POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA

Size: px
Start display at page:

Download "POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA"

Transcription

1 CONTRACT BOOK POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA December 9, 2014 CITY OF SAN MATEO Public Works Department 330 W. 20 th Avenue San Mateo, CA 94403

2 CONTRACT BOOK POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY COUNCIL AWARD CITY OF SAN MATEO, CALIFORNIA ***** CONTRACT DRAWINGS: Included in this Contract Book. TIME OF COMPLETION: 150 Calendar Days NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT NONCOLLUSION AFFIDAVIT ***** CONTENTS CERTIFICATION OF NON-DISCRIMINATION CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION BIDDER EXPERIENCE AND QUALIFICATIONS SPECIAL PROVISIONS PART I -- GENERAL PROVISIONS PART II -- CONSTRUCTION MATERIALS PART III -- CONSTRUCTION METHODS 12/09/14

3 TECHNICAL SPECIFICATIONS Plumbing General Plumbing Mechanical General Mechanical Packaged Air Conditioning Unit Direct Digital Control System for HVAC HVAC Commissioning Insulation Heating Hot Water System STANDARD DRAWING P0.1 Plumbing Legend and Notes P1.1 Plumbing Roof Plan M0.1 Mechanical Legend and Notes M0.2 Mechanical Schedule MD1.1 Mechanical Roof Plan Demolition MD1.1 Mechanical First Floor Demolition MD2.2 Mechanical Second Floor Demolition M1.1 Mechanical Roof Plan M2.1 Mechanical First Floor Plan M2.2 Mechanical Second Floor Plan M4.1 Mechanical Plans and Details (Additive Alternate No. 1) M5.1 Mechanical Controls and Diagrams M5.2 Mechanical Control Diagram M6.1 Mechanical Details M6.2 Mechanical Details E0.1 Electrical Legend and Notes E1.1 Electrical Roof Plan E2.1 Electrical First Floor Plan E3.1 Electrical Second Floor Plan APPENDIX I AGREEMENT FOR PUBLIC IMPROVEMENT 12/09/14

4 NOTICE INVITING SEALED PROPOSALS POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the office of the City Clerk, City of San Mateo at 330 W. 20 th Avenue, San Mateo, California on Thursday, January 8, 2015 at 2:00 PM for the Police Station Heating, Ventilation and Air Conditioning Modifications (located at 200 Franklin Parkway) and other work as shown on the Contract Drawings and as described in this Contract Book and the Greenbook Standard Specifications for Public Works Construction, 2012 Edition. The work described requires that the bidder be licensed by the State of California as a Class C-20 HVAC Contractor. 2. The Contract Book, plans and proposal forms are available as a free download from the City of San Mateo s website at Any questions regarding the contract documents should be directed to Gogo Heinrich, Project Manager, at (650) , or in writing at gheinrich@cityofsanmateo.org. 3. The estimated construction cost of this project is $525, This estimate is not based on a contractor s cost take off of the project, but is derived from an averaging of costs for work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. The time of completion for this contract shall be one hundred fifty (150) calendar days, beginning from the date specified in the Notice to Proceed. There will be a mandatory site walk and pre-bid conference that the primary bidder must attend to be eligible to bid. The primary bidder must stay for the entire site walk and prebid conference. Roll-call will be taken at the end of the site walk to verify attendance. IMPORTANT FIXED DATES Thursday, Dec. 18, 2014 at 10:00 am Monday, Dec. 29, 2014 at 4:00 pm Monday, Jan. 5, 2015 Thursday, Jan at 2:00 pm ESTIMATED DATES February 2, 2015 February 9, 2015 May 9, 2015 MANDATORY SITE WALK and Pre-Bid Conference at the Police Station 200 Franklin Parkway San Mateo Bidders Written Questions Due Issuance of Addendum BIDS DUE at City Clerk 330 W. 20 th Avenue San Mateo, CA ATTN: Gogo Heinrich Council Award Notice to Proceed Construction Completion. A-1

