SANTA CLARITA VALLEY SCHOOL FOOD SERVICES AGENCY Anza Drive, Santa Clarita, California * (661) * Fax (661)

Size: px
Start display at page:

Download "SANTA CLARITA VALLEY SCHOOL FOOD SERVICES AGENCY Anza Drive, Santa Clarita, California * (661) * Fax (661)"

Transcription

1 RFP No Central Kitchen Roof Replacement Central Kitchen, Anza Drive, Santa Clarita, CA SANTA CLARITA VALLEY SCHOOL FOOD SERVICES AGENCY - JPA Anza Drive Santa Clarita, CA (661) x103, FAX: (661) lgrumbles@scvsfsa.net Issue Date: June 25, 2015 Mandatory Job Walk: Last Date to Submit Questions: Bid Documents Due by: Bid Award Date: Wednesday, July 8, :00 AM (Job walk will commence at the Central Kitchen) Friday, July 10, 2015 (by only) Friday, July 17, :00 PM Tuesday, July 21, 2015 Governing Board Meeting Projected Start Date: On or After July 22, 2015 Projected Complete Date: September 30, 2015 Sealed Bids to be delivered to: SANTA CLARITA VALLEY SCHOOL FOOD SERVICES AGENCY - JPA Anza Drive Santa Clarita, CA Attn: Lynnelle Grumbles (661) x103, FAX: (661) lgrumbles@scvsfsa.net Please indicate the bid number and name, your company name, contact name, phone number and license number, on the outside of the sealed envelope. Faxed, ed, or late bids will not be considered. Bids received after the deadline will be returned unopened. Unsealed bids will not be accepted. It is the responsibility of the bidder to deliver the bid on time to the proper location. The Central Kitchen Office is open daily from 7:30 AM to 4:00 PM. Offices will be closed Friday July 3, 2015 in observance of the Independence Day Holiday. Questions: Forward via to Lynnelle Grumbles, lgrumbles@scvsfsa.net. Identify that you have a question on RFP No Central Kitchen Roof Replacement. Page 1 of 38

2 RFP No Central Kitchen Roof Replacement Central Kitchen, Anza Drive, Santa Clarita, CA Table of Contents for Bid Package: Cover Page Table of Contents Notice to Contractors calling for Bids Posted 06/25/2015 Notice Inviting Bids Project Description Instruction to Bidders Bid Proposal Form (Required Bid Form) Bid Bond Form (Required Security can be cash, certified or Cashier s check, in lieu of a bond.) Payment Bond Form (Required after Bid) Performance Bond Form (Required after Bid) Workers Compensation Certification (Required Bid Form) Lead-Containing Materials Certification (Required after Bid) Instructions to Contractors and Subcontractors regarding Fingerprinting of Employees (Required after Bid) Criminal Records Check Certification (Required after Bid) Non-Collusion Declaration (Required Bid Form) Drug-Free Workplace Certification (Required after Bid) Non-Asbestos Containing Materials Certification (Required after Bid) Suspension and Debarment Certification (Required after Bid) Page 2 of 38

3 To: From: Roofing Contractors Santa Clarita Valley School Food Services Agency - JPA Anza Drive, Santa Clarita, CA (661) x103 NOTICE TO CONTRACTORS CALLING FOR BIDS - publish date 6/25/2015 NOTICE IS HEREBY GIVEN that the SANTA CLARITA VALLEY SCHOOL FOOD SERVICES AGENCY - JPA of Los Angeles County, California, hereinafter referred to as the Agency, will receive Request for Proposal No for the award of a contract for: Roofing Work, Summer 2015 Site: Central Kitchen, Anza Drive, Santa Clarita, CA The Santa Clarita Valley School Food Services Agency - JPA is soliciting bids to do roofing work, per specifications following this page. This project will occur between July 22, 2015 and September 30, There will be a mandatory job walk on Wednesday, July 8, 2015, 10:00 AM at the Central Kitchen. Time will be allowed at this job walk for measuring, discussion, and questions. All Contractors need to attend to become familiar with the particulars of this bid. Bidders must sign in at the job walk to be registered for addendums, and be eligible to submit the bid. Bid Form: All bids shall be made and presented in the form furnished by the Agency. Sealed bids shall be received at the Central Kitchen Anza Drive, Santa Clarita, CA 91355, to the attention of Lynnelle Grumbles, no later than 4:00 PM on Friday, July 17, Bid security of 10% is required by law with the bid, in the form of cash, certified or cashier s check, or a bid bond, for any bid over $25,000. Facsimile (FAX) copies of this bid will not be accepted. Information: Companies interested in bidding can obtain the bid document and CUPPCAA Registration Form on the Agency website, under the Contact Us tab, Notice to Contractors. You can also contact Lynnelle Grumbles, (661) x103, or at the Agency Office: Anza Drive, Santa Clarita, CA 91355, for assistance in obtaining a bid package. Questions: Questions regarding the specifications should also be directed to Lynnelle Grumbles by to lgrumbles@scvsfsa.net or FAX, (661) , no later than Friday, July 10, Answers to all questions will be by Addendum to this bid (last potential addendum, if needed will be issued by , by 5 PM, Tuesday, July 14, 2015, to all registered bidders). The Agency reserves the right to reject any and all bids. No bidder may withdraw their bid for a period of sixty (60) days after the date set for the opening of bids. The award of this contract is subject to the availability of the appropriate funding for the fiscal year of the project. Refer to the bid documents and specifications for the additional information, terms, and conditions. This is a Public Works Project, subject to the payment of prevailing wage, and bonding (Bid, Performance and Payment Bonds will be required if the Total Contract price is greater than $25,000) Please call Lynnelle Grumbles, (661) x103 and register for the bid process, and indicate that you will attend the job walk. Lynnelle Grumbles Chief Executive Officer Santa Clarita Valley School Food Services Agency - JPA Page 3 of 38

