ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016

Size: px
Start display at page:

Download "ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016"

Transcription

1 ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016 This addendum is issued as part of the Bidding Documents for the above described project. The changes incorporated in this addendum shall be considered as a part of the documents and shall supersede, amend, add to, clarify, or subtract from those conditions shown in the original documents. The bidder shall take care to coordinate modifications herein with all trades and disciplines related to the work. The Bidder shall acknowledge receipt of this addendum on the Bid Form by addendum number and date. Failure to do so may subject Bidder to disqualification. SENT VIA HIGHTAIL 10 PAGES TOTAL (including attachments, excluding plans & drawings) (NAME OF YOUR COMPANY) NOTE: PLEASE SIGN AND RETURN THIS FIRST SHEET ONLY VIA OR FAX to KAREN PAPPAS. KPAPPAS@PORTCANAVERAL.COM or (321) Fax THIS VERIFIES THAT YOU HAVE RECEIVED THE ADDENDUM. GENERAL 1. THE STEP 2 PROPOSAL SUBMISSION DATE REMAINS AS MONDAY, MARCH 14, 2016 at 2:00 PM (EDT). SPECIFICATIONS 1. REPLACE Section , PROPOSAL FOR GUARENTEED MAXIMUM PRICE CONTRACT in its entirety with the new section enclosed. 2. REPLACE Section , ALLOWANCES in its entirety with the new section enclosed. DRAWINGS 1. The following 70% Plans and Specifications are being provided with this addendum via Hightail FTP link: 70% Plans and Specifications Files 01- ARCHITECTURAL STRUCTURAL MECHANICAL ELECTRICAL OLUMBING FIRE SAFETY TELECOM CIVIL PACKAGE CT10 Vol 1 Specs ADDENDUM 5/PAGE 1 OF 2

2 CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT PUR-RFP CT10 Vol 2 Specs STRUCTURAL SHELL EAST STRUCTURAL SHELL WEST % CAD Drawings Files A Ground Floor plan A Second Floor plan A Roof Plan QUESTIONS AND RESPONSES: None END OF ADDENDUM #5 Issued via Hightail by authority of the Canaveral Port Authority ADDENDUM 5/PAGE 2 OF 2

3 SECTION ALLOWANCES PART 1 - GENERAL 1.01 REQUIREMENTS A. The CM shall provide Allowances in the sum of the GMP, in the amounts shown below in the Schedule of Allowances for the performance of the task in accordance with Article 10.2 in the General Conditions. B. Comply with all requirements of the contract drawings and specifications while performing tasks covered by Allowances. C. For Item A in the Schedule of Allowances, a set of design documents shall be issued to the Contractor during the contract. The documents shall be utilized to obtain a minimum of three (3) competitive bids from qualified Subcontractors. The bids shall be reviewed with the Owner and the Owner will make the selection of a Subcontractor. D. The below allowance(s) shall be included as a separate line item(s) at the bottom of the Schedule of Values SCHEDULE OF ALLOWANCES A. Misc. Allowance, determined by Owner, (see Proposal Form). B. Furnishings and Equipment Allowance, (see Proposal Form). This Allowance shall include the items as listed below. Contractor Base Bid price shall include all costs related to purchasing, shipping, delivery, installation, commissioning and warranty. Allowance cost shall cover equipment, materials, labor and installation cost as well as ancillary accessories unless noted otherwise below. 1. Camera System Cameras throughout the entire project including fixed cameras and pan-tilt zoom cameras, head end systems DVRs, power and data wiring and data feeds shall be provided with this portion of the allowance. Contractor shall provide all elements inclusive of power and comm. wire and conduit, software and integration, connection to Base Bid duress system, connection to the Base Bid fire alarm to ensure a complete and operable system as part of this allowance. 2. LCD Screens LCD monitors with speakers, A/V controller systems, PC Network controller, computer network software, power and data wiring and data feeds shall be provided with this portion of the allowance to provide an LCD systems that presents full audio/ visual and graphical display REVISED ADDENDUM 5