5 5. All bids shall be accompanied by a bid bond, cashier s check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 6. Contractor is notified that he shall comply with the requirements for Non-Discrimination as set forth in Special Provisions SP through SP Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. Addenda will be posted on the City s website at It is the responsibility of the contractor to contact the City to determine the existence of any and all addenda. 8. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo is a charter City and any contract entered into is subject to the provisions of the City of San Mateo Charter, which may supersede certain provisions of the Public Contract Code and other provisions of state law. 9. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk s office for the convenience of bidders. Any errors or defects in the materials in the City Clerk s office will not excuse a bidder s failure to comply with the actual scale then in force. 10. Said sealed proposals shall be delivered to the City Clerk at 330 W. 20 th Avenue, San Mateo, CA before Thursday, January 8, 2015 at 2:00 PM, and they shall be opened and read by a City Representative at said date and time at a public meeting called by her. A-2

6 11. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City s interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. 12. To ensure performance, City reserves the right to retain five percent (5%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, Contractor may substitute securities for said five percent (5%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractor s expense. The provisions of the Public Contracts Code Section are hereby expressly made a part of the contract. Dated: December 9, 2014 /S/ Maureen Freschet, MAYOR A-3

7 PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS FOR THE TOTAL SUM OF (use figures only) computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown in the Contract Documents. All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and the Greenbook Standard Specifications for Public Works Construction, 2012 Edition. This proposal is submitted in conformance with the requirements of the Greenbook Standard Specifications for Public Works Construction, 2012 Edition; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER S STATEMENT. The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor s Signature Date Name of Company Phone Number ( ) A-4

8 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO ITEM NO. DESCRIPTION OF WORK UNIT 01 Selective Demolition LS $ 02 RTU-1 and related work LS $ 03 RTU-2 and related work LS $ 04 Systems Control Work LS $ TOTAL BASE BID (BASIS FOR AWARD) $ TOTAL COST A-1 Additive Alternate for Boiler Replacement Reference Drawing M4.1 A-2 Allowance for unforeseen site conditions LS $ 25, Note: The City reserves the right to select and award the additive alternates at its discretion. TOTAL BID $ LS Name of Company A-5

9 SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the Greenbook Standard Specifications, and in the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of California. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: 12. Name, contractor license number and address of the of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one percent (1%) of the general contractor s total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work that will be done by each subcontractor. 3. If no portion of the work is to be subcontracted as provided in item 1, insert the word none in the space provided and sign below. NAME ADDRESS SPECIFIC WORK CA LICENSE NO. DOLLAR AMOUNT $ $ $ $ $ $ $ Contractor s Signature Contractor s Name A-6

10 BIDDER S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO The undersigned has carefully read the Greenbook Standard Specifications for Public Works Construction, 2012 Edition, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor s expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor s bond. The undersigned further certifies that he is licensed by the State of California as a Class C-20 HVAC Contractor, that the license is now in force, and that the number is and the expiration date is. Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section I,, declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this day of, 20, at, California. The undersigned understands he must meet the requirements of Section SP-7-2.3, NON- DISCRIMINATION POLICY prior to award of contract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all subcontractors obtain a San Mateo Business License in accordance with Section SP-2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder s intention. Unit prices bid must not be unbalanced. Contractor s Signature Company A-7

11 BIDDER S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. Enclosed find bond or certified check or cashier s check no. of the Bank for. Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. A-8

12 BIDDER S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Print name Post Office Address If PARTNERSHIP, sign below (show names of non-signing partners): Date If CORPORATION, sign below (show names of non-signing officers): a CORPORATION Name of State Where Chartered Signature Print name of person signing bid Date Signature Name of Partner Post Office Address Signature Name of Partner Post Office Address (if different) Date Date Title List names of the following officers: PRESIDENT SECRETARY TREASURER Post Office Address A-9

13 NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO State of California ) ) ss. County of ), being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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 bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her 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 corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. Subscribed and sworn to before me, a Notary Public in and for the State of California, County of, this day of, 20. Signature of Notary Public (seal) My commission expires,. ***END OF AFFIDAVIT*** A-10

14 CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local directives, and executive orders regarding non-discrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. BIDDER By: (Name and title of person making certification) Date A-11

15 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk s office for the convenience of bidders. Any errors or defects in the materials in the City Clerk s office will not excuse a bidder s failure to comply with the actual scale then in force. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: (Name and title of person making certification) Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box San Francisco, CA A-12

