River Road Park & Recreation District

Size: px
Start display at page:

Download "River Road Park & Recreation District"

Transcription

1 River Road Park & Recreation District Boiler Replacement Project Pool Facility PROJECT MANUAL May 27, 2016 RIVER ROAD PARK & RECREATION DISTRICT 1400 Lake Drive Eugene, OR 97404

2 RIVER ROAD PARK & RECREATION DISTRICT PROCUREMENT INFORMATION SUMMARY PAGE PROJECT TITLE River Road Park & Recreation District Boiler Replacement Project PROJECT LOCATION River Road Park & Recreation District Pool Facility 1400 Lake Drive Eugene, OR OWNER River Road Park & Recreation District 1400 Lake Drive Eugene, OR P: (541) Contact: Jack Heisel, Project Manager ENGINEER Systems West Engineers, Inc. 411 High Street Eugene, OR P: (541) Contact: Steven P. Hoffman, P.E. ONLINE INFORMATION Solicitation Documents: \Aww.rrDark.ora

3 RIVER ROAD PARK & RECREATION DISTRICT TABLE OF CONTENTS BIDDING & CONTRACTING REQUIREMENTS Section Section Section Section Section Section Section Section Section Section Procurement and Contracting Requirements Invitation to Bid Instructions for Procurement Bid Form Bid Bond Form First-Tier Subcontractors Form Non Collusion Affidavit Substitution Request Form Contract General Conditions TECHNICAL SPECIFICATIONS Division 01 Division 02 Division 20 Division 22 Division 23 Division 25 Division 26 General Requirements Existing Conditions General Mechanical Plumbing Heating, Ventilating, and Air Conditioning (HVAC) Integrated Automation Electrical LIST of DRAWINGS E-001 E-121 E-122 G-001 M-001 M-002 M-100 M-120 M-121 M-122 M-123 M-124 M-321 M-501 M-601 Legend, General Notes, & One-Line Diagrams Boiler Room Plans Partial Basement, First Floor & Loft Plans Cover Sheet: Contracts, Vicinity Map, & Sheet Index Legend, Abbreviations & General Notes Equipment Schedules Overall Building Plan Basement Plans Boiler Room Plans Partial First Floor Plan Loft Plans Partial Roof Plan Sections Details Diagrams

4 SECTION PROCURMENT AND CONTRACTING REQUIREMENTS PART 1 - Purpose The purpose of this Project Manual is to provide information regarding the construction services required to complete the boiler replacement at the pool facility. PART 2 - Procurement and Contracting Requirements A. REQUIREMENTS The requirements of this Invitation to Bid follow the statutes and rules pursuant to: 1. Oregon Administrative Rules, Division 46 - General Provisions Related to Public Contracting-, specifically OAR through OAR , latest edition] 2. Oregon Administrative Rules, Division 49 - General Provisions Related to Public Contracts for Construction Services] specifically OAR through OAR , latest edition] 3. Oregon Revised Statutes, Chapter 279A - Public Contracting General Provisions; specifically ORS 279A.005 through ORS 279A.990, latest edition; and 4. Oregon Revised Statutes, Chapter 279C - Public Contracting - Public Improvement's and Related Contracts; specifically ORS 279C.005 through ORS 279C.870, latest edition. B. RESPONSIBILITY It is the Bidder's responsibility to be familiar with the procurement requirements for this Invitation to Bid and the associated rules and statutes referred to in Division 49 and ORS 279C which affect the procurement of this Contract. C. PRE-OFFER CONFERENCE A mandatory Pre-Offer Conference will be scheduled on June 1, 2016 at 2:00 PM in the pool facility at River Road Park & Recreation District, 1400 Lake Drive, Eugene, OR PART 3 - About the Requesting Agency A. GENERAL INFORMATION 1. River Road Park & Recreation District (RRPRD) maintains and operates three locations, including its headquarters location at Emerald Park which includes its pool facility. RRPRD is a special tax district, separate from the city of Eugene, with its own boundaries. It is governed by a six-member, elected board of directors and managed by a district superintendent. Online information is available at rrpark.org. Procurement and Contracting Requirements Page

5 PART 4 - Project Description A. LOCATION The project is located at 1400 Lake Drive, Eugene, OR at the District's pool facility. B. SITE IMPROVEMENTS Built in 1960, the River Road Park and Recreation Center has undergone several additions and renovations over the years. One upgrade included replacement of the original boiler with two gas-fired, fire tub steam boilers sized at 20 and 50 boiler horsepower (BMP). Both boilers are beyond their ASHRAE median life expectancy of 25 years and the smaller boiler is no longer operational. Additional information regarding the boilers and facility can be found in the Specifications and Drawings. C. PROJECT SCOPE The natatorium space and associated locker areas of the River Road Park and Recreation facility are served by two boilers that are beyond their ASHRAE median life expectancy. Generally, the work ("Work") shall include replacing the boilers and associated equipment. More specifically. Work will include replacement of the existing steam boilers and related steam and condensate return system with a new heating water system. Since the use of steam will be eliminated, the existing pool heat exchanger and steam coils in air handlers AHLI2 and AHU-2. The new boilers will have a seasonal efficiency or approximately 95% compared to the existing boiler efficiency of 80%, producing significant energy savings. The existing women's locker room air handling unit has failed. Given its age, repair is not possible. Since heating water will now be available, replacement of the existing rooftop gas-fired heating unit with a new air handler with a heating coil is the preferred approach. This type of air handler will provide additional energy savings and have a longer life. Electrical work associated with the boilers will include replacement of the existing Panel P in the same location and serving the new panel from the newer switchboard installed during the 1997 electrical system improvements. Replacing the panel will allowfor increased access for service and provide full capacity of the panel. RRPRD will provide LED lamps or new pigtail wired LED fixtures to install at Contractor provided locations. The Work shall include: 1. Replace two existing steam boilers with condensing hot water boilers, 2. Provide associated flues, combustion air ductwork, and boiler trim. 3. Provide heating water distribution system including pumps, piping, and auxiliary components. 4. Replace existing steam coils with heating water coils in existing air handler HV-1 and HV Replace existing rooftop gas fired makeup air handler with new makeup air Procurement and Contracting Requirements Page

6 handler with heating water coil. Provide associated roof curb and roofing repairs. 6. Provide new heating waterto swimming pool wker heat exchanger and related pool heating water pump and train. 7. Provide electrical service to new equipment. 8. Provide new system controls. All Work shall be performed in accordance with the Specifications. D. SCHEDULE OF EVENTS Invitation to Bid Issue Date May 27, 2016 Mandatory Pre-Offer Conference June 1, 2016 at 2:00 p.m. Solicitation Protest Deadline June 6, 2016 by 5:00 p.m. Bid Closing June 14, 2016 by 2:00 p.m. Bid Opening June 14, 2016 at 2:15 p.m. RRPRD Board of Directors Approval June 15, 2016 Notice of Intent to Award Contract June 16, 2016 Selection Protest Deadline June 23, 2016 by 5:00 p.m. - END SECTION - Procurement and Contracting Requirements Page 00 GO 00-3

