EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1169W PERRIS WATER FILTRATION PLANT REJECT RECOVERY FACILITY NOTICE INVITING BID

Size: px
Start display at page:

Download "EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1169W PERRIS WATER FILTRATION PLANT REJECT RECOVERY FACILITY NOTICE INVITING BID"

Transcription

1 EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1169W PERRIS WATER FILTRATION PLANT REJECT RECOVERY FACILITY NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received and time-stamped by Eastern Municipal Water District no later than 2:00pm, TUESDAY, AUGUST 7, 2012 (from time stamp) at which time and place they will be publicly opened. Hand deliver/fed Ex your bid to: EMWD, 2270 Trumble Road, Perris, CA, Mail your bid to: EMWD, P O Box 8300, Perris, CA Bids are received at the Operations and Maintenance Center lobby only. Please follow the VENDORS/BIDDERS signs to the Operations and Maintenance parking lot, enter the lobby, and have your bids time-stamped by the Receptionist. NIB-2. Prequalification. The District has recently performed a public invitation to prequalify bidders for the project. Only those firms listed below have been approved as a prequalified general contractor and are entitled to submit a bid for this project. Contractor Address Phone/Fax / Address C.W. Roen Construction P.O. Box 4 / 40 Oak Ct., Danville, CA / bstansell@cwroen.com Cushman Contracting P.O. Box 147 Goleta, CA / lee@cushmancontracting.com Doty Bros Equipment Co E. Firestone Blvd Norwalk, CA / jtroop@dotybros.com GSE Construction 6950 Preston Ave Livermore, CA / eyin@gseconstruction.com J.F. Shea Construction 667 Brea Canyon Road, Ste. 30 Walnut, CA / John.boland@jfshea.com J. R. Filanc 740 North Andreasen Drive Escondido, CA / bzaiser@filanc.com MMC, Inc. 412 E. Gowan Road N. Las Vegas, CA / dstott@nclasvegas.com Monterey Mechanical 8275 San Leandro Street Oakland, CA / j.troup@montmech.com Olsson Construction 326 W. Katella Ave. Ste. 4 Orange, CA / norm@olssonconstruction.com Pascal & Ludwig 2049 East Francis Street Ontario, CA / aludwig@pascalludwig.com PCL Construction 277 Rancheros Dr., Ste. 202 San Marcos, CA / todonnell@pcl.com Schuler Engineering 564 W. Bateman Circle Corona, CA / bruce@schulerengineering.com SSC Construction 1260 Corona Pointe Court, Ste. 201 Corona, CA / nnehmens@sscconstruction.net Stanek Constructors 2434 Auto Park Way, Ste. 102 Escondido, CA / gfoote@stanekconstructors.com W.M. Lyles Roick Drive Temecula, CA / ddawson@wmlylesco.com NIB-1

2 NIB-3. Pre-Negotiated Packages. The project includes several items with prices that have been pre-negotiated by the District. For more information see Special Conditions, Appendices D and I and the Bidding Sheets. PLEASE NOTE PER SC-28, THE CONTRACTOR SHALL EXECUTE A CONTRACT WITH GE IN SUCH A MANNER THAT EQUIPMENT DELIVERY DOES NOT IMPACT THE PROJECT SCHEDULE. REFERENCE APPENDIX D FOR GE S PROPOSAL. NIB-4. Contract Documents. One complete set of instructions to bidders, and plans and specifications will be mailed free of charge to each pre-qualified contractor. Additional sets will be mailed upon receipt of the non-refundable charge of $ (price includes sales tax). Please note: Plans are reduced size (11x17- not to scale). A CD is provided for your use in printing 24x36 size drawings. Bidders shall use the 24x36 drawings when preparing your bid. Please mail your requests to EMWD, FIELD ENGINEERING, Attn: Penny McElvain Regular or Express mail: P.O. Box 8300, Perris, CA UPS or Federal Express: 2270 Trumble Road, Perris, CA For faster service, please provide your Federal Express account number Plans and Specifications may also be viewed and/or purchased at the District's office, 2270 Trumble Road, Perris, CA. Note: A limited number of plans and specifications will be available for purchase at the pre-bid walk-through meeting. Please bring checks only. NIB-5. Location, Description of Work and Contractor s Responsibility. The work to be constructed under Bid Schedule is located at the District s existing Perris Water Filtration Plant Reject Recovery Facility, at Old Evans Road near Rider Street in Perris, Riverside County, California. The work comprises construction of a reject recovery facility to treat the reject water from the first stage membrane system. The proposed project includes a submerged membrane system in partially buried concrete membrane tanks with a sunshade canopy superstructure, a concrete equalization tank with submersible feed pumps, a preengineered building, clean-in-place system, a mono-rail crane system, a hydrochloric acid station, chemical feed pumps, associated piping and appurtenances. The Microfiltration/Ultrafiltration System Supplier (MFSS) will be responsible for furnishing the complete second stage Microfiltration/Ultrafiltration (MF/UF) membrane system and for coordination, proper sizing, and performance of all system components, except as specifically noted otherwise herein. The MFSS shall also provide submittals, inspection, start-up testing, commissioning, training, performance testing, technical manuals and warranties as required herein. NIB-2