16 CERTIFICATION OF REQUIREMENT TO PAY WORKERS COMPENSATION (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. BIDDER By: (Name and title of person making certification) Date A-13

17 BIDDER EXPERIENCE AND QUALIFICATIONS (To be submitted with Proposal Form) POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO Each Bidder shall submit this form for its experience and qualifications. Failure of a Bidder to submit this completed form shall be considered nonresponsive. Failure of a Bidder to fill out this form completely shall be considered nonresponsive. SCOPE OF EXPERIENCE AND QUALIFICATIONS. In order to allow the City to make a determination of the Bidder s responsiveness, the Bidder shall provide the information required herein as a part of its Bid. EVALUATION CRITERIA The evaluation and selection of the bidder will be based on the demonstrated competency and professional qualifications necessary for the satisfactory performance of the services required. Evaluation will also be based on the information submitted and obtained from references. The City reserves the right to request additional information and references Criteria for the evaluation of the bidder shall include but not be limited to: Safety Bidder s ability to perform Bidder s ability to manage subcontractors Quality of workmanship (City s representatives will call references) Bidder s willingness to work with Owner (City s representatives will call references) Criteria for determining a Non-responsive Bidder: An Experience Modification Rate (EMR) greater than DO NOT SUBMIT A BID IF YOUR EMR IS GREATER THAN Failure of a Bidder to submit information on any of its public works contracts shall render the bid non-responsive. Failure of the Bidder to submit completed forms shall render the bid non-responsive. A Bidder who has not completed at least one HVAC project in excess of $450,000 shall have its bid rendered non-responsive. A Bidder whose Principal has ever had his/her license suspended shall have its bid rendered non-responsive. A Bidder whose firm has ever been suspended from a project shall have its bid rendered non-responsive. A Bidder whose firm has ever been disqualified by another public agency from bidding shall have its bid rendered non-responsive. A-14

18 BIDDER S STATEMENT OF EXPERIENCE AND QUALIFICATIONS 1. Name of firm: Contact: Address for Contact Person: 2. Mailing address of firm: Physical address of firm, if different from mailing: Telephone No. (area code) Company Web Site URL: 3. State of organization: Date established: 4. CA State License No.: Types of valid CA contracting licenses Has the firm changed its name, license number and/or ownership within the past 5 years? Yes No If Yes, provide past names, license numbers and/or ownership 5. Bonding company: Bonding co. rating: Contact: Telephone No. (area code) Current capacity $ Have claims ever been made against surety? If Yes, attach statement of explanation. 6. Officers or Principals of firm: 7. Have Principals ever had licenses suspended? 8. Has firm ever been suspended from a project? 9. Has firm ever been disqualified by another agency from bidding public contracts? 10. In the past five years, has your firm filed a claim on a public works contract? Yes No Litigation? Yes No If Yes, attach a brief explanation and results of each claim and/or litigation. 11. In the past five years, has a claim been filed against your firm on a public works contract? Yes No Litigation? Yes No If Yes, attach a brief explanation and results of each claim and/or litigation. 12. CURRENT WORK IN PROGRESS 12.1 How many construction projects is the Bidder currently under contract to perform? current projects A-15

19 12.2 What is the total dollar amount of the construction contracts listed in Subsection 12.1? total dollar amount 12.3 What is the total bonding capacity of the firm at this time? total bonding capacity 12.4 List the name of the project and a client contact person, with telephone number, for three current active projects (either as a prime or subcontractor) with a contract amount ranging between $250,000 and $750,000: Project Name Contract Amount City/Client Contact (Name and Phone) Project Name Contract Amount City/Client Contact (Name and Phone) Project Name Contract Amount City/Client Contact 13. Safety Qualification, Experience Modification Rate (EMR) An EMR greater than 0.95 will render the bid non-responsive. DO NOT SUBMIT A BID IF YOUR EMR IS GREATER THAN Enter your firm s EMR for the most recent year (this information is provided by your workers comp insurance carrier) Year: EMR Name of Workers Comp. Insurance Carrier(s): Agent Name: Telephone No. 14. BIDDER S PROPOSED PERSONNEL PROJECT MANAGER NAME Number of Public Works Projects Completed w/ this company Number of Years with this company SUPERINTENDENT NAME No. of Public Works Projects Completed with this company No. of Years with this company A-16

