VAL VERDE UNIFIED SCHOOL DISTRICT HVAC DESIGN-BUILD SERVICES AT THREE (3) SCHOOLS. RFQ/RFP No. 17/

Size: px
Start display at page:

Download "VAL VERDE UNIFIED SCHOOL DISTRICT HVAC DESIGN-BUILD SERVICES AT THREE (3) SCHOOLS. RFQ/RFP No. 17/"

Transcription

1 HVAC DESIGN-BUILD SERVICES AT THREE (3) SCHOOLS RFQ/RFP No. 17/ PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 8:00AM PST, March 15, 2018 BID DUE: 10:00 AM PST, March Val Verde Unified School District 975 West Morgan Street, Perris, CA BOARD APPROVAL: Tuesday, April 10, 2018 HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 1

2 Val Verde Unified School District REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS CLEAN ENERGY JOBS ACT PROPOSITION 39 HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Val Verde Unified School District ( District ) requests qualified Contractor firms ( Contractor ) to submit their qualifications and proposal for the following services ( Services ): Scope of Work: HVAC Design-Build Services; a. Design. The Firm will provide all necessary design, engineering, management, labor, materials, tools, equipment, supplies, and related services for planning and development of high efficiency HVAC equipment in accordance with the Attachment A Scope of Work. b. Installation. The Firm shall also provide all Installation services for HVAC Replacement projects including all necessary labor, materials, tools, equipment, supplies, construction management, installation, construction, and training services in accordance with Attachment A Scope of Work. Work shall be performed at the following District school facility: Mead Valley Elementary School (21100 Oleander Ave, Perris, CA 92570) Rainbow Ridge Elementary School (15950 Indian Ave., Moreno Valley, CA 92551) Rancho Verde High School (17750 Lasselle St, Moreno Valley, CA 92551) This project has been identified as energy efficiency improvements to the District with an estimated energy savings of 423,034 kwh per year and a project estimate of $5,160,710, collectively. Through this Request for Qualifications and Request for Proposals ( RFQ/RFP ), the District intends to procure and implement energy conservation measures via the procurement process as prescribed by Government Code section et seq. based on a best value evaluation and highest score achieved for the weighted criteria outlined in Section 5 District s Evaluation/Selection Process. The District reserves the right to accept or reject any and all Proposals, in part or in whole, or to waive any irregularities or informalities in any Proposal or in the bidding. The District also reserves the right to amend this RFQ/RFP as necessary. All materials submitted to the District in response to this RFQ/RFP shall remain the property of the District. The District reserves the right to seek proposals from, or to contract with, any Firm not participating in this process. The District shall not be responsible for the costs of preparing any proposal in response to this RFQ/RFP. All RFQ/RFP Proposals shall be submitted on forms furnished by the District. RFQ/RFP Proposals must conform with, and be responsive to, the RFQ/RFP and Contract Documents, copies of which may be downloaded from the District Purchasing website at: Only RFQ/RFP Proposals submitted to the District on or before the date and time set forth below shall be considered. Interested Firms HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 2

3 should mail or deliver one (1) original Proposal and four (4) copies in hardcopy and one (1) in electronic format on a flash drive in a sealed box/package, as further described herein, to: Val Verde Unified School District 975 West Morgan Street Perris, CA ATTN: Stacy Strawderman, Director of Facilities, Contracts, & Purchasing Services Project Name: HVAC Design-Build Services at THREE (3) Schools All Proposals are due by 10:00 AM PST, March Faxed, electronically transmitted, or late proposals will not be accepted. Please note, the RFQ/RFP will be reviewed after the proposal submission date and will not be publicly opened. No Firm may withdraw its Proposal for a period of sixty (60) calendar days after the date set for the opening of proposals. Firms must attend a Mandatory Job Walk 8:00AM PST, March 15, Firms not in attendance for the entirety of the job walk will be deemed ineligible to propose on this RFQ/RFP. Job walk is expected to last a minimum of six (6) hours and a mandatory sign-in will be required for each site. Pre-Bid Conference/Mandatory Job Walk Meeting Location 8:00AM PST, March 15, Oleander Ave, Perris, CA Meet Outside Front Office for Check-In and Pre-bid Meeting Pre-Bid Clarifications/Questions (RFI s) regarding this RFQ/RFP must be received in writing via to Brian Mauleon <bmauleon@ccorpusa.com> by 5:00PM PST, March 20, Responses will be issued by 10:00AM PST, March 23, 2018 via and/or website posting. Requests for material substitutions must be received in writing via to Brian Mauleon <bmauleon@ccorpusa.com> by 5:00PM PST, March 20, Responses will be issued by 10:00AM PST, March 23, 2018 via and/or website posting. Interpretation of Project Documents If any Firm is in doubt as to the true meaning of any part of the Project Documents, or finds discrepancies in or omissions from the Project Documents, a written request for an interpretation or correction thereof must be submitted to Brian Mauleon <bmauleon@ccorpusa.com> by 5:00PM PST, March 20, No requests shall be considered after this time. The Firm submitting the written request shall be responsible for its prompt delivery. Any interpretation or correction of the Project Documents will be made solely at DISTRICT S discretion and only by written addendum duly issued by the DISTRICT, and a copy of such addendum will be posted to the District website and/or ed to each Firm known to have received a set of the Project Documents. No person is authorized to make any oral interpretation of any provision in the Project Documents, nor shall any oral interpretation of Project Documents be binding on the DISTRICT. If there are discrepancies of any kind in the Project Documents, the interpretation of the DISTRICT shall prevail. SUBMITTAL OF A PROPOSAL WITHOUT A REQUEST FOR CLARIFICATIONS SHALL BE INCONTROVERTIBLE EVIDENCE THAT THE FIRM HAS DETERMINED THAT THE PROJECT DOCUMENTS ARE ACCEPTABLE AND SUFFICIENT FOR PROPOSING AND COMPLETING THE WORK; THAT FIRM IS CAPABLE OF READING, FOLLOWING AND COMPLETING THE WORK IN ACCORDANCE WITH THE PROJECT DOCUMENTS; AND THAT FIRM AGREES THAT THE PROJECT CAN AND WILL BE COMPLETED ACCORDING TO THE DISTRICT S TIMELINES AND ACCORDING TO THE PROGRESS SCHEDULE TO BE SUBMITTED BY HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 3