3 The Contractor is responsible for the installation of the entire second stage MF/UF membrane system, including equalization tank, membrane system ancillary equipment, interconnecting piping between ancillary equipment and membrane trains. Contractor shall install all interconnecting wiring and conduit, controls and instrumentation between ancillary equipment and membrane trains. All equipment valves, appurtenances, and piping not specifically indicated to be provided by the MFSS necessary for a complete and operable system as described and indicated in these Contract Documents shall be provided by the Contractor. NIB-6. Mandatory Pre-Bid Walk-Through will be conducted on TUESDAY, JULY 10, 2012 at 9:00 a.m., meeting at the main entrance to the District s existing Perris Water Filtration Plant facility in Perris, CA. Please refer to map and directions attached hereto for directions (Thomas Guide 868-A1) or call , ext Please arrive promptly. For your safety, attendees shall bring hard hats, safety vests, and wear close-toed shoes if construction is present. All bidders must have an employee of their firm sign-in and attend the mandatory pre-bid walk-through meeting. Failure to do so shall deem your bid non-responsive. QUESTIONS: All questions must be submitted in writing by 5:00 p.m. on MONDAY, JULY 16, 2012 to Mr. Jeff Allred c/o Penny McElvain, allredjeff@emwd.org and mcelvaip@emwd.org. FAX: No questions will be received after this time. NIB-6. Contract Bonds. All bonds shall be executed by admitted surety insurers, as defined in Code of Civil Procedure section Each proposal must be accompanied by a certified check or satisfactory surety bond (by utilizing the District s Bid Bond form BD-1) for not less than 10% of the bidder's total contract price as a guarantee that the bidder shall, within fifteen (15) days after the mailing of a notice of acceptance of bid by the District to the bidder, enter into the written contract supplied by the District. The District shall return the bid bond, upon request. The Contractor shall furnish a faithful performance bond in an amount equal to 100% of the amount of the contract and a labor payment bond in an amount equal to 100% of the contract amount. Pursuant to Section (a) of the Code of Civil Procedure, the Contractor shall submit the following documents with the performance and payment bonds: (1) The original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument entitling or authorizing the person who executed the bond to do so; (2) A certified copy of the certificate of authority of the insurer issued by the State of California s Insurance Commissioner; and (3) Copies of the insurer's most recent annual and quarterly statements filed with the Department of Insurance. NO PAYMENT SHALL BE MADE UNTIL THE BONDS ARE APPROVED BY THE DISTRICT NIB-3

4 NIB-7. Safety. Safety of all activities in connection with the work is of paramount and overriding importance to the District. The District is recognized by the California Occupational Safety and Health Administration (Cal OSHA) as an active participant in the California Voluntary Protection Program (Cal VPP). The District is designated a Cal STAR site due to our high-level commitment to safety. Bidders on this project will be required to comply with and meet all applicable Cal OSHA requirements of Title 8 of the California Code of Regulations, including their current Injury and Illness Prevention Plan, T8 CCR Section A safety conference shall be scheduled prior to the preconstruction conference to review the experience modification rating, the respective safety requirements, and to discuss implementation of all health and safety provisions related to this project. A safety conference shall be scheduled prior to the preconstruction conference to review the respective safety requirements and to discuss implementation of all health and safety provisions related to this project. NIB-8. Contract Time. No bid or bid security may be withdrawn for sixty (60) calendar days after the date bids are received. The successful bidder shall, within fifteen (15) calendar days after the District mails a notice of acceptance of bid, return the signed agreement and bonds, and attend the pre-construction conference at the District office. The contract period shall commence fifteen (15) calendar days from the date of the Notice-of-Acceptance-of-Proposal. The Contractor shall complete all work, including testing, within Four Hundred and Twenty Five (425) calendar days. NIB-9. Contractor Classification. Bidders on this work will be required to be licensed by the State of California as Classification A - General Engineering Contractor at the time of the bid and at the time of award as such license is defined in Section 7056 and/or Section 7058 of the Business and Professional Code and Section 732 of the California Administrative Code. NIB-10. Federal External Funding Terms & Conditions. This project is subject to funding requirements under Cooperative agreement no. R10AP35285 between the United States Department of Interior Bureau of Reclamation and Eastern Municipal Water District, a copy of which is made a part of this specification in Appendix C. General Contractors shall comply with all requirements of the Cooperative agreement and imposed upon by the Bureau of Reclamation, whether or not such requirements are expressly delineated in the Contract Documents and Specifications. General Contractors shall special notice of the following: Section 3. Procurement Standards (43 CFR 12.76). (e). Contracting with Small and Minority Firms and Women s Business Enterprises. Bidders and their subcontractors shall take all necessary affirmative steps to assure that Disadvantaged Business Enterprises (DBE s, which include minority firms, and women's business enterprises) are used when possible. NIB-4