4 throughout the Terminal. Contractor shall provide all elements inclusive of power and comm. wire and conduit to ensure a complete and operable system. 3. Furnishings Includes trash cans, ash trays, benches, stanchions, banners, tables, chairs, desks, bookshelves, potted plants with trees, storage room shelving and other furnishings indoor and outdoor as required by the Owner for project facility. 4. Sound Control System Controller Includes the head end component that provides the sound, music and digital audio to the Base Bid PA system and controller. 5. Security and CBP Equipment Includes baggage scanners, X-ray Scanners, Passenger Scanners, and other security related equipment. Conduit Power and Data shall be provided as part of the Base Bid. Certain CBP furniture and equipment may be purchased directly by CBP and price amount will be deducted from the FF&E Allowance. 6. Interior/Exterior Way-finding Signage: Includes Signage providing direction to passengers within and between the Parking Garage and Terminal Building such as: a. Parking Garage - Signage Allowance for directing vehicles and passengers To Parking, Exit signage, and directing pedestrians To Terminal/Ship. Room Name and Number signs and life safety / support signs shall be part of the Base Bid. b. Terminal Building - Signage Allowance for directing passengers / users To/Baggage Claim, To Embark, To US Customs & Border Protection, Check-In, and other directional signage. Exterior Building name signs, Room Name and Number signs and life safety / support signs shall be part of the Base Bid. c. Exterior Site Signage directing passengers to Bus drop-off, P.O.V. drop-off, to Exit, etc. that are not standard road and highway safety signs (stop, yield, etc). Standard Road and Highway Safety signs shall be part of the Base Bid. 7. CBP: General Signage as required by CBP, according to CBP Design Standard; Match size, style, and color of other terminal signage where possible and permitted by CBP regulations Room Name and Number signs and life safety / support signs shall be part of the Base Bid. After the Award of the Base Contract the Owner will meet with Contractor to discuss equipment needs for the above referenced items. Contractor shall prepare and submit representative manufacturer s product cut sheets, specifications/supplemental drawings and wiring layouts (if applicable) included REVISED ADDENDUM 5

5 with their pricing review and approval by the Owner. If approved for all elements, Contractor will be provided a Notice to Proceed and have a Change Order applied toward the allowance to address the work. IT Rooms/Structured Cabling/CCTV/Access Control $ 1,100, Digital Signage/Entertainment System/PA $ 875, Telecom/Fiber $ 30, Bi-Direction Antenna (Code Requirement) $ 25, Network Allowance (Switches, WAPs, Patch Cords) $ 200, IT ALLOWANCE $ 2,230, FF&E ALLOWANCE $ 1,250, GRAND TOTAL ALLOWANCE $ 3,480, END OF SECTION REVISED ADDENDUM 5

6 PROPOSAL FOR GUARANTEED MAXIMUM PRICE CONTRACT This is a proposal by: (Proposer s Name) _ to furnish all materials, equipment and labor and to perform all Work in accordance with the Contract Documents (RFP) for: Cruise Terminal 10 CM at Risk Renovation Project for Canaveral Port Authority at Port Canaveral, Florida. To: Mailing/Shipping Address: Karen Pappas, Director, Purchasing & Policies Canaveral Port Authority Purchasing Department 445 Challenger Rd., Suite 301 Cape Canaveral, Florida To whom it may concern: The undersigned Proposer has carefully examined all Proposal Documents (RFP - Steps 1 and 2) and the site of the proposed Work and is familiar with the nature and extent of the Work and any and all local conditions that may in any manner adversely affect the Work to be done. The undersigned agrees to provide all the Work and furnish all materials and professional services required by the Project Manual, in the manner prescribed therein and to the standards of quality and performance established by the Project Manual for the lump sum price or the unit prices stated in the spaces herein provided, for each of the items or combination of items stipulated. It is understood that any quantities shown in this form are approximate only, subject to increase or decrease. The Proposal contained herein includes all sales tax and bond fees on all items in accordance with the General Conditions, Special Conditions and Development hereto. Accompanying this Proposal is a certified or cashier's check or a Bid Bond in the amount of $ (not less than 5% of the bid) made payable to the Canaveral Port Authority which is to be forfeited as liquidated damages, if, in the event this Proposal is accepted, and the undersigned fails to execute the agreement and furnish and pay for satisfactory Public Construction Bond under the conditions and within the time specified in the Proposal; otherwise said certified or cashier's check or Bid Bond is to be returned to the undersigned. The physical address for the project is 9245 Charles Rowland Blvd., Cape Canaveral, Florida The project is located in Section 10, Township 24S, Range 37E REVISED ADDENDUM 5