7 SECTION INVITATION TO BID PART 1 - General Information A. PURPOSE OF SOLICITATION 1. In this Invitation to Bid ("ITB"), River Road Park & Recreation District ("RRPRD") is seeking Bidders capable of providing construction services to replace boilers and associated equipment ("Project") at the pool facility at the District's Emerald Park headquarters location at 1400 Lake Drive, Eugene, OR This Project must be completed during the pool closure, August 27, 2016 to September 18, Only a base bid is being sought; no alternatives are requested by the District. B. BIDDER QUALIFICATIONS AND REFERENCES 1. Prequalification is not required. 2. Bidders must be skilled, experienced and regularly engaged in the general class and type of Work called for in the Contract Documents. Specifically, Bidder must have experience in boiler replacement work. 3. At the time Bidder submits its Bid, Bidder and any subcontractor Bidder intends to use for the Project, must hold valid, current professional licenses and/or certifications as required by law for the Bidder's and/or subcontractor's profession. C. PRE-OFFER CONFERENCE 1. A Mandatory Pre-Offer Conference is scheduled for this ITB at the time and place under Section , Part 2.C of this ITB. 2. Attendance at the mandatory Pre-Offer Conference is required for all Bidders and any Bid received from a Bidder who did not attend the mandatory Pre-Offer Conference will be rejected. 3. Any statements made at this conference will not change the Plans, Specifications or Contract Documents unless an Addendum has been issued by the Project Manager. D. PROJECT DATES 1. Start Date: Work shall begin within 15 days of issuance of the Notice to Proceed. Work at the pool facility shall begin on August 27, 2016 (the first date of the pool closure). 2. Substantial Completion - No later than September 14, Final Completion - No later than September 18, E. PREVAILING WAGE RATES: 1. During the Project, the Bidder and all subcontractors must comply with ORS 279C.800 through 279C.870 relative to state prevailing wage rates and any other requirements as provided in the administrative rules of the Commissionerof the Oregon Bureau of Labor and Industries (BOLI). Invitation to Bid Page GO 01 GO -1

8 RRPRD will not consider a Bid unless the Bid contains a statement by the Bidder that the Bidder will comply with ORS 279C.838 or ORS 279C.840 or 40 U.S.C etseq. 2. Before beginning Work under the Contract, the Bidder and all subcontractors must file the required public works bond with the Construction Contractors Board. These requirements apply to the Boiler Replacement Project, and any otherwork that would constitute public works under the referenced requirements. 3. The applicable State BOLI prevailing wage rates are those in effect at the time of the advertisement to Bid, appearing in the latest-issued BOLI publication titled "PREVAILING WAGE RATES for Public Works Contacts in Oregon, which are incorporated herein by reference and is available at the following web address: http.// shtml. The date of publication is January 2014 and no amendments are applicable. RRPRD will pay the fee required by ORS 279C.825 to BOLI, according to the BOLI administrative rules. F. METHOD OF BIDDING Bidder shall complete and submit all documents required by the ITB. RRPRD reserves the right to discard documents submitted by a Bidder that are not required by the ITB and do not contain any Bidder-supplied information. G. PRICING BID SUBMITTAL INSTRUCTIONS: 1. Bidders shall enter pricing and other required information for all Bid Items listed in the Bid Form. 2. Ifthe Bid Form is replaced by an Addendum, then Bidders shall use that replacement form to provide pricing and other required Information. 3. Ifthe Bid Form is only modified by an Addendum, then Bidders shall follow the instructions in the Addendum for making modifications to the Bid Form. 4. Failure to supply the required information in the Bid Form or subsequent Addendum may result in rejection of the Bid as non-responsive. H. METHOD OF AWARD The Award will be made to the Responsible Bidder who submits the lowest responsive base Bid. I. SOLICITATION LAWS AND RULES 1. This ITB and the resulting Contract are governed by Oregon law. Specific laws and rules that govern the solicitation process are found in Chapters 279A and 279C of the Oregon Revised Statutes and the Attorney General's Model Public Contract Rules ("Model Rules") OAR 137 Divisions 046 and The ITB and resulting Contract may be subject to other laws and rules. Bidders should obtain and become acquainted with the applicable Invitation to Bid Page

9 provisions of the above laws and rules. Copies may be obtained as follows: a. Oregon Revised Statutes (ORS 279A and 2790) - May be obtained from Legislative Counsel Committee, 900 Court St NE, S101 State Capitol, Salem, OR Phone (503) , or online at: A.html, or C.html b. Oregon Attorney General's Model Public Contract Rules (OAR 137 Divisions 046 and 049) - May be obtained from the Department of Justice, Publications Center, 1162 Court St NE, Salem, OR ; Phone (503) or online at: -END SECTION - Invitation to Bid Page

10 SECTION INSTRUCTIONS FOR PROCUREMENT Part 1 - Instruction to Bidders A. GENERAL INFORMATION 1. Bidders shall indicate whether they are a resident Bidder, as defined in ORS 279A RRPRD may reject a Bid that does not comply with prescribed public contracting procedures and requirements, including the requirements to demonstrate the Bidder's responsibility under ORS {3)(b), and RRPRD may reject for good cause all Bids after finding that doing so is in the public interest. 3. RRPRD may not receive or consider a Bid for a public improvements contract unless the Bidder is licensed by the Construction Contractors Board (CCB). Failure to comply with this requirement shall result in Bid rejection. 4. At the time Bidder submits its Bid, any subcontractor Bidder intends to use for the project must hold valid, current professional licenses and/or certifications as required by law for the subcontractor's profession. 5. Each Bid must also be accompanied by a Bid Bond using the form provided, or a certified cashier's check payable to the order of RRPRD in an amount equal to ten percent (10%) of the amount of the Bid, as a guaranty that the Bidder, if offered the Contract, will execute the Contract and properly furnish bonds, insurance and evidence of qualifications in conformity herewith. Failure to do so will cause a forfeiture of the Bid guaranty. B. OBTAINING INVITATION TO BID DOCUMENTS 1. The ITB, including all documents, supporting materials, and any Addenda, will be available for online or in-print viewing beginning on May 27, To view on line, visit: 3. To view a printed copy, visit Central Blueprint, 47 W. 5th Ave., Eugene, OR between 8:15 a.m. and 5:00 p.m. Bidders shall pay the cost of reproduction of Bid documents. 4. Each Bidder shall submit its name, postal and address to the Project Manager for the purposes of developing a plan holders list and sending out Addenda. C. NOTICE AND AMENDMENT OF BID 1. Any changes or additions to the Bid content developed after the release of the Bid will be described in Addenda. Such changes and/or additions include any change of dates in the Bid Schedule. Instructions for Procurement Page