4 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that, at the time and place set forth herein, the Board of Directors ( Board ) of the Santa Clarita Valley School Food Services Agency JPA, ( Agency ) will receive sealed bids for the award of a contract for construction of the following public works project: RFP No Central Kitchen Roof Replacement Project, ( Project ), under the California Uniform Public Construction Cost Accounting Act (Informal bid procedures). 1. Qualified contractors may submit bids to the Agency at its Central Kitchen Office located at Anza Drive, Santa Clarita, California, 91355, not later than 4:00 p.m. according to the Central Kitchen Office clock on July 17, 2015 ( Bid Submission Deadline ). In accordance with Government Code Section 53068, any bids received after such time will be returned unopened to the bidder. Bids submitted by facsimile (FAXED), will not be accepted. 2. The Bid Documents (defined below) require that each bidder familiarize itself with the Project sites prior to bidding. This bid requires the contractors to make and verify their own measurements. Estimates contained in the specs are NOT to be relied on for bid purposes. There will be a mandatory Job Walk, with time allotted to measure: Wednesday, July 8, 2015, 10:00 AM, at the Central Kitchen. All Prospective bidders must attend and sign in to be considered. Please Lynnelle Grumbles, lgrumbles@scvsfsa.net, to register for this bid process. Please reference the bid number in the subject line of the In submitting a bid, the bidder thereby agrees that it will, if selected by the Agency, enter into a contract to furnish all labor, materials, equipment, transportation and services necessary to complete the Project ( Contract ) in conformance with the plans, specifications and related documents for the Project prepared by The Agency. The bidder acknowledges that the specific schedule of work to be done will be negotiated with the Agency after the Bid is awarded. 4. All instructions or interpretations related to changes in or modifications to the plans, specifications or other Contract Documents that are issued by the Agency Representative during the bidding period shall be incorporated into the Bid Documents by addendum, which shall be numbered, dated and duly approved by the Agency. Prior to submitting its bid, each bidder shall verify that all approved addenda are listed in its Bid Proposal Form (defined below) and that each change or modification is correctly listed and described in the corresponding addendum. 5. Each bidder must submit its bid on the bid proposal form provided by the Agency ( Bid Proposal Form ). Each bid must conform and be responsive to the requirements of the Bid Proposal Form and the following documents for the Project: (i) this Notice Inviting Bids; (ii) the Instructions to Bidders; (iii) the specifications and related documents for the Project; (iv) the Master Schedule, if any; and (v) the Agreement for Construction Services (collectively, Bid Documents ). Any and all terms, conditions or obligations set forth in one Bid Document shall be deemed to be terms, conditions and obligations set forth in all other documents. The Bid Proposal Form and all other forms and documents required to be submitted in conjunction with the bid shall be in the form set forth in the Bid Documents. Interlineations and other modifications to such forms and documents are not permitted and may result in a finding by the Agency that the bidder is not responsive to the requirements of the Bid Documents. 6. Copies of the Bid Documents are available for inspection at the Agency s principal office located at Anza Drive, Santa Clarita, California In addition, contractors and subcontractors may obtain copies of the Bid Documents at the location(s) specified in the Instructions to Bidders. 7. Each bidder shall be properly licensed as a contractor in accordance with Business and Professions Code Section , and shall possess a current Class C39 contractor s license issued by the Contractors State License Board of the State of California for the proposed work. 8. Each bidder shall enclose with its Bid Proposal Form the bid security of the type specified in the Bid Documents and in an amount not less than five percent (5%) of the bid amount. Page 4 of 38

5 9. In accordance with Public Contract Code Section 4100, et seq., each bidder shall specify in the Bid Proposal Form, a list of subcontractors who will be performing work or providing labor or service on the Project in excess of one-half of one percent of the bidder s total bid ( List of Contractors/Subcontractors ) 10. The Agency has made a finding that particular materials, products, things or services, as specified in the Contract Documents, are required to match other such items in the Agency's existing schools. 11. No bid shall expire or be withdrawn for a period of Sixty (60) days after the date bids are opened, regardless of whether the Board has announced an award of the Contract. Bids withdrawn prior to the bid opening will result in the forfeiture of the right to participate further in the bidding for the Project. The award of this bid is subject to the appropriate funding being available for the fiscal year that the project is being awarded. 12. The Agency will award the Contract to the responsive and responsible bidder that has submitted the lowest bid for performance of the work necessary to fully complete the Project, except that the Agency reserves the right to reject any or all bids or to waive any irregularities or informalities in any bid or in the bidding. The Agency may require that, in order to be deemed a responsible bidder, the bidder provide satisfactory evidence as to its ability to perform such work in compliance with all requirements therefore, including evidence of: (i) the bidder s financial stability and resources; (ii) the bidder s technical ability and prior experience as a contractor on work of the same nature; and (iii) a list of its current projects and available work force to ensure that it may commit an adequate work force to the Project. Any bidder may submit such evidence with its Bid Proposal Form. The responsible bidder with the lowest bid shall be determined by the Agency based on the lowest base bid, without consideration of any additive or deductive items. In the event there are two or more identical lowest bids, the Agency s Governing Board may determine by lot which bid shall be accepted. 13. The Agency reserves the right to reject any or all bids and/or to waive any irregularities or informalities in any bid or in the bidding process. 14. The contractor to which the Contract is awarded may, at its sole expense and in accordance with the provisions of Public Contract Code Section 22300, substitute eligible and equivalent securities for any funds that are to be withheld from payments by the Agency for the purpose of ensuring performance under the Contract. 15. At the Agency s sole discretion, the Contractor who is awarded the contract may be required to attend a post-bid interview to review the completeness and accuracy of their bid proposal. 16. The contractor to which the Contract is awarded shall duly execute and provide to the Agency, within ten (10) days of the award: (i) a labor and materials bond (a.k.a. payment bond) in an amount equal to one-hundred percent (100%) of the Bidder s maximum total bid; (ii) a faithful performance bond in an amount equal to one-hundred percent (100%) of the Bidder s maximum total bid; (iii) a certificate of insurance; and (iv) all other documentation required pursuant to the Contract Documents. 17. The Project is a public work to which general prevailing wage rates will apply in accordance with Labor Code Section 1770, et seq. A copy of the prevailing wage rates is on file and available for review in the Agency s principal office located at Anza Drive, Santa Clarita, California, All bidders should be aware that the Labor Code includes requirements related to employment of apprentices. The contractor to whom the Contract is awarded, and all subcontractors on the Project, shall be required to comply with Labor Code provisions related to employment and compensation of workers employed in the performance of the Contract. 18. Prior to the bid deadline, bidders shall direct all requests for additional information related to the Project, the Bid Documents, bidding procedures to Santa Clarita Valley School Food Service Agency, Lynnelle Grumbles, Chief Executive Officer, by to lgrumbles@scvsfsa.net. Reference bid RFP No Central Kitchen Roof Replacement in the subject line. All answers shall be answered in the official addendum only. Page 5 of 38