4 THE SUCCESSFUL BIDDER INCORPORATING THE DISTRICT S TIMELINES FOR COMPLETION OF THE PROJECT. 1. General Information/Instruction for Statement of Qualifications and Proposals The District invites qualified Firms to submit a Statement of Qualifications and Proposal (together, Proposal(s) ) related to its ability to provide the Services as indicated herein The District is currently seeking Proposals to provide HVAC Design-Build Services at THREE (3) Schools. Through this RFQ/RFP, the District intends to procure and implement energy conservation, cogeneration, and/or alternate energy supply sources via the procurement process as prescribed by Government Code section et seq. 2. Description of Site(s) Work shall be performed at the following District school facility: Mead Valley Elementary School (21100 Oleander Ave, Perris, CA 92570) Rainbow Ridge Elementary School (15950 Indian Ave., Moreno Valley, CA 92551) Rancho Verde High School (17750 Lasselle St, Moreno Valley, CA 92551) 3. Description of Services. District intends to award Services of this RFQ/RFP per the contract as follows: Construction Services Pursuant to the Agreement and General Conditions. The selected Firm shall perform the Services of the Agreement and General Conditions attached hereto within Attachment B District Required Forms, including the performance of the following services, without limitation: engineering, auditing, design, procurement, construction management, installation, construction, disposal, and training services related to the HVAC Design-Build Services at THREE (3) Schools. Firm shall provide in its Proposal a detailed Statement of Services that it proposes to provide. 4. Content of Proposals. Proposals must be concise, well organized, and demonstrate Firm s qualifications. Proposals shall be formatted as outlined below. Proposals shall be no longer than twenty-five (25), bound, double-sided pages, 8½ x 11 paper, inclusive of résumés, forms, and pictures, (Exclusive of District required Forms), and tabbed according to the numbering system reflected below. If the submission does not follow the formatting guidelines or any of the information requested in sections below is not included, the proposal may be deemed non-responsive. A. Letter of Interest. A dated Letter of Interest must be submitted, including the legal name of the Firm, address, telephone and fax numbers, and the name, title, and signature of the person(s) authorized to submit the Proposal on behalf of the Firm. The Letter of Interest should provide a brief statement of Firm s experience indicating the unique background and qualities of the Firm and what makes the Firm qualified to provide the Services. B. Firm Information. Provide a comprehensive narrative of the Services offered by Firm. The narrative should include the following: HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 4

5 Background. Provide a brief history of Firm, and, if a joint venture, of each participating Firm. Identify legal form, ownership, and senior officials of company(ies). Describe number of years in business and types of business conducted. Philosophy. Describe Firm s philosophy and how Firm intends to work with District administration officials to perform the Services. Personnel. Include resumes of key personnel who would be performing Services for the District. Specifically, define the role of each person and outline his or her individual experience and responsibilities. Indicate personnel who will serve as primary contact(s) for the District. Indicate Firm s and personnel s availability to provide the Services. Licenses and Certifications. Provide a list of all Firm licenses and certifications held. Firm must have a Class B License or Class [C-10 and C-20] license for electrical and HVAC work. Financial Statements. Provide a statement of Firm s financial solvency and stability. The firm s monthly financial statements should be for a minimum six (6) months for the most recent available period. Include a certification of correctness of Firm s statement of financial resources and a current Profit and Loss Statement. Safety. Describe your Firm s safety program. Include proof of your firm s safety Experience Modification Rating (EMR) or equivalent. Claims. Provide a statement of ALL claim(s) filed against Firm in the past five (5) years. Briefly indicate the nature of the claim and the resolution, if any, of the claim(s). Failure to disclose outstanding claims or falsify records may result in the proposal rejected as non-responsive. References. Include letters of reference or testimonials, if available. Firm should limit letters of reference or testimonials to no more than five (5). C. Prior Relevant Experience. Provide a list of ALL K-12 and Community College Districts for which Firm has provided the same or similar Services to in the past five (5) years. Limit your response to no more than the five (5) most recent districts. Include the names of the district, a description of services provided, and the name of the contact person and telephone number at the district. Also, indicate the Firm s personnel that performed services for each district. List other public entities that the Firm would like the District to consider in its evaluation. D. Statement of Services. Prepare a detailed Statement of Services for which Firm is submitting its Proposal that includes all work as described in the scope of work, construction specifications, and Attachment C HVAC Equipment List and Pricing Summary. The Statement of Services shall include: HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 5

6 Personnel Roles. Specifically, define the role of each person and outline his or her individual experience and responsibilities. Indicate personnel who will serve as primary contact(s) for the District. Indicate Firm s and personnel s availability to provide the Services. Organizational Chart. Provide an organizational chart with the key positions that will be assigned to work on this project. Project Management Plan. Outline the project management process the Firm will utilize for this project and a Project Plan that includes ways and means of procurement and transport of equipment and installation. Schedule. Provide a schedule of the work to meet required Project Milestones for each Project, as required in the following table; o Contractor will have access to site during first and second shift working hours, Monday through Saturday o Contractor will adhere to General Noise Regulations for conditions required by Riverside County for working hours and noise abatement. Activity Milestone Dates Notice of Intent March 30 th, 2018 Board Meeting Tuesday, April 10, 2018 Material Product Submittals 10 Calendar Days following NTP Notice of Approval April 11 th, 2018 Notice to Proceed (NTP) Estimated NTP by April 13 th, 2018 Construction Start June 11 th, 2018 Commissioning 10 days prior to Completion Completion August 8 th, 2018 E. Compensation. Table 1: Milestone Dates Provide Firm s proposed fee for performance of the Services, including all information for lighting and controls material and labor on Attachment C HVAC Equipment List and Pricing Summary. Firms are required to provide Attachment C HVAC Equipment List and Pricing Summary in Excel formal on their flash drive. Firm Proposed Fee should include lighting and controls material and labor costs for each site; construction costs, equipment costs, Firm s mark-up on subconsultant and subcontractor prices, general conditions, and all other categories of costs, expenses, fees, or charges that Firm anticipates will be a part of its price to complete this portion of the Services. Firms shall provide and include the following lump sum project allowance in Firm s Total Price. The cost(s) shall be utilized at Owner discretion, direction and approval. Firm shall include all direct/indirect, overhead/profit, field supervision, management and/or administrative cost(s) for all project allowance cost(s) listed in the Total Lump Sum Base Bid Amount. Firm shall itemize cost(s) on Schedule of Values. Cost(s) will be itemized, in detail specific invoice, and attached to pending Applications for Payment, as utilized. HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 6