11 2. In the event that RRPRD elects to amend, revise, or supplement any part of the Bid, a written Addendum will be ed to the Bidder and posted online via RRPRD's website. Any Addenda so issued shall be considered part of the Specifications of the Bid. RRPRD is not responsible for any explanation, clarification, interpretation, or approval made or given in any manner except by written Addenda issued by RRPRD. In the case of any doubt or differences of opinion as to the services to be furnished hereunder, or the interpretation of the provisions of the Bid, the decision of RRPRD shall be final and binding upon all parties. 3. RRPRD will not issue Addenda less than 72 hours (3 calendar days) prior to 12:00 pm on the Bid closing date. Should the Bid closing date be extended by Addendum, the extended Bid closing date will supersede the prior closing date in determining the 72-hour Addendum window. Bidders should check the RRPRD website frequently until Closing, i.e. at least once weekly until the week of Closing and at least once daily the week of Closing. D. SOLICITATION PROTESTS; REQUEST FOR CHANGE; REQUEST FOR CLARIFICATION; REQUEST FOR PRODUCT SUBSTITUTION 1. Protests of the requirements, contractual provisions in the ITB, or requests for changes or clarifications of the ITB shall be made in writing, via , to the Project Manager by the time stated in the Schedule of Events. Protests of, and requests for changes to, technical or contractual requirements. Specifications, or provisions shall include the reason for the protest and any proposed changes to the requirements. No such protests or requests will be considered if received after the deadline. 2. Any reference to a brand name in these Solicitation Documents, including the Specifications and Plans, establishes the minimum requirements for quality, utility, durability, function, and purpose. Other brand names may be used in the construction of the Project so long as: (1) they are equal to or better than the product brand name; (2) the brand name listed is not mandated pursuant to a brand name exception; (3) Bidder submits, via , a Substitution Request Form to the Project Manager by the date for Solicitation Protests; and (4) the Project Manager approves, in writing, such substitution. Requests for substitution of a product shall provide all the information necessary for the Project Manager to determine acceptability. The Project Manager may approve or deny a request for substitution in his sole discretion. Any Bid that includes a non-approved alternate product brand, or that takes exception to the Specifications, Plans, or contractual terms of the ITB, may be deemed as non-responsive and rejected. Any product subsequently approved for substitution will be listed on a Solicitation Addendum or Addenda issued by RRPRD. E. BID MODIFICATION PRIOR TO CLOSING 1. Alterations and erasures made before Bid submission must each be individually initialed in ink by the person signing the Bid. Bids, once submitted, may be modified in writing before Closing. Modifications made after Bid submission shall be prepared on Bidder's letterhead, be signed by an authorized representative, and state that the modifications amend Instructions for Procurement Page

12 and supersede the prior Bid. Nothing construed in this paragraph shall be construed as allowing the Bidder to alter or otherwise change the form of the Bid, the form of the Contract, the conditions of the Bid, the Specifications, and/or Plans attached to the Bid Documents. 2. Modifications must be submitted in a sealed envelope clearly marked as follows: BID MODIFICATION River Road Park and Recreation District Boiier Repiacement Project Bidder's Name BID WITHDRAWALS PRIOR TO CLOSING 1. Bids may be withdrawn in writing when submitted on Bidder's letterhead, signed by an authorized representative, and received by the Project Manager prior to Closing. 2. Bids may also be withdrawn in person before Closing upon presentation of appropriate identification and evidence of authorization to act for Bidder. Signature confirmation of withdrawal may also be required. BID CLOSING, OPENING AND FIRST-TIER SUBMITTAL 1. All Bids, including attachments, shall be delivered or received by the Project Manager no later than 2:00 PM on June 14, 2016, at River Road Park and Recreation District Main Office, 1400 Lake Drive, Eugene, Oregon Late Bids shall not be considered, and at RRPRD's discretion, may be returned unopened to the Bidder. 2. No other materials shall be submitted with the Bid, except those specifically identified in this ITB, below. Bids received after the specified time and date will not be given further consideration. 3. The Bid must be prepared in writing, no oral, telegraphic, , facsimile or telephone Bids will be accepted. 4. Bidders shall submit THREE (3) copies of the Bid and at least one copy submitted by the Bidder must bear an original signature. Failure to submit a Bid bearing an original signature will result in rejection of the Bid. 5. Bids must be submitted in a sealed package or envelope. To ensure the proper identification and handling, all packages and envelopes shall be clearly marked as follows: SEALED BID ENCLOSED River Road Park and Recreation District Boiler Replacement Project Bidder's Name 6. RRPRD is not responsible for the proper identification and handling of Instructions for Procurement Page

13 any Bid not properly identified, marked and submitted in a timely manner. 7. All Bids will be publically opened at 2:15 PM on June 14, 2016, which is immediately after the deadline for submitting Bids, at River Road Park and Recreation District Main Office, 1400 Lake Drive, Eugene, OR Only the name of the Bidder(s) and the item{s) to be considered for award purposes will be read at the Opening. It is optional for Bidders to attend. Award decisions will not be made at Opening. Bids received after the date/time for Closing will not be considered for award. 8. A Bidder shall not make the Bid contingent upon RRPRD's acceptance of Specifications, Plans or Contract terms that conflict with or are in addition to those advertised in the ITB. 9. Within TWO (2) working hours after Bid Closing (2:00 PM) on June 14, 2016 Bidder shall submit to the Project Manager, at River Road Park and Recreation District Main Office, 1400 Lake Drive, Eugene, OR 97404, the First-Tier Subcontractor Disclosure Form for subcontractors that: a. Will be furnishing labor or will be furnishing labor and materials in connection with this Contract; and b. Will have a contract value that is equal to or greater than FIVE (5) percent of the total Bid or $15,000.00, whichever is greater, or $350,000 regardless of the total percentage of the Bid. c. Failure to disclose first-tier subcontractors shall result in a rejection of the Bid. H. BID FORMS 1. Required information must be submitted on the forms specified in the ITB, including: a. Bid Form b. First-Tier Subcontractor Form (submitted within 2 working hours after Closing) c. Bid Bond Form d. Non Collusion Affidavit 2. Bids that do not contain the information requested may be rejected as non-responsive. Any information Bidder submits that is not required to be included on forms prescribed herein must be formatted in the manner called for in the ITB. I. INQUIRES 1. All questions and contacts with RRPRD regarding the Bid must be addressed in writing, via , to the Project Manager: RRPRD Project Manager Jack Heisel jackh@rrpark.org Instructions for Procurement Page