6 PROJECT DESCRIPTION MECHANICALLY FASTENED THERMOPLASTIC (PVC) MEMBRANE ROOFING PART 1 GENERAL CONDITIONS 1.1 DESCRIPTION A. Summary: Install a mechanically fastened thermoplastic (PVC) membrane roof system, including, but not limited to, PVC membrane flashings, PVC coated metal edge flashings, and other components to comprise a weathertite roof system. The roof system shall comply with the herein specified written and detail requirements. B. Work Included: The work includes but is not necessarily limited to: 1.2 QUALITY ASSURANCE 1. Deck/Substrate Preparation. 2. Attachment Plates & Fasteners Mil Thermoplastic (PVC) Feltback Membrane (white) Mil Thermoplastic (PVC) Flashing Membrane. 5. Field Membrane Adhesive. 6. Flashing Membrane Adhesive. 7. PVC Clad Metal Flashings. 8. Walkway Tread. 9. Polymer Thermoplastic Pipe Supports. 10. Sealants. A. Pre-Roofing Conference and Inspection: After approval of submittals, but prior to beginning roof system installation, the Santa Clarita Valley Food Services Agency (SCVSFSA) Representative(s) shall hold a meeting at the site attended by the Roofing Applicator, All Subcontractors, and the Roofing Material Manufacturer to describe in detail the roof system(s) to be installed and to establish agreement, coordination, and responsibilities among the involved trades. B. The roof system shall be applied only by an Applicator authorized by the specified Roofing Manufacturer prior to bid. The Applicator's Foreman shall have a minimum of five (5) years documented experience with the Roofing Manufacturer. The SCVSFSA Representative reserves the right to request a list of reference projects (minimum 5 projects) to verify Applicator s performance/work history. All references must be of similar size and scope, and must be within 100 miles of this project. C. The Roofing Manufacturer shall have directly produced the specified field and flashing membranes for the number of years equal to, or greater than that of the warranty term (20 years). The membrane shall have also maintained a consistent base formulation for the same number of years. D. Use only a Manufacturer who has initiated a post-consumer recycling program and can demonstrate a minimum of 25 projects where the existing PVC roof has been removed and recycled into new roofing membrane or PVC components. E. The stated membrane thickness in this document refers to waterproofing membrane PVC polymer thickness. Fiberglass reinforcement and polyester felt backing is always in addition to the required membrane polymer thickness. The required weight for felt backing is 9-Oz. /Yd2. This is a non-negotiable minimum requirement. Page 6 of 38

7 F. Repackaged, relabeled "third-party" (private label) materials will not be accepted. G. The Roofing Manufacturer shall provide interim and final roof inspections from a directly employed dedicated team of experienced Technical Inspectors. Sales personnel may not be used for onsite inspection of installations. 1.3 PRE-INSTALLATION MEETING A. Arrange for a Pre-Installation Meeting between the Applicator, SCVSFSA Representative, Roofing Manufacturer's Representative, and related trades to be held at least two (2) weeks prior to the beginning of roof system installation. B. Review contract documents, manufacturer's instructions, project conditions, and proposed methods and procedures related to installation. 1. Identify conditions that would be detrimental to proper installation. 2. Review special details, corner conditions, drainage patterns, penetrations and similar conditions of adjacent construction that will affect or impact surface preparation and installation operations. 3. Review substrates and surfaces to receive materials in order to verify compliance with specified requirements, and with manufacturer's substrate tolerance recommendations and surface preparation requirements, including flatness, levelness, damage and imperfections, and quality of attachment to structure. 4. Review limitations of roof deck(s) for structural loading both during and after installation. C. Review governing regulations and specified requirements for certificates, inspection, reports and closeout submittals. D. Review sequence of installation, finalize construction schedule, and verify availability of materials, installer s personnel, equipment and facilities necessary to make progress and avoid delays. E. Review temporary protection procedures required to be followed to provide protection of stored and installed products and accessories both during and after installation. F. The SCVSFSA Representative shall record significant meeting discussions, agreements and disagreements, including required corrective measures and actions to be taken before work begins. Distribute copy of minutes to Applicator, to each party present, and to parties who should have been present no later than three business days following the meeting. G. Do not proceed with installation until all attendees, including all parties who should have been present, provide written acknowledgement of receipt and agreement to the conditions and requirements as described in the "Meeting Minutes". If disagreements cannot be successfully resolved, initiate necessary actions to remove impediments to execution of the Work and reconvene meeting at earliest available date to resolve outstanding disagreements. 1.4 PERFORMANCE REQUIREMENTS A. General: Provide installed roofing membrane and base flashings that remain watertight; do not permit the passage of water; and resist specified uplift pressures, thermally induced movement, and exposure to weather without failure. Page 7 of 38

8 B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by roofing membrane manufacturer based on testing and field experience. C. The applicator shall submit evidence that the proposed roof system meets local building code requirements and has been tested and approved or listed by the following test organizations. 1. Factory Mutual Research Corporation: Class 1-90 (wind uplift attachment criteria). 2. Underwriters Laboratories, Inc.: Class A assembly (fire). D. Energy Performance: 1. Provide roof system with an initial Solar Reflectance Index (SRI) of not less than 104 calculated according to ASTM E 1980 based on testing identical products by a qualified testing agency. Roof membrane (not post installation applied finish) shall comply with current California Title 24 Part 6 minimum 3-year aged solar reflectance of 0.63 and a minimum thermal emittance of 0.75 requirements. 1.5 SUBMITTALS: A. Submittals with bid 1. A list of each primary component to be used in the roof system and the Manufacturer's current literature for each component. 2. Sample copy of Roofing Manufacturer's warranty. 3. Sample copy of Contractor's warranty. 4. Letter from Roofing Manufacturer confirming that the Contractor is an authorized applicator of the specified roof system. 1.6 PRODUCT DELIVERY, STORAGE, and HANDLING: A. All products delivered to the job-site shall be in the original unopened containers or wrappings bearing all seals and approvals. Handle all materials to prevent damage. Place all materials on pallets and fully protect from moisture. 1.7 JOB CONDITIONS A. PVC materials may be installed under certain adverse weather conditions but only after consultation with the Roofing Manufacturer, as installation time and system integrity may be affected. B. Uninterrupted waterstops shall be installed at the end of each day s work and shall be completely removed before proceeding with the next day s work. C. The Applicator shall conduct fastener pullout tests in accordance with the latest revision of the SPRI/ANSI Fastener Pullout Standard to verify condition of deck and to confirm expected pullout values. Pullout tests shall be performed a minimum of two (2) weeks prior to job start. Page 8 of 38