20 15. BIDDER S PROPOSED PLUMBING, ELECTRICAL, and CONTROLS SUBCONTRACTORS PLUMBING SUBCONTRACTOR NAME California State Contractors License No. and Classification Number of Years in Business with this license number Has the ability to provide a bond to the Owner and General Contractor Yes No Number of Projects sub has worked together with Bidder ELECTRICAL SUBCONTRACTOR NAME California State Contractors License No. and Classification Number of Years in Business with this license number Has the ability to provide a bond to the Owner and General Contractor Yes No Number of Projects sub has worked together with Bidder CONTROLS SUBCONTRACTOR NAME California State Contractors License No. and Classification Number of Years in Business with this license number Has the ability to provide a bond to the Owner and General Contractor Yes No Number of Projects sub has worked together with Bidder 16. BIDDER S PROJECT HISTORY Each bidder shall submit information on its project history on the following forms for each of its public works contracts performed for the period January 2012 present. Only work performed under the Bidder s current California State License number shall be submitted. Failure of a Bidder to submit information on any of its public works contracts shall render the bid as non-responsive. Failure of the Bidder to submit completed forms shall render the bid nonresponsive. Bidders may copy this form as many times as necessary. Only one project per form. A-17

21 PROJECT NAME LOCATION POLICE STATION OR ESSENTIAL SERVICES BUILDING? YES NO OWNER/AGENCY NAME Name of Owner's Representative Current Phone Number Current Address ARCHITECT and/or MECHANICAL ENGINEER Name of Project Architect Current Phone Number Current Address PROJECT MANAGER for the General Contractor and/or HVAC Contractor SUPERINTENDENT for the General Contractor and/or HVAC Contractor BIDDER S PROJECT COSTS CONTRACT AWARD AMOUNT ADDS/(DEDUCTS) FINAL CONTRACT AMOUNT 17. PENALTY OF PERJURY Bidder hereby declares and certifies under penalty of perjury that the information contained herein is true, correct, and complete. IN WITNESS WHEREOF, the undersigned represent and warrant that they have the right, power, legal capacity and authority to sign this document on behalf of the Bidder, and have caused this document to be executed by setting hereto their names, titles and signatures. BIDDER: Signature Date Printed or Typed Name Title Legal Name of Bidder Printed or Typed END OF BIDDERS QUALIFICATION SECTION A-18

22 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO The work embraced herein shall be done according to the Greenbook Standard Specifications for Public Works Construction, 2012 Edition, (hereinafter referred to as the Standard Specifications), and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP-200-2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART 1 - GENERAL PROVISIONS SP-2-1 AWARD OF CONTRACT. The right is reserved to reject any an all proposals. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed or has demonstrated, to the satisfaction of the City, adequate good faith efforts to do so. In determining the award, careful consideration by City shall be given to each item of bid. All bids will be compared on the basis of the Engineer s Estimate of the quantities of work to be done. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the bid items as City see in its best interest. Such award, if made, will be made within 45 days after the opening of the proposals. This period will be subject to extension for such further period as may be agreed upon in writing between the Department and the bidder concerned. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 2, SP-2-3 SUBCONTRACTS. The Contractor is prohibited from employing any subcontractor that is ineligible under Labor Code section SP-2-4 CONTRACT BONDS. Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. A-19

23 The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. SP GUARANTEE. The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above-mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. SP-2-5 PLANS AND SPECIFICATIONS. The plans for this project are included in the contract book as follows: P0.1 Plumbing Legend and Notes P1.1 Plumbing Roof Plan M0.1 Mechanical Legend and Notes M0.2 Mechanical Schedule MD1.1 Mechanical Roof Plan Demolition MD1.1 Mechanical First Floor Demolition MD2.2 Mechanical Second Floor Demolition M1.1 Mechanical Roof Plan M2.1 Mechanical First Floor Plan M2.2 Mechanical Second Floor Plan M4.1 Mechanical Plans and Details M5.1 Mechanical Controls and Diagrams M5.2 Mechanical Control Diagram M6.1 Mechanical Details M6.2 Mechanical Details E0.1 Electrical Legend and Notes E1.1 Electrical Roof Plan E2.1 Electrical First Floor Plan E3.1 Electrical Second Floor Plan A-20