7 Contractor shall not be allowed any Overhead/Profit and Bond charges for work charged to the Allowance. Project Allowance; $200,000 shall be used AT THE DISCRETION OF THE DISTRICT, with written approval by the District before funds can be expended. IMPORTANT NOTE REGARDING HELICOPTER LIFTS District recognizes need for helicopter air lift operation at Rancho Verde High School. Firms shall include heli-operation price at Rancho Verde at minimum. Craning can be used for Mead Valley and Rainbow Ridge. Heli Operations shall be performed during any of the available working hours listed for this project. However, the Contractor shall be responsible for performing their due diligence that all heli-opertion safety, permitting, area restriction requirements and community/staff notification requirements are met. F. Required Forms. Proposer shall complete all required forms in Attachment B District Required Forms and include them in a separate section of the submitted proposal. All information or responses of a Bidder in its Bid Proposal and other documents accompanying the Bid Proposal shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder may be grounds for the District to reject such Bidder s Bid Proposal for non-responsiveness. Firm shall provide proposed revisions, if any, to District s Contract Agreement, in a redlined format. PLEASE NOTE: The District will not consider any substantive changes to the Form of Agreement if they are not submitted at or before proposals are due. G. Supplemental Documentation. Conflict of Interest. If applicable, provide a statement of any recent, current, or anticipated contractual obligations that relate to similar work that may have a potential to conflict with the Firm providing the Services to the District. Contractor Registration. Firm shall ensure that it and its Subcontractors comply with the registration and compliance monitoring provisions of Labor Code section , including furnishing its CPRs to the Labor Commissioner, and are registered pursuant to Labor Code section Firm and its subcontractors shall comply with Labor Code section to be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of the Contract. Prevailing Wages. Pursuant to sections 1770, 1773, and et seq. of the California Labor Code, Firm and all Subcontractors under the Firm shall pay all workers on all work performed pursuant to the Contract not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the State of California Department of Industrial Relations (DIR) for the type of work performed and the locality in which the work is to be performed within the boundaries of the District. Copies of the general prevailing rates of per diem wages for each craft, classification, or type HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 7

8 of worker needed to execute the Contract, as determined by the DIR are available from the District or on the internet ( Additional Information. Provide any additional information, options, or features related to Firm s program or its Services that Firm believes the District will find helpful in the District s evaluation and selection process. 5. District s Evaluation / Selection Process. The District intends to select one (1) of the Firms but reserves the right to select more than one (1) Firm that best meet(s) the District s needs to perform the Services as described in this RFQ/RFP. From the Firms that provide Proposals to the District, the District may, at its discretion, interview some or all of those Firms. One (1) or more Firms may be selected and recommended to the Governing Board of the District for approval ( Successful Firm ). The Successful Firm(s) will be selected based on qualifications and demonstrated competence that include relevant experience with public agencies, including local agencies, and a proven track record of success for these types of Services. A best value method of selection will be utilized. The best value method includes, but is not limited to, the following selection criteria: Technical expertise; Team experience; Recent success with similar energy conservation scope of work; Proximity of offices and availability of qualified staff; Prior experience with K-12 school and Community College districts; Approach in providing Services; Schedule; and Pricing. RFQ Selection Criteria Evaluation Weight PROPOSAL COMPLETENESS 5% FIRM INFORMATION (Team/Safety) 10% EMR) PRIOR RELEVANT EXPERIENCE 15% PROJECT SCHEDULE 20% DESIGN & PRODUCT SELECTION 15% COMPENSATION 35% Total 100% Table 2: Evaluation Weights The District reserves the right to contract with any Firm responding to this RFQ/RFP for all or portions of the Services, to reject any proposal as non-responsive, and not to contract with any Firm for the Services described herein. The District makes no representation that participation in the RFQ/RFP process will lead to an award of contract or any consideration whatsoever. The District reserves the right to seek proposals from or to contract with any Firm not participating in this process. The District shall in no event be responsible for the cost of preparing any proposal in response to this RFQ/RFP. Responses to this RFQ/RFP will become the property of the District and subject to the California Public Records Act, Government Code sections 6250, et seq. Those elements in each response that are trade secrets as that term is defined in Civil Code section (d) or otherwise exempt by law HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 8

9 from disclosure and which are prominently marked as TRADE SECRET, CONFIDENTIAL, or PROPRIETARY may not be subject to disclosure. The District shall not be liable or responsible for the disclosure of any such records including, without limitation, those so marked if disclosure is deemed to be required by law or by an order of the Court. A Firm that indiscriminately identifies all or most of its response as exempt from disclosure without justification may be deemed non-responsive. In the event the District is required to defend an action on a Public Records Act request for any of the contents of a response marked Confidential, Proprietary, or Trade Secret, the Firm agrees, by submission of its response for the District s consideration, to defend and indemnify the District from all costs and expenses, including attorneys fees, in any action or liability arising under the Public Records Act. HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 9