9 D. Arrange work sequence to avoid use of newly constructed roofing as a walking surface or for equipment movement and storage. Where such access is absolutely required, the Roofing Applicator shall provide all necessary protection and barriers to segregate the work area and to prevent damage to adjacent areas. A substantial protection layer consisting of ½ plywood over polyester felt or ½ plywood over insulation board shall be provided for all new and existing roof areas which receive rooftop traffic during construction. The Roofing Applicator shall be responsible to oversee the protection of all in-progress and/or completed roof sections for the duration of this project. In the event that any trade-damage should occur, the designee shall immediately notify all parties involved to determine the corrective steps to be taken. 1.8 BIDDING REQUIREMENTS A. Bidders Responsibility Bidders must have held their Roofing Contractors License (C39) for a minimum of five (5) years, with a continuous Good-Standing status to qualify to bid on this project. Unless otherwise agreed, any discrepancy between measurements and conditions listed within this specification, roof plans, and details, and those actually incurred on the job will be the responsibility of the Applicator. 1.9 WARRANTIES A. Roofing Manufacturer s 20 Year Full System Warranty: Upon successful completion of all the work to the Roofing Manufacturer s and the SCVSFSA Representative s satisfaction, the 20 Year System warranty shall be issued. The System warranty shall provide full replacement cost coverage at time of replacement for the roof membrane, all associated accessories that comprise the roof system, and all contractor labor (non-penal sum coverage). The warranty shall be non-prorated, shall provide 60 mph windspeed coverage and shall not exclude foot traffic, ponding/standing water and no time limit shall be assigned for any such ponding/standing water during the warranty term. B. Roofing Applicator Two (2) Year Warranty: The Applicator shall supply the SCVSFSA with a separate two (2) year workmanship warranty. In the event any work related to roofing, flashing, metal or other new work specified within this project is found to be within the Applicator warranty term, defective or otherwise not in accordance with the Contract Documents, the Applicator shall repair that defect at no cost to the SCVSFSA. C. Early Bird warranties are not to be issued as they will not be accepted by the SCVSFSA. The above specified warranty will be issued only upon acceptance by the Roofing Manufacturer s Technical Department and the SCVSFSA Representative s final written approval. Page 9 of 38

10 PART 2 - PRODUCTS 2.1 GENERAL A. The components of the adhered PVC membrane roof system are to be products of Sika Sarnafil and/or products utilized by Sika Sarnafil to designate type, quality, and performance standards for this project. 2.2 MANUFACTURER AND MEMBRANE A. Sika Sarnafil: Western Region Contact: (909) B. Substitutions: Pre-Approved by SCVSFSA. C. S mil Membrane with factory applied 9 oz. felt backing (Base Bid): Polyester reinforced membrane with an integral lacquer coating to repel dirt and sustain long-term solar reflectivity. D. Membrane shall be manufactured by Extrusion/Spread Coating process only, producing a monolithic membrane with fully encapsulated fiberglass reinforcement layer and a minimum of 30-mils of polymer above reinforcement layer. E. Membrane shall conform to ASTM D4434 (latest revision), Standard for Polyvinyl Chloride Sheet Roofing. Classification: Type II Grade I (fiberglass reinforcement). F. Roofing Manufacturer shall guarantee in writing that the product supplied for this project has a minimum polymer thickness of 60 mils. ASTM +/- tolerance for membrane thickness will not be accepted. G. Membrane shall comply with California Building Code (CBC) Title 24, Section 118 requirements for solar reflectivity and emissivity. Manufacturer and membrane shall be listed in the Cool Roof Rating Council (CRRC) product listing as outlined by the Department of Energy (DOE) and the Environmental Protection Agency (EPA). H. As manufactured, membrane shall conform to the following physical properties: 1. Color: EnergySmart White 2. Thickness: 60-mil (1.50 mm). 2.3 FLASHING MATERIALS A. Wall/Curb Flashing Mil PVC Membrane: Fiberglass reinforced flashing membrane used for adhered, vertical flashing applications mil Asphalt-Oil Resistant PVC Membrane: Fiberglass reinforced flashings membrane used for adhered, vertical flashing applications at asphalt contaminated vertical flashing applications. 3. Geotextile Separator Felt: Minimum 9 Oz./Yd2 polypropylene geotextile felt used as a buffer/separator over irregular, rough vertical flashing surfaces. 4. PVC-Coated Metal: Heat-weldable, 24 gauge G90 galvanized sheet metal with 20-mils of unsupported PVC membrane laminated on one side. B. Perimeter Flashing: 1. PVC Coated Clad Metal Edge: PVC Coated Metal fabricated to applicable perimeter edge condition with continuous 22-gauge galvanized metal cleat. Use of Multi-Purpose Tape at bottom outside edge cleat to Page 10 of 38

11 wall interface is required. 2.4 GYPSUM COVER BOARD A. DensDeck: Fire-tested, gypsum cover board with glass mat facers. Manufactured in accordance with the following requirements: 1. ASTM C 1177 (Consensus Standard). 2. Smoke Developed (ASTM E-84): 0 (Zero). 3. Flame Spread (ASTM E-84): 0 (Zero). 4. Mold Resistance (ASTM D3273): 10 (highest level of performance for mold resistance). 5. Compressive Strength (ASTM C 473): 900 psi, nominal. 6. Bending Radius: 5 Ft. 7. Weight (nominal): 1.2 Lbs./Ft2. 8. Board Size: 1/4" X 4' X 8'. 2.5 ATTACHMENT COMPONENTS A. Membrane Fastener (#15): A #15 heavy-duty, corrosion-resistant fastened used to attach to PVC membrane to plywood deck. Fastener must be approved for Factory Mutual Class 1-90 attachment criteria as specified. B. Membrane Attachment Disc: A high strength 18 gauge, 1-1/2 by 3-3/4 inch corrosion-resistant steel plate used with a #15 Fastener to attach PVC membrane to plywood deck. Attachment disc must be approved for Factory Mutual Class 1-90 attachment criteria as specified. C. PVC Membrane Flashing Adhesive: V.O.C. compliant, solvent-based reactivating-type adhesive used to attach fiberglass-reinforced PVC flashing membrane to vertical substrates. D. Attachment Plate: 26 gauge, 3 square steel plate with AZ 55 Galvalume coating for corrosion resistance. Used with #12 Fastener to attach gypsum cover board to plywood deck. E. Cover Board Fastener (#12): Corrosion-resistant, #12 fastener used with attachment plates to attach cover board to plywood deck. Fastener must be approved for Factory Mutual Class 1-90 attachment criteria as specified. 2.6 MISCELLANEOUS ACCESSORIES A. Sealing Tape: Compressible foam with pressure-sensitive adhesive on one side. Used with metal flashings as a preventive measure against air and windblown moisture entry. Use at outside edge of PVC coated clad metal edge is required. B. Membrane Cleaner: Solvent cleaner used for the general cleaning of scuff marks, etc., from the Membrane surface. Page 11 of 38