7 The undersigned agrees that within 5 days from the date of acceptance of this Proposal, to execute the agreement and furnish the Owner satisfactory Public Construction Bond, in the full amount of the Contract Guaranteed Maximum Price, guaranteeing the faithful performance of the Work and payment of bills. Prior to executing the Contract, the Proposer selected shall provide the following: 1. Public Construction Bond as indicated above. 2. A list of all the Subcontractors and a copy of their licenses. 3. Certificates of Insurance as described herein for the Construction Manager and the Subcontractors. The Work shall be Substantially Complete and completed and ready for Final Payment on or before the dates stated: Work Substantially Complete Final Payment. Cruise Terminal 10 October 7, days from Final Certification of Completion Liquidated Damages: Owner and Construction Manager (Proposer) recognize that time is of the essence of this Contract and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph above plus change of contract times thereof allowed in accordance with Article 11 of the General Conditions. The Parties also recognize the delays, expense and difficulties involved in proving, in a legal proceeding, the actual loss suffered by Owner if Work is not completed as stated. Accordingly, instead of requiring any such proof, Owner and Proposer agree that as Liquidated Damages for delay (but not as a penalty) Proposer shall pay Owner $10,000 for each calendar day that expires after the substantial completion date stated above until calendar day 31 when the damages will increase to $20,000 for each calendar day thereafter that the work is not substantially complete. Proposer agrees that this Proposal shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. If by May 19, 2016, the Notice to Proceed is not given due to delays caused by the Owner, then the above completion dates shall be extended an amount of time equal to the delay between May 19, 2016, and the Notice-to-Proceed at no additional cost to the Owner. Proposer agrees that completion dates shall not be extended for delays in giving the Notice to Proceed caused by the Proposer. Proposer agrees to expedite the delivery of and properly complete the data and forms above to assist in prompt delivery of a Notice to Proceed by Owner. Proposer agrees to schedule his work to not interfere with Port Operations or adjacent construction. Proposer agrees that Port Operations or adjacent construction activities will not be a basis for work delays, damages, or change orders REVISED ADDENDUM 5

8 PROPOSAL FORM (Page 1 of 3) Notes: All blank spaces shall be filled out correctly. This form is to be submitted in duplicate. I. Proposer Information Proposal of (Proposer s Name) _ (Proposer s Address) existing under the laws of the State of, doing business as a * to furnish all materials, equipment and labor and to perform all Work in accordance with the Contract Documents for: Cruise Terminal 10 CM at Risk Renovation Project Names and business addresses of individuals, partners, firm members, or corporate officers: Individual/President Partner/Secretary Name: Name: _ Address: Address: _ Partner/Treasurer Partner Name: Name: _ Address: Address: _ Note: Anyone signing the proposal, as an Agent, shall include with the proposal legal evidence of his or her authority to do so. _ II. This is to certify that the undersigned Proposer will comply with all safety laws; including the Trench Safety Act of the State of Florida and that the cost of compliance is as follows: Lineal feet of $/FT = $ Total Shoring square $/SQFT = $ Total The above costs are not to be considered as a bid item; rather they are included in the guaranteed maximum price(s) of the Contract. (Please NOTE: the prices above are not to be stated as the TOTAL cost of trenching, but rather it is the cost of compliance with the Trench Safety Act of the State of Florida.) * Individual, partnership, or corporation REVISED ADDENDUM 5