10 6. Attachments 6.1. Attachment A Scope of Work 6.2. Attachment B District Required Forms: Proposer shall complete all required forms and include them in a separate section of the submitted proposal. DVBE Participation Goal (00290) Bid Proposal (00300) Bid Bond (00320) Subcontractor List (00330) Non-Collusion Affidavit (00350) Iran Contracting Act Certification/Exemption (00360) Agreement (00500) Labor and Material Payment Bond (00600) Performance Bond (00610) Certificate of Worker s Compensation (00620) Drug-Free Workplace Certification (00630) Criminal Background Investigation/Fingerprinting Certification (00640) Guarantee (00650) General Conditions (00700) 6.3. Attachment C HVAC Equipment List and Pricing Summary 6.4. Attachment D HVAC Equipment Specifications 6.5. Attachment E HVAC Conceptual Design Drawings. HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 10

11 PAGE INTENTIONALLY LEFT BLANK HVAC Design-Build Services at THREE (3) Schools RFQ/RFP No. 17/ Page 11

12 Attachment A Scope of Work HVAC Design-Build Services at THREE (3) Schools Page 12 RFQ/RFP No. 17/ Attachment A: Scope of Work

13 SCOPE OF WORK The Design-Build Contractor shall provide all of the necessary engineering, material procurement, management, labor, materials, tools, equipment, supplies, services, components, and disposal and comply with the contract s General Conditions to successfully complete the replacement of existing HVAC units scope of work to the satisfaction of the Owner. This project is funded by Proposition 39 and emphasizes energy savings. All replacement units shall meet the minimum efficiency requirements shown in the specifications. Work shall be performed at the following location(s): Mead Valley Elementary School (21100 Oleander Ave, Perris, CA 92570) Rainbow Ridge Elementary School (15950 Indian Ave., Moreno Valley, CA 92551) Rancho Verde High School (17750 Lasselle St, Moreno Valley, CA 92551) General Description of Requirements1 HVAC Equipment Demolish existing HVAC units in accordance for all equipment defined in Attachment C HVAC Equipment List and Pricing Summary Contractor shall be responsible to haul all demolished units and ancillary equipment offsite daily. Procure, install, and commission new high efficiency units. Equipment shall meet or exceed efficiency requirements as outlined by prevailing Title 24 Standards and Regulations. Unit weight shall not exceed 5% above existing HVAC unit weight. If proposed equipment weight exceeds 5%, Firm will be responsible for any fee relating to Structural Engineering Analysis under proposed scenario with greater weights. Additional deliverable will include a written memo with Professional Engineer Stamp and Signature by an actively licensed Civil Engineer. Electrical Disconnect and demo existing electrical connections and disconnect switches. Install new disconnect switch and conduit to the new units Plumbing Demo existing PVC condensate drains and traps at point of connection Install new copper condensate drains and traps at point of connection Ducting and Air Distribution Re-use existing ductwork Test and balance all modified systems and furnish NEBB Certified Report Controls Install new smoke detector and connect to existing fire alarm systems only where required by code. New units shall be equipped with an economizer and Demand Control Ventilation (DCV) for units where indicated in Design-Build Drawings or where required by the prevailing Title 24 Code. 1 For cases, in which Design Drawings are provided and Attachment A Scope of Work conflicts with information provided in Design Drawings, the Design Drawings shall supersede Attachment A Scope of Work. HVAC Design-Build Services at THREE (3) Schools Page 13 RFQ/RFP No. 17/ Attachment A: Scope of Work

14 Procure, install and commission new Direct Digital Control (DDC) Energy Management System (EMS) that supports ASHRAE Standard 135 BACnet communications protocol. o New DDC EMS shall interconnect ALL HVAC on site o Work with Honeywell point of contact Honeywell Control Contact: Mark Spangler Office: (714) Mobile: (714) mark.spangler@honeywell.com Contractor may elect to submit a Substitution Request for an EMS that provides equivalent or greater performance. Contractor shall contact Honeywell point of contact for scope of work coordination. If Contractor submits Substitution Request for an alternate EMS, Contractor shall provide full DDC Specification for product and explicitly catalogue all data measurement points and control points. Remarks Commissioning Commission equipment and controls Document and submit Commissioning log for all equipment as outlined in Appendix A to the Scope of Work For cases in which the Scope of Work and applicable Code conflict, Code shall prevail. In cases where Code and Safety Conflict, Contractor shall immediately inform and consult with Construction Project Manager for guidance. Verification of Details This scope of work, the associated drawings and specifications are provided to the Design-Build Contractor for information purposes only. Designer-Build Contractor assumes all the responsibility for site verification of equipment for replacement with high-efficiency units, controls and other items required to successfully complete the HVAC replacements and meet the necessary building and safety codes as more fully described in the specifications and general conditions. Design-Build Contractor shall become familiar with details of work in the field and shall advise OWNER of any discrepancy prior to performing any tasks, including but not limited to existing and proposed equipment quantities, building and area locations, etc. The Design-Build Contractor shall thoroughly investigate and satisfy itself of the conditions affecting the work prior to construction start. Weights of existing units are best estimates available. It is the responsibility of the contractor to find HVAC units that meet the energy performance requirements while not exceeding the existing unit weights by more than 5%. If the contractor is unable to find the units that meet the above stipulation, the Design-Build Contract will immediately inform and consult with the Construction Project Manager for guidance. Design Submittal Requirements HVAC Design-Build Services at THREE (3) Schools Page 14 RFQ/RFP No. 17/ Attachment A: Scope of Work

15 The Design-Build contractor shall obtain all required approvals and permits prior to proceeding with the installation of the work in this scope. Design-Build Contractor is responsible for the review of electrical specifications, equipment performance specifications, and related design criteria prior to the purchase of equipment, materials and installation of the work. Design-Build Contractor shall submit the following information considered as the Design Submittal. Material Product Submittals Provide submittal within 10 days after Notice to Proceed. o Equipment type, manufacturer, model, efficiency rating, options, quantities o Equipment cut sheets o Product warranties o Design drawings Commissioning Requirements Design-Build Contractor shall provide information to the District in the format attached in Appendix A. Closeout Documents Design-Build Contractor shall meet all requirements of the General Conditions for closeout; Design- Build Contractor shall provide to the District the following document prior to Closeout: List of Manufacturers with contact information and parts reordering information for all products installed. As-built drawings of HVAC unit replacements and thermostats (as applicable) installations at each site Commissioning checklist for each HVAC unit as outlined in Appendix A. Warranties HVAC Design-Build Services at THREE (3) Schools Page 15 RFQ/RFP No. 17/ Attachment A: Scope of Work