12 2.7 WALKWAY PROTECTION A. Equipment Access/Walkway Tread: Polyester reinforced 96 mil weldable membrane with surface embossment for ASTM approved slip resistance. Used as a protection layer from rooftop traffic. Size shall be minimum 39 X SEALANTS The following sealants are options for temporary overnight tie-ins: 1. Triple application of approved acrylic mastic and two-layers of woven polyester fabric. 2. Mechanical attachment with aluminum termination bar and compressed urethane-based sealant. 2.9 MISCELLANEOUS FASTENERS AND ANCHORS: A. All fasteners, anchors, nails, straps, bars, etc. shall be post-galvanized steel, aluminum or stainless steel. Mixing metal types and methods of contact shall be assembled in such a manner as to avoid galvanic corrosion. Fasteners for attachment of metal to masonry shall be expansion type fasteners with stainless steel pins. All concrete fasteners and anchors must have a minimum embedment of 1-1/4 inch and must be approved by the fastener manufacturer. All miscellaneous wood fasteners and anchors used for flashings must have a minimum embedment of 1 inch and shall be approved by fastener manufacturer. PART 3 EXECUTION 3.1 EXAMINATION: Report to the SCVFSA Representative in writing all conditions that interfere with or prevent correct installation of work of this Section. 3.2 PRE-INSTALLATION MEETING A. Refer to Section 1.3 of this specification for meeting agenda requirements. B. Discuss the following additional project aspects: 1. Safety 2. Set up 3. Construction schedule 4. Contract conditions 5. Coordination of the work 6. Structural Loading Limitations/Requirements 7. Review of Deck and/or Substrate Conditions 3.3 SUBSTRATE CONDITION A. Applicator shall be responsible for acceptance or provision of proper substrate to receive new roofing materials. B. Applicator shall verify that the work done under related sections meets the following conditions: 1. Roof curbs, equipment supports, vents and other roof penetrations are properly secured and prepared to receive new roofing materials. 2. All surfaces are smooth and free of dirt, debris and incompatible materials. 3. All roof surfaces shall be free of water. Page 12 of 38

13 3.4 SUBSTRATE PREPARATION The roof deck and existing roof construction must be structurally sound to provide support for the new roof system. The Applicator shall load materials on the rooftop in such a manner to eliminate risk of deck overload due to concentrated weight. The SCVFSA Representative shall ensure that the roof deck is secured to the structural framing according to local building code and in such a manner as to resist all anticipated wind loads in that location. 3.5 SUBSTRATE INSPECTION A. A dry, clean and smooth substrate shall be prepared to receive the new PVC membrane roof system. B. The Applicator shall inspect the substrate for defects such as excessive surface roughness, contamination, structural inadequacy, or any other condition that will adversely affect the quality of work. C. The substrate shall be clean, smooth, dry, free of flaws, sharp edges, loose and foreign material, oil and grease. Roofing shall not start until all defects have been corrected. D. All roof surfaces shall be free of water. E. PVC membrane shall be applied over compatible and accepted substrates only. 3.6 COVER BOARD INSTALLATION (At repaired plywood deck locations only) A. General: DensDeck cover board shall be attached to the structural plywood deck using FM approved attachment plates and fasteners in accordance with FM Class 1-90 wind uplift criteria. 3.7 INSTALLATION OF MECHANICALLY ATTACHED PVC ROOF MEMBRANE: A. General 1. The surface must be clean and dry. All blisters shall be removed and sealed or cut, fastened down and sealed. 2. Roof membrane is to be mechanically fastened according to the Roofing Manufacturer and Factory Mutual requirements. 3. Membrane overlaps shall be shingled with the flow of water where possible. 4. Tack welding of membrane for purposes of temporary restraint during installation on windy days is not permitted. Consult Roofing Manufacturer s Technical Department for further information. 5. Hot-air weld overlaps according to roofing manufacturer s specified requirements. Take test cuts at least 3 times per day. 6. Membrane flashings shall extend 2-1/2 inches past the membrane attachment bar and shall be hot-air welded to the field membrane as required. Page 13 of 38

14 3.8 HOT-AIR WELDING OF SEAM OVERLAPS: A. All field seams shall be hot-air welded using robotic welding equipment only (no hand-held welders). Seam overlaps should be 3 inches wide except for certain details. 3.9 MEMBRANE FLASHINGS: A. All flashings shall be installed concurrently with the roof membrane as the job progresses. B. Adhesive for Vertical Membrane Flashings: Flashing adhesive shall be applied according to instruction found on the Product Data Sheets. The adhesive shall be applied in smooth, even coats with no gaps, globs or similar inconsistencies. The bonded sheet shall be pressed firmly in place with a hand roller. C. All flashings shall extend a minimum of eight (8) inches above finished roof level unless otherwise accepted in writing. Non-compatible materials shall not come in contact with the PVC membrane. All flashing membranes shall be mechanically fastened along the counter-flashed top edge as indicated in project drawings and in accordance with manufacturer s written and detail requirements PVC CLAD METAL PERIMETER EDGE FLASHING: A. All metal flashings shall be fastened into structural concrete wall using manufacturer approved fasteners. Fasteners shall penetrate into the concrete allowing for a minimum 1-1/2 inch embedment. Metal shall be installed to provide adequate resistance to bending and allow for normal thermal expansion and contraction. B. Adjacent sheets of PVC clad metal shall be spaced 1/4 inch apart. The joint shall be covered with two (2) inch wide aluminum tape. A four (4) inch minimum wide strip of PVC flashing membrane shall be hot-air welded over the joint METAL FLASHINGS A. Metal details, fabrication practices and installation methods shall conform to the applicable requirements of the following: 1. Factory Mutual Loss Prevention Data Sheet 1-49 (latest issue). 2. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA) - latest issue. B. Metal joints shall be watertight. Metal flashings shall be securely fastened into metal backing plates. Fasteners shall penetrate into or through the nailer a minimum of 1 inch. Counter flashings shall overlap base flashings at least four (4) inches WALKWAY INSTALLATION A. 96-mil PVC Equipment Access/Walkway Tread: Apply a continuous coat of approved adhesive to the deck sheet and the back of walkway tread in accordance with the Roofing Manufacturer's Technical requirements and press the tread into place with a water-filled, foam-covered roller. Hot-air weld the entire perimeter of the walkway tread to the 60-mil membrane (field membrane). Page 14 of 38