14 2. Statements made by the RRPRD Project Manager are not binding on RRPRD unless confirmed in writing via an Addendum. Addenda will be issued for significant clarifications that arise during the response period up to the final date of Addenda issuance. 3. Contact with other RRPRD staff without prior clearance from the Project Manager may result in Bidder disqualification. J. TIME FOR BID ACCEPTANCE A Bidder's Bid is a firm Bid, irrevocable, valid and binding on the Bidder for not less than ninety (90) calendar days from the Closing Date. RRPRD may request, orally or in writing, and extension of the time during which RRPRD can consider the Bid(s). If a Bidder agrees to such extension, the Bid shall continue as a firm Bid, irrevocable, valid and binding on the Bidder for the agreed-upon extension period. K. PROCESSING OF BIDS Neither the release of Bid security, nor acknowledgment that the selection process is complete shall operate as a representation by RRPRD that any Bid submitted was complete, sufficient, lawful in any respect, or otherwise in substantial compliance with the ITB requirements. L. RIGHT TO AWARD OR REJECT BIDS 1. All Bids will become part of the public record. In evaluating the Bids, RRPRD may waive minor informalities and irregularities and may seek information from Bidders to clarify the Bidder's Bid. In that event. Bidder must submitwritten and signed clarifications and such clarifications shall become part of the Bid. 2. RRPRD reserves the right to reject a Bid that does not comply with the prescribed public contracting procedures and requirements, including the requirement to demonstrate the Bidder's responsibility under ORS 279C.375 (3)(b), and that RRPRD may reject for good cause all Bids after finding that doing so is in the public interest. 3. RRPRD reserves the right to delete Bid items. 4. RRPRD is not liable for any costs a Bidder incurs while preparing or presenting the Bid or during further evaluation stages. M. BID EVALUATION CRITERIA 1. Bids will be evaluated to identify the lowest responsive Bid submitted by a responsible Bidder and not otherwise disqualified (Refer to OAR ). Adjustments made to account for reciprocal preferences will be for Bid evaluation only. No such adjustments shall operate to amend Bidder's Bid or any Contract awarded pursuant thereto. 2. To be considered responsive, the Bidder must substantially comply in all material respects with applicable solicitation procedures and requirements in the Solicitation Documents. In making such evaluation, RRPRD may waive minor informalities and irregularities. Instructions for Procurement Page

15 3. Prior to award of the Contract, RRPRD will evaluate whether the apparent successful Bidder meets the applicable standards of responsibility identified in ORS (2)(b) and OAR In doing so. RRPRD may investigate the Bidder and request information in addition to that already required in the ITD, when, in RRPRD's sole discretion, RRPRD considers it necessary or advisable. 4. Awards shall be subject to the preference for products produced or manufactured in Oregon, if price, fitness, and quality and equal; and, solely for the purpose of evaluating Bids, RRPRD will add a percentage increase to the Bid of a non-resident Bidder equal to the percent, if any, of the preference given to the Bidder in the state in which the Bidder resides. For example, ifthe Bidder is from a state that grants a ten (10) percent preference to local Bidders, RRPRD will add ten (10) percent to that Bidder's Bid price (OAR and ). N. AWARD OF CONTRACT 1. RRPRD will issue to each Bidder a Notice of Intent to Award a Contract. 2. After expiration of the Selection Protest Period and resolution of all protests, RRPRD will proceed with final award. RRPRD will award the Contract to the Responsible Bidder submitting the lowest responsive base Bid and selected alternates, if any. (If RRPRD receives only one Bid, RRPRD may dispense with the selection protest period and process with award of the Contract). 3. In accordance with ORS 279C.340, Contract Negotiations, RRPRD reserves the right to negotiate with the lowest Responsive Bidder should all the Bids exceed RRPRD's cost estimate for the Project. O. SELECTION PROTESTS Any Bidder who claims to have been adversely affected or aggrieved by the selection of a competing Bidder shall have SEVEN (7) calendar days after notification of the selected Bidder to submit a written selection protest to the Project Manager. This written notification must be received by 5:00 p.m. of the last day of the SEVEN (7) calendar-day period. No protest against selection of a Contract or award of a Contract will be considered if received after the deadline established for submitting such protest. P. COMMENCEMENT OF WORK Contractor shall not commence Work under this Contract until the Notice to Proceed has been issued. PART 2 - Trade Secrets and Public Records Law A. BID SUBMITALS All Bid submittals become the property of RRPRD and will not be returned to the Bidders. RRPRD shall retain the Bid and one copy of each original Bid received, together with copies of all RRPRD documents pertaining to the award of a Contract. These documents will be made a part of a file or record, which shall be Instructions for Procurement Page

16 open to public inspection after Bidder selection and award is announced. Ifa Bid contains any information that is considered a trade secret under ORS (2), Bidder must mark each sheet of such information with the following legend: "This data constitutes a trade secret under ORS (2), and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS Chapter 192." B. PUBLIC RECORDS LAW 1. Oregon Public Records Law exempts from disclosure only bona fide trade secrets, and the exemption from disclosure applies only "unless the public interest requires disclosure in the particular instance." Therefore, non disclosure of RRPRD documents or any portion of a RRPRD document submitted as part of a Bid may depend upon official or judicial determination made pursuant to the Public Records Law. 2. In order to facilitate public inspection of the non-confidential portion of the Bid, material designated as confidential shall accompany the Bid, but shall be readily separable from it. Prices, makes, model or catalog numbers of items offered, scheduled delivery dates, and terms of payment shall be publicly available regardless of any designation to the contrary. Any Bid marked as a trade secret in its entirety will be considered non-responsive. PART 3 - No Obligation All Bidders who submit a Bid in response to this ITB are deemed to understand, acknowledge and agree that RRPRD is not obligated as a result of the submittal of a Bid to enter into a contract with any Bidder and, further, that RRPRD has absolutely no financial obligation to any Bidder arising from responding to this Bid. All Bidders who respond to this solicitation do so solely at their own expense. PART 4 - Non-Responsive Bids Bidders are responsible for carefully reading all the terms and conditions contained in the ITB (including the terms and conditions contained in any attachments, exhibits or schedules to the ITB), and for following the instructions given. Bids that do not contain all the information requested may be rejected as non-responsive. PART 5 - Legal Certifications A. CONSTRUCTION CONTRACTORS BOARD (CCB) 1. Bidders shall be licensed with the State of Oregon Construction Contractors Board (CCB) prior to bidding on Public Improvements Contract(s). 2. All Subcontractors (as applicable) participating in the Project shall be similarly licensed and/or registered prior to the Bidder submitting its Bid. The CCB registration requirements apply to all public works contracts unless superseded by federal law. 3. Bidders shall provide their Construction Contractor's Board (ORS ) registration number on the Bid Form. Instructions for Procurement Page

