 TWIN PEAKS DRIVE POWAY, CA 92064 858.748.0010 X2544 TABLE OF CONTENTS DOCUMENT DESCRIPTION 00010 TABLE OF CONTENTS

More information

INVITATION TO BID CONSTRUCTION CONTRACT

INVITATION TO BID CONSTRUCTION CONTRACT INVITATION TO BID CONSTRUCTION CONTRACT BID NUMBER: ITB NO: 2016-004-FAC Sealed bid opening date: Sept. 22, 2015, 2:00 PM PROJECT: RRPS DISTRICT OFFICES MODIFICATIONS, PHASE ONE DISTRICT PROJ. NO. 083000-15-001

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

SHARON CITY SCHOOL DISTRICT Sharon, PA

SHARON CITY SCHOOL DISTRICT Sharon, PA PROJECT MANUAL MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON MIDDLE/HIGH SCHOOL City of Sharon, Mercer County, Pennsylvania Eckles Project No. 14046 SHARON CITY SCHOOL DISTRICT Sharon, PA Chiller

More information

HARLAN MUNICIPAL UTILITIES

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

More information

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

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 CARPET AND COVE BASE FOR DISTRICT BUILDINGS RFP# 2019-PUR-002 PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-002 District Buildings

More information

INSTRUCTIONS TO BIDDERS

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

More information

NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS. INDEPENDENT SCHOOL DISTRICT # E. 12 th AVENUE NORTH ST. PAUL, MN BID SPECIFICATIONS FOR:

NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS. INDEPENDENT SCHOOL DISTRICT # E. 12 th AVENUE NORTH ST. PAUL, MN BID SPECIFICATIONS FOR: NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS INDEPENDENT SCHOOL DISTRICT #622 2520 E. 12 th AVENUE NORTH ST. PAUL, MN 55109 BID SPECIFICATIONS FOR: PRODUCE PRODUCTS NUTRITION SERVICES DISTRICT WIDE DUE: WEDNESDAY,

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

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

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

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR EMERGENCY GENERATOR PREVENTATIVE MAINTENANCE & INSPECTIONS VARIOUS MOBILE FIRE DEPARTMENT LOCATIONS SC-042-18 City of Mobile, Alabama Building Services

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

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

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

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

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

CITY OF SHAWNEE POTTOWATOMIE COUNTY, OKLAHOMA CONTRACT NO. COS-SMA WATER MAIN BREAK REPAIRS (VARIOUS LOCATIONS)

CITY OF SHAWNEE POTTOWATOMIE COUNTY, OKLAHOMA CONTRACT NO. COS-SMA WATER MAIN BREAK REPAIRS (VARIOUS LOCATIONS) CITY OF SHAWNEE POTTOWATOMIE COUNTY, OKLAHOMA CONTRACT NO. COS-SMA-12-03 WATER MAIN BREAK REPAIRS (VARIOUS LOCATIONS) SHAWNEE MUNICIPAL AUTHORITY P O Box 1448 Shawnee, Oklahoma 74802-1448 SHAWNEE MUNICIPAL

More information

ADDENDUM No. 2. August 1, 2018

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

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

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

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

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

NOTICE OF REQUEST FOR BIDS

NOTICE OF REQUEST FOR BIDS NOTICE OF REQUEST FOR BIDS Qualifications-based bids for professional design-build services will be received by The Hopkins County Fiscal Court for the design-build of the Hopkins County Youth Athletic

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

Naples Beach Renourishment (Sand Placement) COLLIER COUNTY BID NO COLLIER COUNTY, FLORIDA

Naples Beach Renourishment (Sand Placement) COLLIER COUNTY BID NO COLLIER COUNTY, FLORIDA COLLIER COUNTY BID NO. COLLIER COUNTY, FLORIDA Adam Northrup, Procurement Strategist Email: Adamnorthrup@colliergov.net Telephone: (239) 252-6098 FAX: (239) 252-6302 Design Professional: Atkins North America

More information

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

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

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

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

More information