24 SP-2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. 1. Existing HVAC Site Conditions: A. RTU-1 and RTU-2 are roof-mounted air handler units with DX cooling, hot water heating coils, 0-100% outside air economizer, and supply and return fans with variable frequency drives. Condensers of the cooling systems are water-cooled and treated by Dolphin systems. Each unit has 75 ton nominal cooling capacity and rated for 20,000 CFM. B. Units serve both floors of the building with RTU-1 serving the south side and RTU-2 serving the north side. C. The majority of the zones are served by duct mounted reheat coils with a duct mounted static pressure sensors and motorized dampers upstream of the coil. A few zones are served by variable air volume boxes with reheat coils. Zones are made up of multiple rooms with the temperature control in one room. Systems are plenum return. The building occupied 24-hours per day, 365 days per year. Dispatch office units are independent from the main RTU units. SCOPE OF WORK INCLUDES BUT IS NOT LIMITED TO THE FOLLOWING: 1. Replace RTU-1 and RTU-2 with two new Trane Intellipak Air cooled units. Units shall be replaced one at a time in order to keep the station operational. Provide a detailed schedule of the work so that the relocation of personnel can be coordinated accordingly. 2. Install condensate pipe per routing and sizes on the plan drawings. Provide submittals on pipe sizes and materials. 3. Disconnect and reconnect the main power feed for the RTU-units. Disconnect and reconnect fire alarm system devices to existing Fire Alarm System. 4. Coordinate unit replacement construction schedule with the City. City will relocate personnel to other parts of the building in order to accommodate the work. 5. Add VAV (variable air volume boxes) and modify ductwork to rezone Rooms 106 Training, 113 Break Room, 116 Briefing Room, 258 Detectives area, and 269 PAL offices. 6. Install supply fans for Locker Rooms: Provide air from return plenum space as make-up air since these spaces are 100% exhausted to the outside. System shall be controlled to run by the building management system or by override switch in space. 7. Install ceiling transfer fan with wall timer switch in 219 Office. 8. Install ceiling transfer fan with wall timer switch in 262 Conference. 9. Balance the main equipment and the areas with VAV box additions. 10. Replace thermo-fusers with regular register in the VAV zones (in open areas). 11. Install new Alerton building management system. Replace controllers with new Alerton controls, existing wiring can be reused. 12. The majority of the existing ductwork will be used for the work. Ceiling tiles at the modified ductwork connections will be opened and investigated in order to minimize the off-time of the system in the building. 13. Modify fire sprinkler piping as required to accommodate the work. Field verify. 14. Patch roofing material, install new ceiling tiles if damaged, repair any ceiling openings that were required to perform work, and touch-up paint. A-21

25 15. Train the City personnel for each mode of operation on all equipment, and for planned maintenance work. ADDITIVE ALTERNATE NO Replace two existing boilers with two high-efficiency boilers with internal controls. Modify the hot water piping inside the boiler enclosure. 2. Building Management Controls portion of the work shall be in the base bid. Contractor either way shall incorporate boiler controls with new the new Building Management System. ADDITIVE ALTERNATE NO Allowance of $25,000 for unforeseen conditions. Items under the allowance require written approval from the City and the City shall have full authority and discretion to determine the decrease or increase in quantities under the allowance. Note: The City reserves the right to select and award the additive alternates at its discretion. SP EXAMINATION OF THE SITE. The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and contracts. A MANDATORY SITE WALK AND PRE- BID CONFERENCE IS SCHEDULED FOR THURSDAY, DECEMBER 18, 2014 AT 10:00 AM AT THE CONFERENCE ROOM AT THE POLICE STATION, 200 Franklin Parkway, San Mateo. The bidder represents that he or she is fully qualified to perform this examination and review. The primary bidder must attend to be eligible to bid. The primary bidder must stay for the entire site walk and pre-bid conference. Roll-call will be taken at the end of the site walk to verify attendance. If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. SP-2-9 SURVEYING. Not applicable. SP-2-12 ATTORNEY FEES. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000, shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. A-22