17 B. ASBESTOS ABATEMENT LICENSING REQUIREMENTS (does not apply to this Contract) C. JOINT VENTURE / PARTNERSHIP DISCLOSURE The Bidder shall disclose on the Bid Form whether the Bid is submitted by either a partnership or joint venture. D. RESPONSIBILITY INQUIRY / CONTRACTOR REFERENCES RRPRD reserves the right, pursuant to OAR (2) to investigate, at any time prior to award and execution of the Contract, the apparent successful Bidder's responsibility to perform the Contract. Submission of a signed Bid shall constitute approval for RRPRD to obtain any information RRPRD deems necessary to conduct the evaluation. RRPRD shall notify the apparent successful Bidder, in writing, of any other documentation required, which may include, but is not limited to, recent profit-loss history: current balance statements; assets-toliabilities ratio, including number and amount of secured versus unsecured creditor claims; availability of short and long-term financing; bonding capacity; credit information; material; equipment; facility and personnel information; performance record of Contracts performance; etc. Failure to promptly provide this information may result in Bid rejection. RRPRD may postpone the award of the Contract after announcement of the apparent successful Bidder in order to complete its investigation and evaluation. Failure of the apparent successful Bidder to demonstrate Responsibility, as required under OAR (2), shall render the Bidder non-responsible and shall constitute grounds for Bid rejection. E. RECYCLED PRODUCTS Contractor shall use recycled materials to the maximum extent economically feasible in the performance of the Work set forth in Contract Documents. Recycled material means any material that would otherwise be a useless, unwanted or discarded material except for the fact that the material still has useful physical or chemical properties after serving a specific purpose and can, therefore be reused or recycled. F. RESIDENCY INFORMATION / FOREIGN CONTRACTOR 1. OAR (5) states "In determining the lowest Responsive Bid, the Contracting Agency shall, in accordance with OAR , add a percentage increase to the Bid of a nonresident Bidder equal to the percentage, ifany, of the preference given to that Bidder in the state in which the Bidder resides." "Resident Bidder" means a Bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the Bid, has a business address in this State, and has stated in the Bid whether the Bidder is a "resident Bidder". (ORS 279A.120) "Non-resident Bidder" means a Bidder who is not a "resident Bidder" as defined above. (ORS 279A.120) 2. FOREIGN CONTRACTOR: When a public contract is awarded to a nonresident bidder and the contract price exceeds $10,000, the bidder shall promptly report to the Department of Revenue on forms to be provided by the department the total contract price, terms of payment, length of contract Instructions for Procurement Page GO 20 GO - 8

18 and such other information as the department may require before the bidder may receive final payment on the public contract. The Owner shall satisfy itself that the requirements of this subsection have been complied with before issuing a final payment on a public contract. 3. Bidder shall indicate whether it is a Resident or Non-Resident Bidder on the Bid Form. G. CERTIFICATION OF COMPLIANCE WITH TAX LAWS By signature on the Bid Form, the Bidder attests or affirms under penalty of perjury: "That I am authorized to act on behalf of the Contractor in this matter that I have authority and knowledge regarding the payment of taxes, and that Contractor is, to the best of my knowledge, not in violation of any Oregon Tax Laws. For purposes of this certification, "Oregon tax laws" are those tax laws listed in ORS (4), namely ORS Chapters 118, 314, 316, 317, 318, 320, 321 and 323 and Sections 10 to 20, Chapter 533, Oregon Laws 1981, as amended by Chapter 16, Oregon Laws 1982 (first special session); the elderly rental assistance program under ORS to ; and any local tax laws administered by the Oregon Department of Revenue under ORS " H. CERTIFICATION OF DRUG-TESTING LAW REQUIREMENTS 1. Pursuant to OAR (1)(b)(B), the Bidder certifies by its signature on these solicitation document forms that it has a Qualifying Drug Testing Program in place for its employees that includes, at a minimum, the following: A written employee drug testing policy, (b) Required drug testing for all new Subject Employees or, alternatively, required testing of all Subject Employees every 12 months on a random selection basis, and (c) Required testing of a Subject Employee when the Bidder has reasonable cause to believe the Subject Employee is under the influence of drugs. 2. A drug testing program that meets the above requirements will be deemed a "Qualifying Employee Drug Testing Program." An employee is a "Subject Employee" only ifthat employee will be working on the Project job site. 3. If awarded a Public Improvement Contract as a result of this solicitation. Bidder agrees that at the time of Contract execution it shall represent and warrant to RRPRD that its Qualifying Employee Drug Testing Program is in place and will continue in full force and effect for the duration of the Public Improvement Contract. RRPRD's performance obligation (which includes, without limitation, RRPRD's obligation to make payment) shall be contingent on Contractor's compliance with this representation and warranty. 4. If awarded a Public Improvement Contract as a result of this solicitation, Bidder also agrees that at the time of Contract execution, and as a condition to Agency's performance obligation (which includes, without limitation, the Agency's obligation to make payment), it shall require each Subcontractor providing labor for the Project to: a. Demonstrate to the Contractor that it has a Qualifying Employee Drug Testing Program for the Subcontractor's Subject Instructions for Procurement Page

19 Employees, and represent and warrant to the Contractor that the Qualifying Employee Drug Testing Program is in place at the time of subcontract execution and will continue in full force and effect for the duration of the subcontract; or b. Require that the Subcontractor's Subject Employees participate in the Contractor's Qualifying Employee Drug Testing Program for the duration of the subcontract. I. CERTIFICATION OF COMPLIANCE WITH NON-DISCRIMINATION LAWS By signature to the Bid Form, the Bidder attests or affirms under penalty of perjury that: "I am authorized to act on behalf of Contractor in this matter, and to the to the best of my knowledge the Contractor has not discriminated against minority, women, emerging small business enterprises, or a business enterprise that is owned, controlled by, or that employs a disabled veteran in obtaining any required subcontracts, and that the Contractor is not in violation of any Discrimination Laws." PART 6 - Information To Be Submitted by the Apparent Successful Bidder A. PERFORMANCE AND PAYMENT BONDS Performance and payment bonds, in accordance with ORS 279C.380, and in an amount equal to the full Contract price conditioned on the faithful performance of the Contract in accordance with Plans, Specifications, and Conditions of the Contract shall be promptly executed and delivered to RRPRD. B. INSURANCE Throughout the Project, the Bidder must have and maintain in force, at its own expense, all insurance, required by RRPRD, noted below: 1. Workers Compensation insurance in compliance with ORS All employers, including Contractor, that employ subject workers who work under this Contract in the State of Oregon shall comply with ORS and provide the required Workers' Compensation coverage, unless such employers are exempt under ORS Contractor shall ensure that each of its subcontractors complies with these requirements. Contact Willamalane Project Manager. 2. Commercial General Liability insurance, on an occurrence basis, with a combined single limit of not less than $2,000,000for each occurrence of bodily injury, personal injury and property damage. It shall include coverage for broad form contractual liability; broad form property damage; personal and advertising injury; owners and contractor protective; premises/operations; and products/completed operations. Coverage shall not exclude excavation, collapse, underground, or explosion hazards. 3. Commercial Automobile Liability insurance with a combined single limit, or the equivalent of not less than $2,000,000 for each accident for Bodily Injury and Property Damage, including coverage for owned, hired and non-owned vehicles. "Symbol One" coverage shall be designated. Instructions for Procurement Page GO