16 HVAC Replacement Equipment List Detailed equipment catalogues for demolition of existing units, replacement of existing units, and additional of new units are available in Attachment E Conceptual Design Drawings. HVAC Design-Build Services at THREE (3) Schools Page 16 RFQ/RFP No. 17/ Attachment A: Scope of Work

17 APPENDIX A Commissioning Checklist for Each HVAC Unit (to be provided with Submittal) Roof Top Unit - Gas Heat/DX PROJECT: Cooling Equipment Name/Tag: Location: ITEM COMMENTS PRE-START-UP INSPECTION Commissioning lock-out procedures reviewed Operation and maintenance information Mounting/support system and vibration isolation Seismic restraints Equipment guards Alignment & V-belt tension Freedom of rotation Lubrication Plenums clean and free of loose material Temporary start-up filters Fire & balance dampers positioned Access doors, Insulation and interior lights Filter bank, DP switch gauge and photohelics Local valving/piping (gas, condensate, pans, drains) Motorized dampers D/X expansion (cooling) coil and compressor D/X condensing coil and fans Gas piping and valving complete Gas inspection certificate Regulatory authority approved installation and burner control (certificate available) Building cleanliness Electrical wiring complete Overload protection (sized correctly) Disconnect switch (tested) Local control module with DDC interface Control system - point to point checks complete START-UP Start-up by manufacturer's representative with report and certificate or log provided Direction of rotation Electrical interlocks - stop/start Local air leakage acceptable Vibration & noise level acceptable Motor Amps - Rated : Actual : Motor Volts - Rated : Actual : Final operating filters installed HVAC Design-Build Services at THREE (3) Schools Page 17 RFQ/RFP No. 17/ Attachment A: Scope of Work

18 Attachment B DISTRICT REQUIRED FORMS District Forms: Proposer shall complete all required forms in Attachment B and include them in a separate section of the submitted proposal. DVBE Participation Goal (00290) Bid Proposal (00300) Bid Bond (00320) Subcontractor List (00330) Non-Collusion Affidavit (00350) Iran Contracting Act Certification/Exemption (00360) Agreement (00500) Labor and Material Payment Bond (00600) (after Notice of Board Approval) Performance Bond (00610) (after Notice of Board Approval) Certificate of Worker s Compensation (00620) Drug-Free Workplace Certification (00630) Criminal Background Investigation/Fingerprinting Certification (00640) Guarantee (00650) General Conditions (00700) HVAC Design-Build Services at THREE (3) Schools Page 18 RFQ/RFP No. 17/ Attachment B: District Required Forms

19 DISABLED VETERAN BUSINESS ENTERPRISE ("DVBE") PARTICIPATION GOAL 1. DVBE Participation Policy. The District is committed to achieving its established Participation Goal for Disabled Veteran Business Enterprises ("DVBEs"). Through the DVBE participation program, the District encourages contractors to ensure maximum opportunities for the participation of DVBEs in the Work of the Contract. 2. Definitions. 2.1 Disabled Veteran. A "Disabled Veteran" means a veteran of the military, naval, or air service of the United States with at least ten percent (10%) service-connected disability who is domiciled in the State of California. 2.2 Disabled Veteran Business Enterprise. A "Disabled Veteran Business Enterprise" ("DVBE") means a business enterprise certified by the Office of Small Business and Disabled Veteran Business Enterprise Services, State of California, Department of General Services, pursuant to Military and Veterans Code 999, or an enterprise certifying that it is a DVBE by meeting all of the following requirements: (a) it is a sole proprietorship at least fifty-one percent (51%) owned by one or more Disabled Veterans, or in the case of a publicly owned business, at least fifty-one percent (51%) of its stock is owned by one or more Disabled Veterans; or a subsidiary wholly owned by a parent corporation, but only if at least fifty-one percent (51%) of the voting stock of the parent corporation is owned by one or more Disabled Veterans; or a joint venture in which at least fifty-one percent (51%) of the joint venture's management and control and earnings are held by one or more Disabled Veteran; (b) the management and control of the daily business operations are by one or more Disabled Veterans; provided that the Disabled Veteran(s) exercising management and control of the business enterprise are not required to be the same Disabled Veteran(s) who is/are the equity Owner(s) of the business enterprise; and (c) it is a sole proprietorship, corporation, or partnership with its home office located in the United States and which is not a branch or subsidiary of a foreign corporation, foreign firm, or other foreignbased business. The terms "foreign corporation" "foreign firm" and "foreign-based business" shall be deemed to mean a business entity that is incorporated or which has its principal headquarters located outside the United States of America. 3. DVBE Participation Goal. The term "Participation Goal" is a numerically expressed objective for DVBE participation in performing the Work of the Contract. The Participation Goal is not a quota, set-aside or rigid proportion. The District has established a DVBE Participation Goal of Three Percent (3%) of the total Contract Price. 4. Monitoring of DVBE Participation and Submission of Report. 4.1 Certification of Participation. At the time of execution of the contract, the Contractor will provide a statement to the District of anticipated participation of Disabled Veteran Business Enterprises in the contract. HVAC Design-Build Services at THREE (3) Schools Page 19 RFQ/RFP No. 17/ DVBE FORM (SECTION 00290)