5 Bidders shall follow all applicable federal requirements and laws pertaining to contracting with minority firms, women s business enterprises, and labor surplus area firms, and utilize the instructions and forms found in Appendix B of the specifications. Bidders shall submit Form D DBE (Selected Minority and Women- Business Owned Enterprises at the time of bid to be considered a responsive bidder. Bidders must use the services and assistance of the Small Business Administration ( and the Minority Business Development Agency of the Department of Commerce ( and provide documentation that the local SBA and MBDA offices or web sites were notified of the bid opportunity at least ten (10) calendar days prior to bid opening and solicitation to DBE/MBE/WBE subcontractors at least five (5) calendar days prior to the bid opening. Documentation must not only include the efforts to contact the information sources and list the contract opportunity, but also the solicitation and response to the bid request. The apparent 3 low bidders must submit documentation showing that, prior to bid opening, all necessary affirmative efforts were made. The documentation (1 complete set) must be received by EMWD within 5* calendar days following the bid opening. Failure to do so may deem your bid non-responsive. All other bidders to be prepared to submit the documentation if requested by the District. * If day falls on a weekend, use next business day. (h) Bonding Requirements. (i) Contract Provisions (1) through (13) excluding item (5) Compliance with Davis- Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5). Davis-Bacon prevailing wage is not applicable to this project. Section 10. Debarment and Suspension (2 CFR Part 1400). The Department of the Interior regulations at 2 CFR Part 1400 Nonprocurement Debarment and Suspension (Non-procurement), which adopt the common rule for the government-wide system of debarment and suspension for non-procurement activities, are hereby incorporated by reference and made a part of this Agreement. By entering into this Agreement with the District, Contractor hereby certifies that they are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transitions by any federal department or agency. Section 11. Drug Free Workplace (43 CFR 43) The Department of the Interior regulations at 43 CFR 43 Governmentwide Requirements for Drug-Free Workplace (Financial Assistance), which adopt the portion of the Drug-Free Workplace Act of 1988 (41 U.S.C. 701 et seq, as amended) applicable to grants and cooperative Agreements, are hereby incorporated by reference and made a part of this Agreement. By entering into this grant or cooperative Agreement with the Bureau of Reclamation, the Recipient agrees to comply with 43 CFR 43, Subpart B, if the NIB-5