20 4. Notice of canceiiation or change. There shall be no cancellation, material change, reduction of limits or Intent not to renew the Insurance coverage(s) without 30 days written notice from the Contractor or its Insurer(s) to RRPRD. This notice provision shall be by endorsement physically attached to the certificate of Insurance. 5. Additional Insured. For general liability Insurance and automobile liability Insurance RRPRD, and Its agents, officers, and employees will be Additional Insureds, but only with respect to Contractor's services to be provided under this Contract. This coverage shall be by endorsement physically attached to the certificate of Insurance. 6. Builder's Risk Insurance. Contractor shall secure and maintain during the life of the Contract an All Risk or equivalent Builder's Risk Insurance Policy In an amount equal to the full value of the facility under construction, unless otherwise specified. Such Insurance shall Include coverage for the Contractor, Subcontractors of all tiers. Owner, Project Manager and Design Consultant, as their interests may appear. The Contractor Is responsible for payment of all deductlbles. 7. Certificates of Insurance. Contractor shall furnish Insurance certificates acceptable to RRPRD prior to commencing Work. The certificate will Include the deductible or retention level and required endorsements. Insuring companies or entitles are subject to RRPRD approval. If requested, copies of Insurance policies shall be provided to the RRPRD. Contractor shall be responsible for all deductlbles, self-insured retention's, and/or self-insurance. - END SECTION - Instructions for Procurement Page

21 River Road Park & Recreation District SECTION Project: Bid Closing: Bid Opening: RIVER ROAD PARK & RECREATION DISTRICT BID FORM RRPRD Boiler Replacement Project Tuesday, June 14, 2016, 2:00 PM Tuesday, June 14, 2016, 2:15 PM To: River Road Park & Recreation District Jack Heisel, Project Manager 1400 Lake Drive Eugene, OR From: Bidder: Date: Person Representing Bidder (Name): Address: Telephone: 1. Bidder's Bids. The undersigned Bidder, having full knowledge of the quality of the material and labor to be performed, hereby proposes to perform all labor and furnish all materials necessary to complete the project. The undersigned Bidder declares that Bidder has received and examined the Contract Documents, will contract with River Road Park & Recreation District ("RRPRD" or "Owner") to do everything requirement for fulfillment of the Contract for construction at the prices and on the terms and conditions as stated herein: BASE BID: Bid: (Words) (Figures) 2. Single or Multiple Contracts. River Road Park & Recreation District (RRPRD) reserves the right to award a single or multiple contracts, whichever is in the best interest of RRPRD. 3. Acceptance of Documents. Bidder accepts all of the terms and conditions in, and agrees to be bound by the Invitation to Bid, Instructions to Bidders and documents attached thereto, including without limitation those dealing with the disposition of Bid security. 4. Addenda. Bidder has examined and carefully studied the Bid Documents, the other related data identified in the Bid Documents, and the following Addenda, receipt of which is hereby acknowledged. Bid Form Page

22 River Road Park & Recreation District Addendum No. Addendum Date (Bidder shall insert number of each Addendum received.) 5. Bid Security. Accompanying this Bid Form is Bid Security, which is not less than ten (10) percent of the total of the Bid amount. Bidder agrees that the Bid Security accompanying the Bid(s) will be deposited in escrow by RRPRD and that the amount thereof is the measure of liquidated damages which RRPRD will sustain by the failure of the Bidder to execute and deliver a signed Contract, Performance Bond, and Payment Bond within the required time. In the event the Bidder fails to execute and deliver the Contract, Performance Bond, or Payment Bond within the required time, the Bid Security may, in RRPRD's sole discretion, become the property of RRPRD. However, if RRPRD fails to accept the Bid within sixty (60) days of the time set for the opening of the Bids, or ifthe Bidder executes and timely delivers the Contract, Performance Bond and Payment Bond within the required time, the Bid Security shall be returned. 6. Bidder's Representations. In submitting this Bid, Bidder represents that: a. The undersigned Bidder declares that the only persons or parties interested in the Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on the Contract. b. The Bidder further declares that it has carefully examined the Contract Documents and that this Bid is made according to the provisions and under the terms of the Contract Documents, which documents are hereby made a part of this Bid. c. At the time Biddersubmits its Bid, Bidder and any subcontractor Bidder intends to use for the project, shall hold a valid, current professional license and/or certification as required by law for Bidder's and/or subcontractor's profession. Bidder must submit, with its Bid, a copy of its required licenses or certification. FAILURE TO COMPLY WITH THIS REQUIREMENT SHALL RESULT IN BID REJECTION. d. Bidder shall apply for and will meet all requirements for a permit(s) for the Project with the City of Eugene and any other applicable jurisdiction. e. Bidder has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, and performance of the Work. f. Bidder has carefully studied the Boiler Replacement Study, Specifications and Drawings in this ITB. g. Bidder is familiar with and is satisfied as to all federal, state and local laws and regulations that may affect cost, progress, and performance of the Work. Bid Form Page

23 River Road Park & Recreation District h. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bid Documents. i. Bidder has given the Project Manager written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bid Documents, and the written resolution thereof by the Project Manager is acceptable to Bidder. j. The Bid Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. k. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; I. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; m. Bidder has not solicited or induced any individual or entity to refrain from bidding; n. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner; o. All required sales and use taxes are included in the stated Bid prices for the Work unless provision is made herein for the Bidder to separately itemize the estimated amount of sales tax; and p. Bidderagrees to be bound by and will comply with the provisions of ORS 279C.838; ORS 279C.840; or 40 U.S.C to 3148 as applicable. 7. Contract Times. The Bidder agrees that the Work, and any stages and/or milestones specified in the Contract Documents, will be substantially complete and will be completed and ready forfinal payment in accordance with the General Conditions on or before the dates or within the number of calendar days indicated in the Contract. 8. Liquidated Damages. Bidder accepts the provisions in the Contract Documents as to Liquidated Damages. Bid Form Page GO

24 River Road Park & Recreation District 9. Contract Execution and Bonds. The Bidder agrees that ifthis Bid is accepted, it will, within 15 calendar days after Notice of Award is provided to Bidder, contract with RRPRD in the form of a contract prepared by RRPRD, and will at that time deliver to the Owner the required performance and payment bonds and certificates of insurance, and will, to the extent of this Bid, furnish all labor, machinery, tools, apparatus, and other means to do the Work and furnish all the materials necessary to complete the Work as specified in the Contract Documents. The surety requested to issue the Performance Bond and Payment Bond will be. The Bidder hereby authorizes said surety company to disclose any information to RRPRD concerning the Bidder's ability to supply a Performance Bond and Payment Bond each in the amount of the Contract. 10. Subcontractors. Bidderagrees to submit as part of its Bid, or within two (2) working hours after the effective Bid submittal time, the names of subcontractors as required in the Instructions to Bidders and by State law, whom Bidder, if awarded contract, will name for performance of the categories of Work. 11. Bidder. Ifthe Bid is accepted. Bidder hereby agrees to contract with the Owner in the form of a Contract prepared by the Owner's Attorney to furnish the performance and payment bonds and the required evidence of the insurance within 15 calendardays after receiving written notice of the final award of the Contract. 12. Bidder Certifications. The undersigned Bidder hereby certifies that: a. Throughout the period of the Contract, Bidder shall be licensed by the State of Oregon to do the type of work required under the terms of the Contract Documents; b. Bidder is skilled, experienced and regularly engaged in the general class and type of Work called for in the Contract Documents. Specifically, Bidder, has experience in the repair and replacement of boilers and associated equipment. Bidder has the manpower and resources to satisfactorily perform such Work; c. In compliance with the Worker's Compensation Law of the State of Oregon, its Worker's Compensation Insurance provider is Policy No., and that ifsuccessful, Bidder shall submit Certificates of Insurance as required; d. Bidder has a Qualifying Drug Testing Program for its employees pursuant to OAR (1)(b)(B). In addition. Bidder agrees to require all Subcontractors to have a Qualifying Employee Drug Testing Program for its employees at the time of subcontractor execution; e. Bidder has not discriminated against minority, women, emerging small business enterprises, or a business enterprise that is owned, controlled by, or that employs a disabled veteran in obtaining any required subcontractors, and that the Bidder is not in violation of any Discrimination Laws; f. Ifawarded the Contract, Bidder will comply with the provisions of ORS 279C.800 through 279C.970, or 40 U.S.C et seq. pertaining to the payment of prevailing rates of wage. Bid Form Page GO