20 4.2 Submission of Report. During performance of the Contract, Contractor shall monitor the Work of the Contract, award of subcontracts and contracts for materials, equipment and supplies for the purpose of determining DVBE participation in the Work of the Contract. Contractor shall report on a monthly basis all DVBE s utilized in the performance of the Work, the type or classification of the Work performed by each such DVBE and the dollar value of the Work performed by each such DVBE. In addition, upon completion of the Work of the Contract, Contractor shall submit a report to the District in the form attached hereto identifying all DVBEs utilized in the performance of the Work, the type or classification of the Work performed by each such DVBE and the dollar value of the Work performed by each such DVBE. The submission to the District of such report shall be deemed a condition precedent to the District's obligation to make payment of the Final Payment under the Contract Documents. The submission of such report shall be in addition to, and not in lieu of, any other conditions precedent set forth in the Contract Documents for the District's obligation to make payment of the Final Payment. The District reserves the right to request additional information or documentation from the Contractor evidencing efforts to comply with the DVBE Participation Goal. 4.3 Contract Audit. Contractor agrees that the District, or its designee, shall have the right to review, obtain and/or copy any and all writings, materials, documents and other records pertaining to the performance of the Contract. Contractor agrees that the District, or its designee, shall have access to any of Contractor s premises upon reasonable notice, during usual business hours for the purpose of interviewing employees and inspecting and/or copying such writings, materials, documents and other documents which may be relevant to a matter under investigation for the purpose of determining compliance with the DVBE Participation Goal. HVAC Design-Build Services at THREE (3) Schools Page 20 RFQ/RFP No. 17/ DVBE FORM (SECTION 00290)

21 CERTIFICATION PARTICIPATION OF DISABLED VETERAN BUSINESS ENTERPRISES I certify that I have read the foregoing DISABLED VETERAN BUSINESS ENTERPRISE ( DVBE ) PARTICIPATION GOAL and will comply with the requirements as set forth in this Contract. Signature Title Street Address Telephone Typed or Printed Name Company City, State, Zip Fax HVAC Design-Build Services at THREE (3) Schools Page 21 RFQ/RFP No. 17/ DVBE FORM (SECTION 00290)

22 DVBE PARTICIPATION REPORT Contractor Name: Project Name: Project Bid Number: Date: Firm Name of DVBE Trade/Portion of Work Value of Work Does the cumulative dollar value of the foregoing DVBE participation meet or exceed three percent (3%) of the final Contract Price, as adjusted by all change orders? YES NO If your response is "NO", please attach to this Report a detailed description of the reasons for your failure to achieve the District's DVBE Participation Goal. HVAC Design-Build Services at THREE (3) Schools Page 22 RFQ/RFP No. 17/ DVBE FORM (SECTION 00290)

23 BID PROPOSAL DOWNLOAD SEPARATELY VVUSD_2018 HVAC_RFP Att C - Bid Proposal Form END OF SECTION HVAC Design-Build Services at THREE (3) Schools Page 23 RFQ/RFP No. 17/ BID PROPOSAL (SECTION 00300)

24 BID BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Surety and, as Principal, are jointly and severally, along with our respective heirs, executors, administrators, successors and assigns, held and firmly bound unto VAL VERDE UNIFIED SCHOOL DISTRICT, hereinafter the Obligee, for payment of the penal sum hereof in lawful money of the United States, as more particularly set forth herein. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the Principal has submitted the accompanying Bid Proposal to the Obligee for the Work commonly described as the HVAC Design-Build Services at THREE (3) Schools and the Bid Proposal must be accompanied by Bid Security. WHEREAS, subject to the terms of this Bond, the Surety is firmly bound unto the Obligee in the penal sum of ten percent (10%) of the maximum amount of the Bid Proposal submitted by the Principal to the Obligee, as set forth above, inclusive of additive alternate bid items, if any. NOW THEREFORE, if the Principal shall not withdraw said Bid Proposal within the period specified therein after the opening of the same, or, if no period be specified, for sixty (60) days after opening of said Bid Proposal; and if the Principal is awarded the Contract, and shall within the period specified therefor, or if no period be specified, within five (5) days after the prescribed forms are presented to him for signature, enter into a written contract with the Obligee, in accordance with the Bid Proposal as accepted and give such bond(s) with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract and for the payment for labor and materials used for the performance of the Contract, or in the event of the withdrawal of said Bid Proposal within the period specified for the holding open of the Bid Proposal or the failure of the Principal to enter into such Contract and give such bonds within the time specified, if the Principal shall pay the Obligee the difference between the amount specified in said Bid Proposal and the amount for which the Obligee may procure the required Work and/or supplies, if the latter amount be in excess of the former, together with all costs incurred by the Obligee in again calling for Bids, then the above obligation shall be void and of no effect, otherwise to remain in full force and effect. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or the Call for Bids, the Work to be performed thereunder, the Drawings or the Specifications accompanying the same, or any other portion of the Contract Documents shall in no way affect its obligations under this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of said Contract, the Call for Bids, the Work, the Drawings or the Specifications, or any other portion of the Contract Documents. In the event suit or other proceeding is brought upon this Bond by the Obligee, the Surety shall pay to the Obligee all costs, expenses and fees incurred by the Obligee in connection therewith, including without limitation, attorneys fees. HVAC Design-Build Services at THREE (3) Schools Page 24 RFQ/RFP No. 17/ BID BOND (SECTION 00320)

25 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument this day of, 20 by their duly authorized agents or representatives. (Principal s Corporate Seal) (Principal Name) By: (Typed or Printed Name) Title: (Surety s Corporate Seal) (Surety Name) By: (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (Typed or Printed Name) ( ) (Area Code and Telephone Number of Surety) HVAC Design-Build Services at THREE (3) Schools Page 25 RFQ/RFP No. 17/ BID BOND (SECTION 00320)

26 SUBCONTRACTORS LIST 1. Licensed Name of Subcontractor 2. Address of Office, Mill or Shop 3. Trade or Portion of Work 4. License No. 5. DVBE 6. $$ Value of Work [Submit as needed per Instr. for Bidders] Yes No [Submit as needed per Instr. for Bidders] Yes No [Submit as needed per Instr. for Bidders] Yes No [Submit as needed per Instr. for Bidders] Yes No [Submit as needed per Instr. for Bidders] Yes No [Submit as needed per Instr. for Bidders] Yes No [Duplicate and attach additional page(s) as required.] Name of Bidder: Authorized Signature: HVAC Design-Build Services at THREE (3) Schools Page 26 RFQ/RFP No. 17/ SUBCONTRACTOR LIST (SECTION 00330)