6 Recipient is not an individual, or with 43 CFR 43, Subpart C, if the Recipient is an individual. These regulations are available at In addition to the provisions specified above, the following sections apply: Section 8: Enforcement (43 CFR 12.83) Section 9: Termination for Convenience (43 CFR 12.84) Section 12: Assurances and Certifications Incorporated by Reference Section 14: Trafficking Victims Protection (2 CFR ) NIB-11. Central Contractor Registration and Dun & Bradstreet Number. Bidders must maintain current registrations in the Central Contractor Registration ( A Dun and Bradstreet Data Universal Numbering System (DUNS) Number ( is one of the requirements for registration in the Central Contractor Registration. Bidders shall complete page C-03.1 CCR & DUNS Number form and provide their CCR registration information and DUNS number with their bid. Failure to do so shall deem your bid non-responsive. NIB-12. Non-Discrimination. Bidders on this work will be required to comply with the provisions of the California Labor Code and with the President's Executive Order No and supplements thereto. The requirements for bidders and contractors under this order are explained in the specifications. NIB-13. Minimum Wages. This project is subject to the State of California General Prevailing Wage determinations. In accordance with the provisions of the California Labor Code, the Director of Industrial Relations has ascertained the general prevailing rates of wages and the general prevailing rates for legal holiday and overtime work in Riverside County (refer to Section F-General Conditions). Copies of said rates are on file at the office of the District, which copies shall be made available for review to any interested party on request. The successful bidder shall post a copy of such determinations at the jobsite. BI-10. Public Works Requirements California Administrative Code, Title 8, Group 3, Section apply, which are/include: A. all applicable requirements of sections 1771, 1774, 1775, 1813, and B. the appropriate number of apprentices are on the job site, as set forth in Labor Code Section C. workers' compensation coverage, set forth in Labor Code Sections 1860 and D. to keep accurate records of the work performed on the public works project, as set forth in Labor Code Section E. inspection of payroll records pursuant to Labor Code Section 1776, and as set forth in Section (e) of these regulations. F. and other requirements imposed by law. NIB-16. Substitution of Securities. Substitution of securities shall be permitted for any monies withheld to ensure contract performance, in accordance with the provisions of law and Section F-General Conditions of the contract specifications. NIB-6

7

8 [PAGE LEFT INTENTIONALLY BLANK] NIB-8

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO. 38 2017 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received and timestamped

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I 2018 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

LIST OF PREQUALIFIED GENERAL CONTRACTORS ELIGIBLE TO BID

LIST OF PREQUALIFIED GENERAL CONTRACTORS ELIGIBLE TO BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1322 AQUASEL BRINE CONCENTRATION DEMONSTRATION 2017 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK 2016 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this

More information

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1241P NORTH TRUMBLE RECYCLED WATER PONDS EXPANSION PROJECT NOTICE INVITING BID

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1241P NORTH TRUMBLE RECYCLED WATER PONDS EXPANSION PROJECT NOTICE INVITING BID EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1241P NORTH TRUMBLE RECYCLED WATER PONDS EXPANSION PROJECT NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be

More information

Chapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist

Chapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist PROJECT INFORMATION Key number: ODOT Region: Local Agency: Project title: (Project title on plan cover sheet MUST MATCH the title used within the special provisions) Federal Aid # IGA# Local Agency Information:

More information

SECTION NOTICE INVITING BIDS

SECTION NOTICE INVITING BIDS SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

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

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049 Project Name: 2018 Airfield Improvements INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No. 3-53-0051-048/049 Bid Date: Tuesday, April 10, 2018, at 3:00pm Local Time

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

More information

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

SECTION A NOTICE INVITING SEALED BIDS

SECTION A NOTICE INVITING SEALED BIDS SECTION A NOTICE INVITING SEALED BIDS SECTION A CITY OF TUSTIN, CALIFORNIA NOTICE INVITING SEALED BIDS FOR THE MOFFETT DRIVE EXTENSION BRIDGE AND ROADWAY CONSTRUCTION PROJECT CIP NO. 70224 NOTICE IS HEREBY

More information

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. 20043 IN THE CITY OF TUSTIN 300 CENTENNIAL WAY TUSTIN, CALIFORNIA 92780

More information

NOTICE OF INVITATION FOR BID

NOTICE OF INVITATION FOR BID NOTICE OF INVITATION FOR BID TIGER MISSOURI CORRIDOR - INDEPENDENCE US 24 Highway & Brookside and Truman Rd at N. Osage & E. Winner Rd Bid #12-5005-39T The Kansas City Area Transportation Authority (KCATA)

More information

IRVINE UNIFIED SCHOOL DISTRICT Orange County, California

IRVINE UNIFIED SCHOOL DISTRICT Orange County, California Orange County, California PURCHASE OF DSA DESIGN BUILD MODULAR CLASSROOM BUILDINGS FOR CANYON VIEW ELEMENTARY SCHOOL BID NO. 2016/17-4FA BID OPENING: JUNE 22, 2017 at 11:00 A.M. Contact: Jo Ann Perez-Cisneros

More information

Housing Authority of the County of San Joaquin

Housing Authority of the County of San Joaquin Housing Authority of the County of San Joaquin Scope of Work For Invitation for Bid No.1011-027: Water System Rehabilitation Project, Harney Lane Migrant Center Introduction: The Housing Authority of the

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: )

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: ) 200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-federal funds. The