25 River Road Park & Recreation District g. If awarded the Contract, Bidder will use recycled materials to the maximum extent economically feasible In the performance of the Work set forth in the Contract Documents. Recycled material means any material that would othen/vise be a useless, unwanted or discarded material except for the fact that the material still has useful physical or chemical properties after serving a specific purpose and can, therefore, be reused or recycled. h. Bidder is registered with the Oregon Construction Contractors Board at the time of the Bid in accordance with ORS to Bidder's CCB Registration Number is:. Failure to register and disclose the number will make the Bid unresponsive and it will be rejected, unless contrary to federal law. i. All subcontractors who perform construction work as described in ORS (2) were registered with the Construction Contractors Board in accordance with ORS [ to J at the time the subcontractor(s) made a Bid to work under the Contract. j. At the time Bidder submits its Bid, all subcontractors Bidder intends to use for the project hold valid, current professional licenses and/or certifications as required by law for subcontractor's profession. k. If awarded the Contract, and if the amount of the Contract exceeds ten thousand dollars ($10,000), and if Bidder is not domiciled in or registered to do business in the State, Bidder shall promptly provide to the Oregon Department of Revenue all information required by that Department relative to the Contract. RRPRD shall be entitled to withhold final payment under the Contract until this reporting requirement has been met; and I. Bidder attests or affirms under penalty of perjury: "That I am authorized to act on behalf of the Contractor in this matter that I have authority and knowledge regarding the payment of taxes, and that Contract is, to the best of my knowledge, not in violation of any Oregon tax laws. For purposes of this certification, "Oregon tax laws" are those tax laws listed in ORS (4), namely ORS Chapters 118, 314, 316, 318, 320, 321, and 323 sections 10 to 20, Chapter 533, Oregon Laws 1981, as amended by Chapter 16, Oregon Laws 1982 (first special session); the elderly rental assistance program under ORS to ; and any local tax laws administered by the Oregon Department of Revenue under ORS " 13. Resident Bidder. OAR (5) states, "In determining the lowest Responsive Bid, the Contracting Agency shall, in accordance with OAR , add a percentage increase to the Bid of a nonresident Bidder equal to the percentage, if any, of the preference given to that Bidder in the state in which the Bidder resides. "Resident Bidder" means a Bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the Bid, has a business address in this State, and has stated in the Bid that the Bidder is a "Resident Bidder." (see ORS 279A.120). "Non-resident Bidder" means a Bidder that is not a "Resident Bidder," as defined above. Check one. The Bidder submitting this Bid is a: ( ) Resident Bidder. Bidder's Oregon business address: Bid Form Page

26 River Road Park & Recreation District ( ) Non-Resident Bidder. Bidder's state of residency: 14. Partnership or Joint Venture. If Bidder is, or intends to form, a partnership or joint venture to complete the Work of this Contractor, list the names of the partners (if co-partnership) or names of joint venturers (if a joint venture) and identify the name of the contact person for purposes of Work on this Contract. IN WITNESS hereto the undersigned has set its hand this day of, Company Name: Address: Federal Tax ID: Telephone Number: Fax Number: If Sole Proprietor. Partnershio. or Joint Venture: Signature: Name (typed): Title: If Corooration: Name of Corporation: By: Title: Attest:. Secretary Bid Form Page

27 River Road Park & Recreation District SECTION BID BOND KNOW ALL MEN AND WOMEN BY THESE PRESENTS, that (Contractor) and, a corporation duly organized under the laws of the State of having its principal place of business at in the State of and authorized to do business in the State of Oregon (Surety) are held and firmly bound unto River Road Park & Recreation District. (Owner) Inthe penal sum of DOLLARS ($ ), lawful money of the United States of America, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS BOND IS SUCH THAT: WHEREAS the Contractor is herewith submitting its Bid Form for construction of River Road Park and Recreation District BoilerReplacement Project, said Bid Form, by reference thereto, being hereby made a part hereof. NOW, THEREFORE, ifthe Bid Form submitted by the Contractoris accepted and the Coritract awarded to the Contractor, and ifthe Contractorexecutes the proposed Contract and fumishes such Performance and Payment Bondsand evidence of insurance as required by the Contract Documents within the timefixed by the documents, then this obligation becomes void; if, inthe event the Contractor seeks to revoke its offerfor any reason not authorized by law and not consented to bythe Owner and if awarded the Contract and the Contractor fails, neglects, or refuses to enter into a contract to perform said Work and furnish said labor, equipment and/or material, and to furnish Performance and Payment Bonds and evidence of insurance as required within the time specified, then the amount herein stated will be declared to beforfeited and become due and payable to the Owner as liquidated damages. SIGNED, SEALED, AND DATED this day of, Contractor Address Phone Number Bid Bond Form Page

28 River Road Park & Recreation District Address By: Title Surety: _ By: Attomey-in-Fact Oregon Agent for Sen/ice: Address CORPORATE SEAL (CONTRACTOR) CORPORATE SEAL (SURETY) If the Contractoris operating under an assumed business name, there must also be set forth in the first paragraph of the bond the names of allthe partners or the individual owning the business, and the bond must be executed by one of them. If the Contractor is a corporation, the bond must be executed by one ofthe officers authorized to execute bonds, showing Its official title and the seal of the corporation. Ifthe Contractor is a limited liability company, the bond must be executed by one ofthe Members and/or Managers authorized to execute bonds, showing itsofficial title and the seal of the corporation, if any. The bond must be executed by an Attomey-ln-Fact forthe surety company, showon the face thereof the Oregon agent for service, and bear the seal ofthe surety company. Where the bond Is executed by an agent, there must be included a certified copy ofthe authority ofthe agentto actfor the surety company at the time ofthe execution ofthe bond. The bond mustbe issued bya surety authorized to issue such bonds in the State of Oregon and thatis named onthe current list ofapproved surety companies acceptable on federal bonds as published in the Federal Register bythe audit staff. Bureau ofaccounts, United States Treasury Department. Bid Bond Form P