9 PROPOSAL BID FORM (Page 2 of 3) III. Owner Direct Purchase Orders THE PROPOSAL INCLUDES ALL MATERIALS, EQUIPMENT, CONTINGENCY FUND AND LABOR TO PERFORM ALL WORK IN ACCORDANCE WITH THE PROPOSAL (RFP) DOCUMENTS INCLUDING SALES TAX AND BOND FOR A GUARANTEED MAXIMUM PRICE. Per the General Conditions, certain materials may be paid for by the Port Authority and will be subtracted from the Contract Amount by deductive Change Orders. IV. Guaranteed Maximum Price including Contingency Base Bid Base Bid Item 1 Cruise Terminal 10 Renovation (including allowances and insurance): Base Bid Item 2 Project Contingency as defined in Section : Dollars ($ ) Guaranteed Maximum Price Two Million Dollars ($2,000, ) Sum of Base Bid Items 1 and 2: Dollars ($ ) Guaranteed Maximum Price The above total includes the cost of complying with all safety laws as identified in Paragraph II of this proposal as well as all design and professional services. Any element not discussed or listed in the Allowances description in Section shall be considered part of the Base Bid and included in the Construction Manager s Base Bid Price. V. Alternate Bid Item Provide work of Alternates if awarded by Owner and as further defined in Section Alternates for the following items. These items are Additive or Deductive. Please indicate. Alternate A1 Voluntary Alternate Pricing: Dollars ($ ). Select One: ADD or DEDUCT REVISED ADDENDUM 5

10 PROPOSAL BID FORM (Page 3 of 3) The above total includes the cost of complying with all safety laws as identified in paragraph II of this proposal. VI. Addenda Proposer acknowledges receipt of addenda No s. VII. Proposed By and Attested To By This day of, Proposer Address: CORP SEAL By: Attested to by Secretary _ IX. Required Attachments 1. Items Listed in Instructions to Proposers 2. Proof of Agent s Authority 3. Additional Principals not listed in Section I REVISED ADDENDUM 5

BID FORM. PROJECT: 2017 Water line replacement

BID FORM. PROJECT: 2017 Water line replacement Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,

More information

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

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

More information

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252 ADDENDUM NO. 1 BID# AVC2016/2017-10 Project #16-252 Antelope Valley Community College District Lancaster, CA November 15, 2016 Ledesma & Meyer Construction Co., Inc. 9441 Haven Avenue Rancho Cucamonga,

More information

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA ADDENDUM NO. 1 Invitation to Bid (ITB) 5517-2018 Asphalt or Site Contractor for Leon County Schools Technology Center Parking Lot Milling and Resurfacing Project SCHOOL BOARD OF LEON COUNTY, FLORIDA ITEM

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

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

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

More information

Proposal Response Date: March 18, 2019, at 1:00p.m.

Proposal Response Date: March 18, 2019, at 1:00p.m. CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response

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

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT # Facility Services Planning, Design and Construction 928.523.4227 PO Box 5637 928.523.9441 fax Flagstaff, AZ 86011 www.nau.edu/fs Condensate Line Replacement Near Reilly Hall NAU PROJECT # 10.010.168 April

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

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

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

More information

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

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

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

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

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

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 13, 2017 PROJECT Staff Desktop Computers PROJECT DESCRIPTION Ninety (90) new computers, monitors and related equipment. BID RECEIVING Date: February 27,

More information

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions Sam Lin Manager Project Development Unit 1402 Maple Street March 12, 2018 Redwood City, CA 94063 650-369-4766 slin@smcgov.org Addendum #02 CMR Services Responses to RFP Questions To All Respondents, Please

More information

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

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

More information

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

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

More information

St. Charles City County Library District

St. Charles City County Library District St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February

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

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

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

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

More information

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

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

Request for Bid/Proposal

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

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

INVITATION TO BID # 465

INVITATION TO BID # 465 INVITATION TO BID # 465 Luzerne County Community College wishes to solicit bids for the work listed below. Bids must be received in the College's Purchasing Department (Building #5, Room 513) by Noon on

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

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

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

More information

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

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS SECTION 00 11 13 NOTICE TO BIDDERS 1.01 FROM: THE BOARD OF SCHOOL TRUSTEES (HEREINAFTER REFERRED TO AS OWNER): A. Monroe County Community School Corporation B. 315 E. North Drive C. Bloomington, IN 47401

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

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

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226 October 11, 2018 Attention Glass/Glazing & General Contractors: Wayne County Community College District is hosting a NON-MANDATORY Pre-Bid Conference on Wednesday, October 17, 2018, at 10:00 am. The District