26 SP-2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General Contractor, $124.00; (2) all other contractors, $49.00." SP NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section SP shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion," in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP CHANGES INITIATED BY THE AGENCY. The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the sub-projects that will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above-stated alteration of this project. SP-3-3 EXTRA WORK. New or unforeseen work will be classified as extra work when the Engineer determines that it is not covered by contract unit prices or stipulated unit prices. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP LABOR SURCHARGE To the actual wages as defined in Section (a) of the Standard Specifications for Public Works Construction, will be added a labor surcharge. The labor surcharge compensates the contractor for statutory payroll items stipulated by various governmental agencies. The six items included are Workers Compensation, Social Security, Medicare, Federal Unemployment, State Unemployment and State Training Taxes. The labor A-23

27 surcharge calculation for overtime work does not include workers compensation on the premium portion of, overtime, as provided by workers compensation regulations. The surcharge percentage to be applied to the actual wages paid as provided in Section (a) of the Standard Specifications for Public Works construction will be 16 percent for regular time (RT) and 14 percent for over time (OT). SP MARK-UP. A. Work by Contractor The following percentages shall be added to the Contractor's cost and shall constitute the mark-up for all overhead and profits: 1. Labor Surcharge (RT)... 16% 2. Labor Surcharge (OT)... 14% 3. Labor... 25% 4. Materials... 15% 5. Equipment Rental... 15% 6. Other Items and Expenditures... 15% To the sum of the costs and mark-ups provided for in this subsection, one percent (1%) shall be added as compensation for bonding. B. Work by Subcontractor When subcontractor performs all or any part of the extra work, the markup established in SP (a) shall be applied to subcontractor's cost as determined under In addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work and 5% on the work added in excess of $5,000 of subcontracted portion of extra work may be added by the contractor for overhead and profit. SP TRADE NAME OR EQUALS. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. SP-5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 5-l of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field-mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. A-24

28 Attention is directed to the possible existence of underground utilities not indicated on the plans and to the possibility that underground utilities may be in a location different from that which is indicated on the plans. The Contractor shall ascertain the exact location of underground utilities whose presence is indicated on the plans, the location of their service laterals or other appurtenances, and for existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any such facilities or interfere with their service. SP COMMENCEMENT OF WORK. The Contractor shall begin work within 15 calendar days after receiving notice that the contract has been awarded by the City Manager and shall diligently prosecute the same to completion with the time limits provided in the special provisions. SP CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE. After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction or fabrication and delivery schedule. The schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, scheduling of equipment, and delivery of finished product. The schedule shall be submitted and approved prior to any work being done. SP PRE-CONSTRUCTION CONFERENCE. A pre-construction conference will be held at a location selected by the City for the purposes of review and approval of said schedule and to discuss construction procedures and payment schedule. The Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. SP DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Manager. Such requests shall be filed with the City Clerk, addressed to the City Manager, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Manager shall be final and conclusive. SP-6-7 TIME OF COMPLETION. The Contractor shall prosecute and work to completion before the expiration of ONE HUNDRED FIFTY (150) calendar days, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP-6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined on the following basis. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead costs incurred by the City; A-25

SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO

SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO. 469030-82010 CITY OF SAN MATEO, CALIFORNIA ***** CONTRACT BOOK AUGUST 5, 2013 CONTRACT BOOK SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY

More information

CITY HALL AUDIOVISUAL SYSTEMS UPGRADE CITY OF SAN MATEO, CALIFORNIA

CITY HALL AUDIOVISUAL SYSTEMS UPGRADE CITY OF SAN MATEO, CALIFORNIA CONTRACT BOOK CITY HALL AUDIOVISUAL SYSTEMS UPGRADE February 18, 2015 CITY OF SAN MATEO Public Works Department 330 W. 20 th Avenue San Mateo, CA 94403 CITY COUNCIL AWARD CONTRACT BOOK CITY HALL AUDIOVISUAL

More information

CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA *****

CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA ***** CITY MANAGER AWARD CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA ***** CONTRACT DRAWINGS are included at the end of this Contract Book TIME OF COMPLETION: 90 Calendar

More information

CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO

CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO. 461004-1003 To be used in conjunction with Greenbook Standard Specifications for Public Works Construction 2012 Edition NOVEMBER 2013 CITY OF