15 3.13 TEMPORARY CUT-OFF A. Flashings shall be installed concurrently with the roof membrane in order to maintain a watertight condition as the work progresses: 1. Temporary waterstops shall be constructed to provide a 100% watertight seal. 2. New membrane shall be carried into the waterstop sealant. 3. Waterstop shall be sealed to the deck and/or substrate so that water will not be allowed to travel under the new or existing roofing. 4. When work resumes, contaminated membrane shall be cut out and disposed of offsite. 5. Sealant, contaminated membrane, insulation fillers, etc. shall be removed from work area and properly disposed of offsite. These materials shall not be used in new work. B. If inclement weather occurs while temporary waterstop is in place, Applicator shall provide the labor necessary to monitor the situation to maintain a watertight condition. C. If water is allowed to enter under the newly-completed roofing, the affected area shall be removed and replaced at the Applicator's expense PROTECTION AND CLEANING A. Protect membrane roofing system from damage and wear during entire construction period. When remaining construction will not affect or endanger completed roof sections, inspect roofing for deterioration and damage, provide written report, with copies to the SCVSFSA Representative. B. Correct deficiencies in or remove membrane roofing system that does not comply with requirements, repair substrates, and repair or reinstall membrane roofing system to a condition free of damage and deterioration and in accordance with warranty requirements. C. Prior to scheduling Roofing Manufacturer s Final Inspection, clean all roof sections to the satisfaction of the SCVFSA Representative(s). Cleaning shall be performed utilizing approved power-washing equipment and following Roofing Manufacturer s approved cleaning guidelines. Remove all surface debris/residue after cleaning using approved non-abrasive/solvent cleaner. During roof cleaning process, the Applicator shall perform visual interior monitoring for evidence of any moisture/water entry. If moisture/water intrusion is indentified, the Applicator shall immediately stop roof cleaning procedures and notify the District Representative for determination of corrective procedures. As determined by SCVSFSA Representative, the Applicator shall take necessary action for performing corrective measures FINAL INSPECTION A. Arrange for Roofing Manufacturer's Technical Inspector to perform Final Inspection of roof installation on completion and submit Final Inspection Report to SCVSFSA Representative. B. As required, repair or remove and replace components of membrane roofing system where test results or inspection indicates that they do not comply with specified requirements. C. The specified warranty will be issued upon written acceptance of roof system installation by Roofing Manufacturer and SCVSFSA Representative. END OF SECTION Page 15 of 38

16 INSTRUCTIONS TO BIDDERS PROJECT: RFP No Central Kitchen Roof Replacement 1. BIDS The Agency shall accept bids for the Project properly received prior to the deadline for submission of bids set forth in the Notice calling for Bids at its Central Kitchen Office located at Anza Drive, Santa Clarita, California 91355, July 17, 2015, 4:00 PM. Any bid submitted to the Agency after the date and time specified in the Notice Calling for Bids will be returned to the bidder unopened. The Agency shall not be responsible for ensuring that bid packages mailed or shipped to the Agency are delivered to the business office on the same date they are received in the mail room. To avoid any delays, it is recommended that bid packages be hand-delivered to the Agency, or be mailed or shipped well in advance of the bid opening date. 2. OBTAINING BID DOCUMENTS Bidders may obtain copies of the Bid Documents on the Agency website, 3. BID PROPOSAL FORM Each bid proposal must be submitted on the Agency s Bid Proposal Form included in the Bid Documents. The Bid Proposal Form and all other documents required in connection with the bid must be filled out completely, dated, and signed by the bidder or its duly authorized agent. Each monetary amount must be both written out in words and specified as a numerical amount (ex., one hundred dollars ($100.00)). 4. SUBMISSION OF BID PROPOSAL FORM A bidder may not submit more than one Bid Proposal Form unless alternate submissions are authorized by the Agency. The bidder must seal its Bid Proposal Form in an opaque envelope, i.e., the contents must not be viewable through the envelope. The outside of the envelope must be clearly marked in legible writing, typing, or printing with: (i) the name of the Project and, if applicable, the bid package number; (ii) the date and time that is the deadline for submission of the bid proposal; and (iii) the name and contractor s license number of the bidder. A bid proposal timely submitted to the Agency may be withdrawn prior to the date and time of the bid opening, but only in person by the bidder or a person expressly authorized in writing to withdraw the bid proposal. A bid proposal may not be withdrawn by telephone, telegram, facsimile, electronic mail, or other similar means of communication. 5. REQUIRED FORMS TO BE INCLUDED IN SEALED BID PACKAGE BID PROPOSAL FORM BID SECURITY OF 5% (Acceptable forms of payment are: cash, certified or cashier s check payable to the Agency, or a bid bond) WORKER S COMPENSATION CERTIFICATION NON-COLLUSION DECLARATION MATERIAL SUBSTITUTION FORM (IF NEEDED) 6. The Agency will award the Contract to the responsive and responsible bidder that has submitted the lowest bid for performance of the work necessary to fully complete the Project, except that the Agency reserves the right to reject any or all bids or to waive any irregularities or informalities in any bid or in the bidding. Page 16 of 38

17 The Agency may require that, in order to be deemed a responsible bidder, the bidder provide satisfactory evidence as to its ability to perform such work in compliance with all requirements therefore, including evidence of: (i) the bidder s financial stability and resources; (ii) the bidder s technical ability and prior experience as a contractor on work of the same nature; and (iii) a list of its current projects and available work force to ensure that it may commit an adequate work force to the Project. The Agency requires that all bidders be registered, and fill out a Contractor s Information Sheet, which must come in at least 5 days before the Bid due date. The responsible bidder with the lowest bid shall be determined by the Agency based on the lowest base bid, without consideration of any additive or deductive items. In the event there are two or more identical lowest bids, the Agency s Governing Board may determine by lot which bid shall be accepted. 7. The Agency reserves the right to reject any or all bids and/or to waive any irregularities or informalities in any bid or in the bidding process. 8. The contractor to which the Contract is awarded may, at its sole expense and in accordance with the provisions of Public Contract Code Section 22300, substitute eligible and equivalent securities for any funds that are to be withheld from payments by the Agency for the purpose of ensuring performance under the Contract. 9. At the Agency s sole discretion, the Contractor who is awarded the contract may be required to attend a post-bid interview to review the completeness and accuracy of their bid proposal. 10. The Project is a public work to which general prevailing wage rates will apply in accordance with Labor Code Section 1770, et seq. A copy of the prevailing wage rates is on file and available for review in the Agency s principal office located at Anza Drive, Santa Clarita, California, All bidders should be aware that the Labor Code includes requirements related to employment of apprentices. The contractor to whom the Contract is awarded, and all subcontractors on the Project, shall be required to comply with Labor Code provisions related to employment and compensation of workers employed in the performance of the Contract. Page 17 of 38