More information

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL COUNTY OF COLUSA REQUEST FOR BIDS FOR: COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL DUE DATE: June 1, 2016 at 2:00 p.m. REQUEST FOR BIDS DESCRIPTION OF PROJECT: Colusa County is requesting bids (RFB)

More information

Randolph County Schools. Renovations to Third Ward Elementary School

Randolph County Schools. Renovations to Third Ward Elementary School Randolph County Schools Pre-Bid Meeting Notes August 8, 2011; 11:00 a.m. Third Ward Elementary School, 111 Nathan St., Elkins, WV, 26241 This meeting was mandatory for General Contractors, optional for

More information

NOTICE TO CONTRACTORS

NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that the Board of Supervisors of the County of San Mateo, State of California, will receive sealed bids for the construction contracts titled Job Order Contracts

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN, that Sealed bids will be received at the office of the County Manager/Clerk of the Board of Supervisors, Hall of Justice

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS SILICON VALLEY BERRYESSA EXTENSION PROJECT C740 (13002F) REQUEST FOR PRE-QUALIFICATION OF BIDDERS Milpitas Station Surface Parking and Roadway Issued September 25, 2014 REQUEST FOR PRE-QUALIFICATION OF

More information

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS Hollister School District will be soliciting bids for reconstruction and new construction on Measure M Bond Projects.

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

PROJECT MANUAL. Bid Number: B

PROJECT MANUAL. Bid Number: B PROJECT MANUAL PROJECT NUMBER: F35-052-009 Bid Number: B-37-16-17 Realignment Remove Fuel Station and VOLUME 1 May 4, 2017 TITLE PAGE DOCUMENT 00 01 01-1 Bid #: B-37-16-17 Adopted: 01/19/2017 DOCUMENT

More information

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

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

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

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

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

PROJECT #7016 UNDERGROUND STORAGE TANK REPLACEMENT FREMONT HALL OF JUSTICE PASEO PADRE PARKWAY FREMONT, CALIFORNIA

PROJECT #7016 UNDERGROUND STORAGE TANK REPLACEMENT FREMONT HALL OF JUSTICE PASEO PADRE PARKWAY FREMONT, CALIFORNIA PROJECT #7016 UNDERGROUND STORAGE TANK REPLACEMENT FREMONT HALL OF JUSTICE 39439 PASEO PADRE PARKWAY FREMONT, CALIFORNIA ADDENDUM NO. 1 DATE: JUNE 8, 2007 Issued by the General Services Agency, Technical

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

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

More information

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

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

More information

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

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

More information

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding

More information

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District ADDENDUM NO. 1 Date: March 7, 2018 Accessible Ramp at Saddleback College Bid. 2071 South Orange County Community College District General-All project documents including contract documents, drawings, and

More information

APPENDIX 15 LABOR CODE REQUIREMENTS

APPENDIX 15 LABOR CODE REQUIREMENTS APPENDIX 15 LABOR CODE REQUIREMENTS A. Worker s Compensation Developer shall comply with the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

ADVERTISEMENT FOR BIDS WASTEWATER TREATMENT PLANT IMPROVEMENTS HUMBOLDT, TENNESSEE

ADVERTISEMENT FOR BIDS WASTEWATER TREATMENT PLANT IMPROVEMENTS HUMBOLDT, TENNESSEE WASTEWATER TREATMENT PLANT IMPROVEMENTS HUMBOLDT, TENNESSEE Sealed BIDS for the construction of Wastewater Treatment Plant Improvements for Humboldt Utilities, will be received at 207 S. 13th Avenue, Humboldt,

More information

GENERAL ENGINEERING JOB ORDER CONTRACT

GENERAL ENGINEERING JOB ORDER CONTRACT BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA N O T I C E T O B I D D E R S Sealed proposals will be received at the Fresno County Department of Public Works and Planning (Department), Office

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

PREQUALIFICATION QUESTIONAIRE

PREQUALIFICATION QUESTIONAIRE CITY HALL FIRST FLOOR COMMUNITY DEVELOPMENT REMODEL PREQUALIFICATION QUESTIONAIRE PROJECT DESCRIPTION Beverly Hills Community Development Facility was last remodeled in 2007, and contains approximately

More information

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop. ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership Sole Prop. Contact Person: Address: Phone: Fax: If Firm is a sole