27 STATE OF CALIFORNIA COUNTY OF RIVERSIDE PROJECT: NON-COLLUSION AFFIDAVIT I,, being first duly sworn, deposes and says that I am (Typed or Printed Name) the of, the party submitting (Title) (Bidder Name) the foregoing Bid Proposal ("the Bidder"). In connection with the foregoing Bid Proposal, the undersigned declares, states and certifies that: 1. The Bid Proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation. 2. The Bid Proposal is genuine and not collusive or sham. 3. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in sham bid, or to refrain from bidding. 4. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract. 5. All statements contained in the Bid Proposal and related documents are true. 6. The bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed this day of, 20 at. (City, County and State) I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Signature (Address) Name Printed or Typed (City, County and State) ( ) (Area Code and Telephone Number) HVAC Design-Build Services at THREE (3) Schools Page 27 RFQ/RFP No. 17/ NON-COLLUSION AFFIDAVIT (SECTION 00350)

28 IRAN CONTRACTING ACT CERTIFICATION/EXEMPTION Public Contract Code Prior to bidding on, submitting a proposal or executing a contract or renewal for a contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ( DGS ) pursuant to Public Contract Code 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. See Public Contract Code OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in OPTION #2 EXEMPTION Pursuant to Public Contract Code 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed HVAC Design-Build Services at THREE (3) Schools Page 28 RFQ/RFP No. 17/ IRAN CONTRACTING ACT CERTIFICATION (SECTION 00360)

29 AGREEMENT THIS AGREEMENT is made this day of, 2016, in the City of Perris, County of Riverside, State of California, by and between VAL VERDE UNIFIED SCHOOL DISTRICT, a California Unified School District hereinafter "District" and [CONTRACTOR] ("Contractor"). WITNESSETH, that the District and the Contractor in consideration of the mutual covenants contained herein agree as follows: 1. The Work. Within the Contract Time and for the Contract Price, subject to adjustments thereto pursuant to the Contract, the Contractor shall perform and provide all necessary labor, materials, tools, equipment, utilities, services and transportation to complete in a workmanlike manner all of the Work required in connection with the work of improvement commonly referred to as: HVAC Design-Build Services at THREE (3) Schools Contractor shall complete all Work covered by the Contract, including without limitation, the Drawings and Specifications prepared by the Architect and other Contract documents enumerated in Article 5 below, along with all modifications and addenda thereto, in strict accordance with the Contract. 2. Contract Time. The Work shall be commenced on the date stated in the District's Notice to Proceed; the Contractor shall achieve Substantial Completion of the Work within the Contract Time set forth in the Contract. 3. Contract Price. The District shall pay the Contractor as full consideration for the Contractor's full, complete and faithful performance of the Contractor's obligations under the Contract, subject to adjustments of the Contract Price in accordance with the Contract, the Contract Price of Dollars ($ ). The Contract Price is based upon the Contractor's Base Bid Proposal and the following Alternate Bid Items, if any: NO ALTERNATE BID PROPOSALS The District's payment of the Contract Price shall be in accordance with the Contract. 4. Liquidated Damages. If the Contractor fails to achieve Substantial Completion of the Work within the Contract Time, or fails to achieve a Milestone as set forth in the Special Conditions, including adjustments thereto authorized by the Contract, the Contractor shall be subject to Liquidated Damages in accordance with the Contract. 5. The Contract. The documents forming a part of the Contract consist of the following, all of which are component parts of the Contract. Notice to Contractors Calling For Bids Instructions For Bidders Bid Proposal Subcontractors List Non-Collusion Affidavit Bid Bond DVBE Participation Program Policy DVBE Worksheets HVAC Design-Build Services at THREE (3) Schools Page 29 RFQ/RFP No. 17/ AGREEMENT (SECTION 00500)

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

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

PROPOSAL PACKAGE INFORMATION SHEET

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

More information

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

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

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

More information

ADDENDUM For Reference For Bidders

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

More information

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No. INVITATION TO BID Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services Project No. 16135 1. Notice is hereby given that the governing board ( Board ) of the Oakland

More information

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT COVINA-VALLEY UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACTING SERVICES RFP NO. 15-16-105 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE NOVEMBER 6, 2015 AT 11:00AM SUBMIT TO: COVINA-VALLEY

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

TULARE COUNTY OFFICE OF EDUCATION. Router

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

More information

Bid No. B17-13 Bldg 1300 HVAC

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

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

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

More information

Bid No. B17-07 HVAC Controls

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

More information

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

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

More information

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS Proposition 39 South Fortuna Elementary School Furnace Replacement Bid No. 17-007 DEADLINE FOR SUBMITTING BIDS: 2:00pm, April 14, 2017 All bids must

More information

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

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

More information

REQUIRED BID FORMS SECTION

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

More information

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

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No INVITATION TO BID Play Structure and Matting Routine Repair and Maintenance Services Project No. 634. Notice is hereby given that the governing board ( Board ) of the Oakland Unified School District (

More information

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

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

More information

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

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

More information

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08 UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:

More information

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) 1 ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BIDDING AND CONTRACT DOCUMENTS RFP 2018/19(R1-I) Shelyn Elementary

More information

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

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

More information

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

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

More information

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am BID NO. 1806 Tennis Court Renovations VOLUME I Date Due: May 17th, 2018 at 10:30am BID NO. 1806 Tennis Court Renovations - Page 1 TABLE OF CONTENTS VOLUME 1 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00

More information

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

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

More information

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

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

More information

Mattole Unified School District INVITATION FOR BIDS

Mattole Unified School District INVITATION FOR BIDS Mattole Unified School District INVITATION FOR BIDS Proposition 39 Mattole Elementary HVAC Upgrade Project Bid No. 17-018 DEADLINE FOR SUBMITTING BIDS: 3:00 p.m., Friday, June 16, 2017 All bids must be

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

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

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

More information

Fortuna Elementary School District INVITATION FOR BIDS

Fortuna Elementary School District INVITATION FOR BIDS Fortuna Elementary School District INVITATION FOR BIDS Proposition 39 Fortuna Middle School LED Lighting Project Bid No. 17-012 DEADLINE FOR SUBMITTING BIDS: 2 p.m., May 11, 2017 All bids must be submitted

More information

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

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

More information

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am BID NO. 1814 Window Replacements at Mt. Diablo High School 2019 Volume I DATE DUE: 01/04/2019 at 10:00 am 1 P a g e DOCUMENT 00 01 10 TABLE OF CONTENTS - CONTRACT DOCUMENTS PROCUREMENT AND CONTRACTING

More information

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS DSA Application No. N/A Informal Bid No. 2018-006 MT.