18 BID PROPOSAL FORM (Do not leave any information blank) (Required Bid Form) Project: RFP No Central Kitchen Roof Replacement Bid Due Date and Time: FRIDAY, JULY 17, 2015, 4:00 P.M. Place to submit bids: CENTRAL KITCHEN OFFICE, Anza Drive, Santa Clarita, CA , Attn.: Lynnelle Grumbles Bidding Contractor ( Bidder ): A. Being sufficiently qualified and experienced to perform the work required to complete the Project, Bidder hereby proposes and agrees to furnish at its own cost and expense any and all labor, materials, tools, equipment facilities, transportation, and services required for completion of the Project in strict conformity with the Bid Documents (as defined in the Notice Inviting Bids), in exchange for payment by the Agency of the total, all-inclusive amount, including sales tax, if any, of: A.1 Project Total Bid: BID PRICE (IN WRITTEN FORM) BID PRICE (IN NUMBERS) B. Consistent with Public Contract Code Section , the lowest responsible Bidder for the Project shall be determined using the following method: The lowest Bid shall be the lowest total Bid prices on A.1 Project total. Once the lowest responsible Bidder has been selected, the Agency may determine to add to or deduct from the Contract any of the additive or deductive items. C. The Bidder agrees that, if it is awarded the contract for the Project, it will duly execute such contract by means of the signature of Bidder s duly authorized representative. The Bidder has enclosed herewith cash (legal tender of the United States of America), certified or cashier s check payable to the Agency, or a bid bond which meets the requirements of the Contract Documents, in an amount not less than five percent (5%) of the maximum amount of the bid. If Bidder provides security in the form of a bid bond, the bid bond shall be substantially in the form set forth in the Bid Documents, without interlineations or other modifications. Such cash, cashier s check, or bid bond shall be given as a guarantee that, if awarded a contract for the Project, the Bidder will enter into such contract within five (5) days of request and will provide the performance and payment bonds required pursuant to such contract. Bidder agrees that it shall forfeit the whole amount of such security in the event Bidder fails or refuses to enter into such contract within five (5) days of request or to provide the required performance and payment bonds. D. The Bidder acknowledges and agrees that the Governing Board of the Agency has the right to reject or to waive any minor irregularity in this bid proposal, any other bid proposal, or all bid proposals for the Project. The Bidder acknowledges that the award of this bid will be subject to the appropriate funding being available for the fiscal year of the project. The bidder agrees to that the bid will not expire or be withdrawn for a period of SIXTY (60) days after the date the bids are opened. The undersigned bidder has checked carefully all of the submitted figures and understands that the Governing Board will not be responsible for any errors or omissions on the part of the undersigned bidder in making up this bid. Page 18 of 38

19 E. The Bidder acknowledges receipt of each Addendum incorporated as a part of the Bid Documents as specified below, and certifies that each such Addendum was accounted for in the calculation of the bid amount stated in Paragraph A. Addendum No. Addendum No. Addendum No. Date: Date: Date: F. In accordance with Section 4100, et seq. of the Public Contract Code, the Bidder must specify the name, and location of the place of business of each subcontractor who will perform work or labor or render service to the Bidder in connection with the Project (including any possible additive or deductive work) for work which exceeds one-half (½) of one percent (1%) of the Bidder s total bid. The Bidder acknowledges that it is fully qualified to perform, and that it will perform, all work in excess of one-half (½) of one percent (1%) of the Bidder s total bid for which no subcontractor is listed below. Bidder further acknowledges and agrees that it shall not, without the Agency s express consent: (i) substitute any subcontractors in place of the subcontractors herein designated; (ii) permit any subcontract to be assigned or transferred; (iii) allow any such work, labor or service to be performed by anyone other than the designated subcontractor; or (iv) sublet or subcontract any of the work in excess of one-half (½) of one percent (1%) of Bidder s total bid for which a subcontractor is not herein designated. The Bidder will not be permitted to substitute or add subcontractors except with the consent of the Agency under the circumstances specified in Section 4107 of the Public Contract Code. (If space below is insufficient, attach separate sheet of paper listing all additional subcontractors.) Portion of Work Name of Subcontractor License # G. The Bidder agrees that it shall, if awarded the contract for the Project, furnish to the Agency, as provided in the Bid Documents, within ten (10) days after award of the contract: (i) a labor and materials (payment) bond in an amount equal to one-hundred percent (100%) of the Bidder s total bid; and (ii) a faithful performance bond in an amount equal to one-hundred percent (100%) of the Bidder s total bid. H. The Bidder agrees that it shall, if awarded the contract for the Project, furnish to the Agency, within ten (10) business days after award of the contract, all certificates of insurance as required pursuant to the Bid Documents, including, but not limited to certificates evidencing Workers Compensation Insurance coverage. I. The Bidder agrees that, if awarded the contract for the Project, it shall not discriminate in the employment of any person on the Project because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, or sex of such person. J. The Bidder hereby certifies that it has examined the location and site of the proposed Project and is familiar with the Bid Documents for the Project and the local conditions where the work is to be done. K. The Bidder has enclosed with this Bid Proposal Form the Non-Collusion Declaration included as part of the Bid Documents, which affidavit the Bidder has executed after first being duly sworn as required pursuant to Public Contract Code Section L. The Bidder hereby certifies that it is duly licensed as a contractor by the Contractors State License Board of the State of California (Current Class C39 ), that such license is in full force and effect, that Bidder is appropriately licensed Page 19 of 38

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 BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

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

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

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

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

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

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

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

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

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

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

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

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

More information

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

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

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

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

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

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

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

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

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

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

More information

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

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT NOTICE TO CONTRACTORS CALLING FOR BIDS DISTRICT: PROJECT DESCRIPTION: DATE/TIME FOR SUBMITTAL OF BID PROPOSAL: PLACE FOR SUBMITTAL OF BID PROPOSALS: BID AND CONTRACT DOCUMENTS AVAILABLE AT: CITRUS COMMUNITY

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

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT Physical Address: 501 South Main Street Mailing Address: PO Box 228 Telephone: 817-636-2462 Metro: 817-638-2758 www.cityofrhome.com cityofrhome@earthlink.net REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 10 PAGES BIDS DUE: JUNE

More information

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

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

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

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

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

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

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

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

20-YEAR LIMITED WARRANTY

20-YEAR LIMITED WARRANTY 20-YEAR LIMITED WARRANTY DURANAR SUNSTORM ULTRA-COOL, DURANAR XL AND DURANAR XL ULTRA-COOL Effective : To: STANDARD COLORS This Limited Warranty ( Limited Warranty ) applies to any Product shipped after

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

ADDENDUM No. 2. August 1, 2018

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JANUARY 22, 2014 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 9 PAGES BIDS DUE:

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

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

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

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

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

More information

INVITATION TO BID ROOF REPLACEMENT PROJECT CENTRAL ELEMENTARY SCHOOL 750 TOMLINSON AVENUE MOUNDSVILLE, WV 26041

INVITATION TO BID ROOF REPLACEMENT PROJECT CENTRAL ELEMENTARY SCHOOL 750 TOMLINSON AVENUE MOUNDSVILLE, WV 26041 INVITATION TO BID ROOF REPLACEMENT PROJECT CENTRAL ELEMENTARY SCHOOL 750 TOMLINSON AVENUE MOUNDSVILLE, WV 26041 1 APRIL 5, 2017 TABLE OF CONTENTS Introduction.3 1.0 General..4 2.0 Scope of Work..5 3.0

More information

INSTRUCTIONS TO BIDDERS

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

More information

City of 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

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

THERMAX Wall System Gold Warranty 15 year Thermal + 15 year Water Resistance + 6 month Exposure