More information

City of Columbus, Ohio

City of Columbus, Ohio City of Columbus, Ohio THIS IS NOT AN ORDER Solicitation - 90 2014 SA005634 Respond before: Bid Contact : 11/13/2014 1:00 pm Steve Lewie Dept of Finance\Construction Management 90 W.Broad St. Columbus

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

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

11. Payments. 5. Compliance Verification

11. Payments. 5. Compliance Verification clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives

More information

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

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

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/16/2013 Project 130251 Addendum No. 5 PID No. 80695 LUC IR 475

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

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

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

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

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

UNIVERSITY OF CALIFORNIA, SAN DIEGO

UNIVERSITY OF CALIFORNIA, SAN DIEGO / BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ OFFICE OF THE AS SOCIA TE VICE CHANCELLOR CAPITAL PROGRAM MANAGEMENT TEL: (858) 534-2177 FAX: (858)

More information

BHP Project IFB #

BHP Project IFB # BOULDER HOUSING PARTNERS INVITATION FOR BIDS Capital Improvement Program BHP Arapahoe East Apartments Exterior Envelope Renovation including Siding Replacement, Window and Trim Replacement, Stair Tower

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

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

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET In accordance with California Public Contract Code section 20111.6, all prime or general contractors and mechanical, electrical and plumbing

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

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

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy This purchasing (also known as procurement ) policy was developed to comply with Title 2, Subtitle

More information

Comparison of Federal Uniform Guidance and State Procurement Requirements For North Carolina Local Governments

Comparison of Federal Uniform Guidance and State Procurement Requirements For North Carolina Local Governments This document compares procurement and contracting requirements for local governments under the federal Uniform Guidance (UG) requirements and that under North Carolina state law. Because this document

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

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213 November 21, 2018 Attention General Contractors: is hosting a NON-MANDATORY Pre-Bid Conference on Thursday, November 29, 2018, at 10:30 am. The District is inviting your company to attend this non-mandatory

More information

Specification Standards for University of Washington Section

Specification Standards for University of Washington Section Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Request for Qualifications (RFQ) Air Cargo Facility Phase I

Request for Qualifications (RFQ) Air Cargo Facility Phase I Request for Qualifications (RFQ) Air Cargo Facility Phase I Birmingham Airport Authority January 2019 I. Introduction A. Project Description The Birmingham Airport Authority (BAA) is seeking a qualified

More information

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly. HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT & CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408-2841 (909) 890-0644 FAX (909) 890-2349 INVITATION FOR BIDS Project Number:

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE PART B. 2019 QUESTIONNAIRE PREQUALIFICATION FOR GENERAL CONTRACTORS AND MECHANICAL, ELECTRICAL AND PLUMBING SUBCONTRACTORS CONTACT INFORMATION Firm Name: Check One: (As it appears on license) Corporation

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid*

PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid* PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid* SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES NOTICE TO BIDDERS: The attached Proposal sheets, when

More information

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

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

More information

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355 SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION 24930 AVENUE STANFORD SANTA CLARITA, CA 91355 REQUEST FOR PROPOSALS Emblem Security System Electronic Door Locks Project The Saugus Union

More information

Renville County Purchasing Procedures (Procurement Policy)

Renville County Purchasing Procedures (Procurement Policy) Renville County Purchasing Procedures (Procurement Policy) Board approved 11-15-2016 1 RENVILLE COUNTY PURCHASING PROCEDURES I. Purchasing/Procurement Approval Requirements All employees authorized to

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

UNITED STATES DEPARTMENT OF AGRICULTURE Rural Utilities Service RUS BULLETIN

UNITED STATES DEPARTMENT OF AGRICULTURE Rural Utilities Service RUS BULLETIN UNITED STATES DEPARTMENT OF AGRICULTURE Rural Utilities Service RUS BULLETIN 1780-26 SUBJECT: Guidance for the Use of Engineers Joint Contract Documents Committee (EJCDC) Documents on Water and Waste Disposal

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

CONTRA COSTA COMMUNITY COLLEGE DISTRICT 500 Court St, Martinez, CA CONTRACTOR INFORMATION

CONTRA COSTA COMMUNITY COLLEGE DISTRICT 500 Court St, Martinez, CA CONTRACTOR INFORMATION 500 Court St, Martinez, CA 94553 CONTRACTOR PREQUALIFICATION APPLICATION FORM (CUPCCAA, PCC 22000) INFORMAL BIDDING PROCEDURES (PCC 22030) CONTRACTOR INFORMATION Firm / Company Name: (as it appears on

More information