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

Document A701 TM. Instructions to Bidders

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

More information

INFORMATION FOR BIDDERS

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

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: March 2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery

More information

Ohio Department of Transportation

Ohio Department of Transportation Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 Ted Strickland, Governor Jolene M. Molitoris, Director THE DEPARTMENT UTILIZES BID EXPRESS (http://www.bidx.com)

More information

The Firemen s Association of the State of New York

The Firemen s Association of the State of New York Request for Proposal (RFP) The Firemen s Association of the State of New York Seeking Proposal for: New Multipurpose Building & Administration Building Demolition Table of Contents Section I Section II

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

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

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

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

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

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

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

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

More information

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

TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING

TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-11-H-15

More information

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

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

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

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

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

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

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

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-04 Pest Control THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1. INTRODUCTION

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

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals Solar/ Renewable Energy - Alternative Power Source Richmond, NH Cheshire County Sheriff s Office Request for Proposals The County of Cheshire (Sheriff s Office) is requesting a Letter of Intent, followed

More information

April 15, 2013 PEST CONTROL BID Page 1 of 13

April 15, 2013 PEST CONTROL BID Page 1 of 13 INVITATION TO BID PEST CONTROL SERVICES The Ware County Board of Commissioners is seeking bids from Contractors to provide Pest Control services for all the county buildings listed in the bid package.

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17 FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO. 21-16/17 FLORENCE COUNTY EMERGENCY OPERATIONS CENTER & E911 FACILITY AUDIO/VIDEO DISTRIBUTION & CONTROL SYSTEMS SUBMISSION DEADLINE: Thursday, April

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

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

FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: September 13, 2013

FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: September 13, 2013 ADDENDUM NO. 2 FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: September 13, 2013 RE: RFP Number: Description: Districtwide Right of Way Asbestos Consulting Services. CHANGE: Removes Section

More information

Town of Manchester, Connecticut General Services Department. Request for Proposal

Town of Manchester, Connecticut General Services Department. Request for Proposal Town of Manchester, Connecticut General Services Department Request for Proposal Update to Town of Manchester Main Street Architectural Guidelines RE-BID RFP# 18/19-21 Proposals Due: September 21, 2018

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder) BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid 2018 6WD Motor Grader 2018 Boom Mower (Shredder) Deadline Date March 13, 2018 at 3:00PM (956) 831-4592

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

More information

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

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

More information

RECITALS. A. County owns and operates Port Everglades, a deepwater port and appurtenant facilities in Broward County, Florida.

RECITALS. A. County owns and operates Port Everglades, a deepwater port and appurtenant facilities in Broward County, Florida. Page 1 of 7 FIRST AMENDMENT TO AGREEMENT BETWEEN BROWARD COUNTY AND ROYAL CARIBBEAN CRUISES LTD. FOR CONSTRUCTION AGENCY SERVICES FOR CRUISE PASSENGER TERMINAL 25 IMPROVEMENTS AT PORT EVERGLADES This First

More information

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions (MARC) North Branch Canal Trail Construction Invitation to Bid Application Terms and Conditions Sealed bids for North Branch Canal Trail construction will be received by MARC at any time until Monday,

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

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

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

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. ADDENDUM No. 1 PROJECT SDARNG Renovate Main Latrines Brookings Armory, CFMO#FBR462124M BID DATE 3:00 PM CT June 2, 2017 BID LOCATION Brookings Armory 300 5 th Street South, Brookings, SD 57006 ISSUE DATE

More information

CONSTRUCTION LOGISTICS FIELD OFFICE RENOVATION. Bid Package

CONSTRUCTION LOGISTICS FIELD OFFICE RENOVATION. Bid Package CONSTRUCTION LOGISTICS FIELD OFFICE RENOVATION at Seattle-Tacoma International Airport Bid Package MC-0318312 Work Project #: U00177 ADDENDUM NO.1 Issued by: THE PORT OF SEATTLE COMMISSION TO: Port of

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

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

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon

More information

East Central College

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

More information

Florida Department of Environmental Protection

Florida Department of Environmental Protection Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Noah Valenstein

More information