More information

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

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

More information

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

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

More information

(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

REQUIRED BID FORMS SECTION

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

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL (RFP) 2014-102, POLICE SERVICES RFP DEADLINE- December 10, 2014 at 2:00 p.m. Advertisement Dates: November 26, 2014 and December 3, 2014

More information

San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT UNDER $45K HILLCREST ES DESTRUCTIVE TESTING, Silver Ave.

San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT UNDER $45K HILLCREST ES DESTRUCTIVE TESTING, Silver Ave. San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT UNDER $45K HILLCREST ES DESTRUCTIVE TESTING, 11903 810 Silver Ave. San Francisco, CA, 94134 Bid Date: 12/05/2017 CUPCCAA

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

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill

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

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

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

More information

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

BID NO. B17-05 WATER VALVE REPLACEMENT PROJECT FORMAL BID

BID NO. B17-05 WATER VALVE REPLACEMENT PROJECT FORMAL BID BID NO. B17-05 WATER VALVE REPLACEMENT PROJECT FORMAL BID BID DUE DATE: NOVEMBER 16, 2016, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT OFFICE 6500 SOQUEL DR., BLDG

More information

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY OF COACHELLA REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY PROJECT NO. ST-87 PROPOSALS DUE BY: OCTOBER 13, 2015 AT 2:00 P.M. BID AND CONTRACT

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

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

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

More information

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

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

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

More information

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

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

More information

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT SPECIFICATION and CONTRACT DOCUMENTS FOR MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT PREPARED BY FIRE CHIEF TOM ROACH August 2017 NOTICE INVITING BIDS 1. Bid Information. The Marinwood Community Services

More information

NEW AIR TRAFFIC CONTROL TOWER

NEW AIR TRAFFIC CONTROL TOWER DIVISION I NEW AIR TRAFFIC CONTROL TOWER CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 927 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 2 ARTICLE

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

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

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

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

More information

Replacement of Existing Carpet at City Hall

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

More information

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH INVITATION FOR BIDS FOR: FIRE ALARM CONTROL UNIT REPLACEMENT CALIFORNIA ENERGY COMMISSION

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

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT Contract No. B--24-5 DOCUMENT PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT James Bakos Director of Facilities and Operations Berryessa

More information

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

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

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

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

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

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

More information

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL PROJECT NAME: Cherokee Nation Outpatient Health Facility, Tahlequah, OK Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR

More information

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA CONTRACT DOCUMENTS AND SPECIFICATIONS WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA P.O. BOX 545 621 ELEVENTH STREET FORTUNA, CALIFORNIA 95540 TELEPHONE

More information

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

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

More information

Southern Humboldt Unified School District INVITATION FOR BIDS

Southern Humboldt Unified School District INVITATION FOR BIDS Southern Humboldt Unified School District INVITATION FOR BIDS Proposition 39 Agnes Johnson School HVAC Project Re-Bid Bid No. 17-014-02 DEADLINE FOR SUBMITTING BIDS: 4:00 p.m., Friday, June 16, 2017 All

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

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

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

More information

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m.

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m. Merced Community College District Purchasing Department 3600 M Street Merced, CA 95348 Phone: (209) 384-6300 FAX: (209) 384-6310 Documents For HVAC Bid 2015-03 HVAC Bid #2015-03 Proposal Opening Date &

More information

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04 CITY OF CLAREMONT DEPARTMENT OF COMMUNITY SERVICES 1616 Monte Vista Ave Claremont, CA 91711 CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION

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

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

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

More information

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

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

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

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

More information

Solar Water Heater-Swimming Pool. Bid No. B15-03

Solar Water Heater-Swimming Pool. Bid No. B15-03 Solar Water Heater-Swimming Pool Bid No. B15-03 Bid Due Date: Monday, February 23, 2015 2:00PM Cabrillo Community College District District Purchasing, Contracts & Risk Management Office 6500 Soquel Dr.

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

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

More information

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

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

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

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

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services. PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: E-Rate Eligible Category 2 Products and Services District Wide VOLUME 1 of 1 February 06, 2018 TITLE PAGE DOCUMENT 00 01 01-1 DOCUMENT 00 01 10 TABLE

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

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications

More information

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

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

More information

RETIREE HEALTH BENEFITS TRUST

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

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

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

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

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

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

More information

CUPCCAA Project Packet

CUPCCAA Project Packet San Francisco Unified School District Facilities Design and Construction Department CUPCCAA PROJECT SEWER REPAIR AT THOMAS EDISON CHARTER ACADEMY SFUSD PROJECT NUMBER 11866 3521 22 nd Street,

More information

Mattole Valley Charter School INVITATION FOR BIDS

Mattole Valley Charter School INVITATION FOR BIDS Mattole Valley Charter School INVITATION FOR BIDS Proposition 39 MVCS Caspar Creek HVAC 18-001 DEADLINE FOR SUBMITTING BIDS: 2:00 p.m., March 14, 2018 All bids must be submitted in person or by mail to:

More information

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

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

More information

Leigh High School- Relocate Bike Racks

Leigh High School- Relocate Bike Racks Leigh High School- Relocate Bike Racks Install three (3) matching chain link fence enclosures for bike rack storage approximately 103LF of fencing with a single pedestrian gate CAMPBELL UNION HIGH SCHOOL

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

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