THERMAX Wall System Gold Warranty 15 year Thermal + 15 year Water Resistance + 6 month Exposure THERMAX Wall System Gold Warranty 15 year Thermal + 15 year Water Resistance + 6 month Exposure THERMAX Wall System Limited Warranties The Dow Chemical Company ( Dow ) provides the following five (5) limited

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC# New Construction Educare Los Angeles at Long Beach (Barton)

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC# New Construction Educare Los Angeles at Long Beach (Barton) Business Department - Facilities Development and Planning 2425 Webster Ave., Long Beach, CA 90810 Phone 562-997-7550 Fax 562-595-8644 BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE

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

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

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

INVITATION TO BID NO PUBLIC WORKS ROOF REPAIR

INVITATION TO BID NO PUBLIC WORKS ROOF REPAIR INVITATION TO BID NO. 2018-96 PUBLIC WORKS ROOF REPAIR Sealed bids will be received in the office of Purchasing and Contracting in the City Center, 324 W. Evans Street Florence, South Carolina, 29501 until

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6104 Joe Farrar farrarj@gcsnc.com (336) 370-3236

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

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165 PROJECT MANUAL FOR Building 28 A & B Exterior Painting BID NO. 3165 OWNER MT. SAN ANTONIO COLLEGE 1100 N. Grand Avenue Walnut, CA 91789 (909) 594-5611 July 2017 TABLE OF CONTENTS DIVISION 0 BIDDING AND

More information

AGENCY-WIDE LAWN MAINTENANCE

AGENCY-WIDE LAWN MAINTENANCE AGENCY-WIDE LAWN MAINTENANCE REQUEST FOR PROPOSALS RFP #2014-01 FRANKLIN HOUSING AUTHORITY An Equal Opportunity Employer An Equal Housing Provider The Franklin Housing Authority is soliciting proposals

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

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract REQUEST FOR PROPOSALS Construction Related Services Retainer Contract ISSUE DATE: July 3, 2014 CLOSING DATE: August 31, 2016 CLOSING TIME: 5:00 PM Pacific Time {00312821;1} TABLE OF CONTENTS Page Section

More information

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start)

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start) Business Department - Facilities Development and Planning 2425 Webster Ave., Long Beach, CA 90810 Phone 562-997-7550 Fax 562-595-8644 BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE

More information

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT BID AND CONTRACT DOCUMENTS

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT BID AND CONTRACT DOCUMENTS ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT BID AND CONTRACT DOCUMENTS Antelope Valley Community College District SWING SPACE FINE ARTS (FA4) AND APPLIED ARTS (APL) - PHASE 1 TABLE OF CONTENTS Section Document

More information

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW REQUEST FOR PROPOSAL (RFP) NOTICE DATE: JUNE 20, 2018 PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 RFP OPENING TIME AND DATE:

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

DOWNTOWN LIBRARY SERVER ROOM

DOWNTOWN LIBRARY SERVER ROOM Contract No. E11-173 File No. 1721 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT

More information

Moreno Valley Unified School District Perris Blvd. Moreno Valley, CA 92553

Moreno Valley Unified School District Perris Blvd. Moreno Valley, CA 92553 Moreno Valley Unified School District 13911 Perris Blvd. Moreno Valley, CA 92553 PROJECT MANUAL (CONTRACT/BID DOCUMENTS & GENERAL CONDITIONS) BID NO. 17-18-22 HENDRICK RANCH ES FIRE ALARM SYSTEM UPGRADE

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

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following

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

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR BID POLE BUILDING CONSTRUCTION IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STEEL PIPE Bidders are requested to respond to this Quotation call as instructed subject to the provisions

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

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION 1. SOLICITATION NO.: 2. AMENDMENT NO.: DALLAS AREA RAPID TRANSIT DALLAS, TEXAS AMENDMENT OF SOLICITATION 3. EFFECTIVE DATE: 4. BRIEF SOLICITATION DESCRIPTION: B-1021500 1 April 5, 2012 NW Roof Replacement

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

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

CONDITIONS OF BID PROPOSAL

CONDITIONS OF BID PROPOSAL Solid Glass 1452 N Batavia Street Orange, CA 92867 P 714.771.1245 F 714.771.1246 License # 806961 C-17 CONDITIONS OF BID PROPOSAL Time Limitation This bid proposal is valid for 30 days at which time it

More information

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

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

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR I. INTRODUCTION The, South Carolina, is requesting bids to furnish labor, material, supervision and equipment to perform a street/gutter

More information

REQUEST FOR BID PROPOSALS

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

More information

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) RFP 20160415 - INTERIOR PAINTING SERVICES AND SUPPLIES April 5, 2016 The Eau Claire/North Columbia Development Corporation

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

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

All equipment will be assembled and installed by the Supplier and or Contractor.

All equipment will be assembled and installed by the Supplier and or Contractor. REQUEST FOR PROPOSALS (RFP) TO DESIGN, PROCURE AND INSTALL PLAYGROUND EQUIPMENT AND FALL ZONE MATERIAL AT FRONTIER SCHOOL OF INNOVATION ELEMENTARY SCHOOL The Frontier School of Innovation Elementary School

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

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

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

More information

Bid No. B12/9768 February 2, 2012

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

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

NOTICE CALLING FOR BIDS... 2 INFORMATION FOR BIDDERS... 4 *BID FORM *BID BOND *DESIGNATION OF SUBCONTRACTORS... 21

NOTICE CALLING FOR BIDS... 2 INFORMATION FOR BIDDERS... 4 *BID FORM *BID BOND *DESIGNATION OF SUBCONTRACTORS... 21 TABLE OF CONTENTS NOTICE CALLING FOR BIDS... 2 INFORMATION FOR BIDDERS... 4 *BID FORM... 11 *BID BOND... 18 *DESIGNATION OF SUBCONTRACTORS... 21 *INFORMATION REQUIRED OF BIDDER... 24 *NONCOLLUSION AFFIDAVIT...

More information

BIDDING and CONTRACT REQUIREMENTS FOR ELECTRICAL & RELATED SYSTEMS TIME & MATERIAL - DISTRICT WIDE BID # NEWPORT-MESA UNIFIED SCHOOL DISTRICT

BIDDING and CONTRACT REQUIREMENTS FOR ELECTRICAL & RELATED SYSTEMS TIME & MATERIAL - DISTRICT WIDE BID # NEWPORT-MESA UNIFIED SCHOOL DISTRICT BIDDING and CONTRACT REQUIREMENTS FOR ELECTRICAL & RELATED SYSTEMS TIME & MATERIAL - DISTRICT WIDE BID #102-08 NEWPORT-MESA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS SECTION PAGE 1. ADVERTISEMENT 3 2.

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

More information