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

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

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

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

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

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

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

More information

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

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

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

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

CITY OF SAN MATEO, CALIFORNIA WASTEWATER TREATMENT PLANT DIGESTER CLEANING ***** CITY COUNCIL AWARD CONTRACT BOOK

CITY OF SAN MATEO, CALIFORNIA WASTEWATER TREATMENT PLANT DIGESTER CLEANING ***** CITY COUNCIL AWARD CONTRACT BOOK ***** CITY COUNCIL AWARD CONTRACT BOOK CONTENTS NOTICE INVITING SEALED PROPOSALS INSTRUCTIONS TO BIDDERS 1. INSTRUCTIONS TO BIDDERS AND PURCHASE CONTRACT CONDITIONS 2. PROPOSAL FORMS 3. GENERAL CONTRACT

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

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

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

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

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

CITY OF LAGUNA NIGUEL PLANS, AND FOR

CITY OF LAGUNA NIGUEL PLANS, AND FOR CITY OF LAGUNA NIGUEL LAGUNA NIGUEL, CALIFORNIAA PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NEIGHBORHOOD PARK MONUMENT SIGNS CASH CONTRACT 14-10 PREPARED BY: CITY OF LAGUNA NIGUEL PUBLIC WORKS DEPARTMENTT

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

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

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

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents TABLE OF CONTENTS Page No. A. INTRODUCTORY PAGES Cover Page... i Table of Contents... ii Location Map... iii Invitation for Informal Bids... iv Notice to Informal Bidders... v Schedule of Required Informal

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

CITY OF SAN MATEO PUBLIC WORKS APRIL

CITY OF SAN MATEO PUBLIC WORKS APRIL REQUEST FOR PROPOSAL PRE-QUALIFICATION OF CONTRACTORS SEEKING TO BID ON THE CITY OF SAN MATEO S WASTEWATER TREATMENT PLANT DIGESTER GAS TO COMPRESSED NATURAL GAS INFRASTRUCTURE AND VEHICLE FUELING SYSTEM

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

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

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

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

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

More information

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

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

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

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

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

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

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

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

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

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

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

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

Lockbox Services. Job No FA

Lockbox Services. Job No FA Request for Proposal (RFP) for: Lockbox Services Job No. 09-10-FA Department of Finance and Administration 123 Fifth Avenue Kirkland, WA 98033 Page 1 of 15 REQUEST FOR PROPOSAL I PURPOSE OF REQUEST The

More information

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: 4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT AUGUST 2016 (BLANK) BID FORM CHECKLIST (To

More information

Field 6 Fence Phase 1

Field 6 Fence Phase 1 City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works

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

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

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

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

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

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

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

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

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

A. INTRODUCTORY PAGES

A. INTRODUCTORY PAGES TABLE OF CONTENTS Page No. A. INTRODUCTORY PAGES Cover Page... i Table of Contents... ii Location Map... iii Invitation for Bids... iv Notice to Bidders... v Schedule of Required Bid Documents and Agreement

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 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

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

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

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract 702 KAR 4:160 REQUEST FOR PROPOSALS For Guaranteed Energy Savings Contracts School District Name: Garrard County Schools School District Address: 322 West Maple Avenue, Lancaster, KY 40444 Project: Guaranteed

More information

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

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

More information

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

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

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

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

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

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

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

More information

RECOMMENDATION TO CITY COUNCIL

RECOMMENDATION TO CITY COUNCIL 11-U TO: ATTENTION: FROM: Honorable Mayor and Members of the City Council Jeffrey L. Stewart, City Manager Len Gorecki, Assistant City Manager/Director of Public Works Philip Wang, Associate Engineer SUBJECT:

More information

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

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

More information

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

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

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

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

More information

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

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS NOTICE TO BIDDERS INFORMAL BIDDING CITY OF BEVERLY HILLS CONTRACT DOCUMENTS FOR LA CIENEGA TENNIS COURTS RESURFACING PROJECT BID NO. 17-04 TABLE OF CONTENTS Page No. I. NOTICE INVITING BIDS...1 II. INSTRUCTIONS

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

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

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

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

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. 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

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

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information