29 River Road Park & Recreation District SECTION NOTICE TO FIRST-TIER SUBCONTRACTORS Instructions for First-Tier SubcontractorDisclosure Bidders are required to disciose information about certain first-tier subcontractors (see ORB ). Specifically, when the contract amount of a first-tier subcontractor furnishing labor or labor and materials would be greater than or equal to: (i) 5% of the project Bid, but at least $15,000; or (ii) $350,000 regardless of the percentage, the Bidder must disclose the following information about that subcontract either in its Bid submission, or within two hours after Bid Closing: (A) The subcontractor's name; (B)The category of Work that the subcontractor would be performing; and (C) The dollarvalue of the subcontract. Ifthe Bidderwill not be using any subcontractors that are subject to the above disclosure requirements, the Bidderis required to indicate"none" on the accompanying form. RRPRD MUST REJECT A BID IF THE BIDDER FAILS TO SUBMIT THE DISCLOSURE FORM WITH THIS INFORMATION BY THE STATED DEADLINE (see OAR ). First-Tier Subcontractors Disclosure / Form Page

30 River Road Park & Recreation District FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM PROJECT NAME: BID#: River Road Park & Recreation District Boiler Replacement Project BID CLOSING: June 14,2016 at 2 PM Pacific Standard Time This form must be submitted at the location specified in the Invitation to Bid on the advertised Bid closing date and within two working hours after the advertised Bid closing time. List below the name of each subcontractor that will be fumishing labor or will be furnishing labor and materials and that is required to be disclosed, the category of work that the subcontractor will be performing and the dollar value of the subcontract. Enter "NONE" ifthere are no subcontractors that need to be disclosed. (ATTACH ADDITIONAL SHEETS IF NEEDED.) SUBCONTRACTOR NAME CATEGORY OF WORK DOLLAR VALUE $ $ $- Failure to submit this form by the disclosure deadline will result in a nonresponsive Bid. A nonresponsive bid will not be considered for award. Form Submitted By (Bidder Name): Contact Name: Phone Number First-Tier Subcontractors Disclosure / Form Page

31 River Road Park & Recreation District SECTION NGN COLLUSION AFFIDAVIT The undersigned states that this Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or Indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from Bidding, that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price or the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusiveor sham Bid. Signature of Affiant State of Oregon ) )ss. County of ) On. 2016,. personally Appeared before me, Public, Notary Personally known to me OR provided to me onthe basisofsatisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to methathe/she/they executed the same in his/her/their authorized capacity(ies), andthat by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf ofwhich the person(s) acted, executed the instrument. WITNESS my hand and official seal. (Signature of Notary Public) Non Collusion Affidavit Page

32 River Road Park & Recreation District SECTION SUBSTITUTION REQUEST FORM TO: Jack Heisel Project Manager River Road Park & Recreation District 1400 Lake Drive Eugene, OR Emaii: SPECIFIED ITEM: Section Paragraph Description The undersigned requests consideration of the following: PROPOSED SUBSTITUTION: Attached data includes product descriptions, specifications, drawings, photographs, performance and test data adequate for evaluation of request including identification of applicable data portions. Attached data also includes description of changes to Contract Documents and proposed substitution requires for proper installation. The undersigned certifies following items, unless modified byattachments, are correct: 1. Proposed substitution does not affectdimensions shown on drawings. 2. Undersigned paysfor changes to building design, including engineering design, detailing, and construction costs caused by proposed substitution. 3. Proposed substitution has no adverseeffect onothertrades, construction schedule, or specified warranty requirements. 4. Maintenance and service partsavailable locally or readily obtainable for proposed substitution. Undersigned further certifies function, appearance, and quality of proposed substitution are equivalent to or superiorto specified item. Submitted bv: Sianature: For use by Engineer Approved Approved as noted. NotApproved Received too late Film: Bv: Address; Date: Date: Tel: Attachments: Fa*: For use by Project Manager Approved Approved as noted. NotApproved Received too late Bv: Date: Substitution Request Form Page

33 River Road Park & Recreation District SECTION CONTRACT This Contract, made and entered into by and between River Road Park & Recreation District, a political subdivision of the State of Oregon, hereinafter called the "Owner," and (Bidder's Name) of (Bidder's City and State) hereinafter called the "Contractor;" WITNESSETH: The Contractor, in consideration of the sum to be paid by the Owner and of the covenants and agreements herein contained, hereby agrees at its own proper cost and expense to do all the Work and furnish all the materials, tools, labor, transportation, and all appliances, machinery and appurtenances for construction to the extent of the Bid made by the Contractor, dated the day of, 201, all in full compliance with the Contract Documents referred to herein. The BIDDING REQUIREMENTS, including the signed copy of the Bid Form, the CONTRACT FORMS, the GENERAL CONDITIONS, the SPECIFICATIONS, DRAWINGS, and ADDENDA, are hereby referred to and by reference made a part of this Contract as fully and completely as if the same were fully set forth herein and are mutually cooperative therewith. In consideration of the performance of the Work as set forth in these Contract Documents, the Owner agrees to pay to the Contractor the amount bid in the Bid Form as adjusted in accordance with the Contract Documents, or as otherwise herein provided, and to make such payments inthe manner and at the times provided inthe Contract Documents. CONTRACT TIMES The Contractor agrees to complete the Work in the manner described and within the time specified below. The Contractor agrees to accept as full payment hereunder the amounts computed as determined by the Contract Documents and based on the said Bid The Work shall be Substantially Completed on or before September 14, The Work shall be completed in ali respects and ready for finai payment in accordance with the General Conditions on or before September 18,2016. LIQUIDATED DAMAGES The Contractor agrees that the damages for delay sustained by the Owner by reason of the Bidder's failure to timely perform its obligations under this Contract and within the time noted above are difficult, if not impossible, to ascertain. The Bidder also agrees that liquidated damages in the amounts shown below are reasonable in light ofthe anticipated or actual harm which may be caused by the delay, the difficulties of proving loss, and the inconvenience or nonfeasibility of otherwise obtaining an adequate remedy for delay. Such liquidated damages shall not bethe exclusive remedy of the Owner, but shall be in addition to any other remedies Owner may have for breach ofthis Contract and shall be in addition to any actual provable damages, other than for delay, sustained by Owner by reason of a breach of this Contract by the Bidder. Saturdays, Sundays and any other Oregon legal holidays shall be included in determining days in default. Contract Page

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org Addendum 1 Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR 97478-6302 541-736-4544 willamalane.org DATE: March 29, 2018 PROJECT: Kelly Field Turf Replacement OWNER: Willamalane

More information

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016 SILVER FALLS SCHOOL DISTRICT INVITATION TO BID Covered Play Shed Project Closing Date: 11:00 am on September 22, 2016 Submit Proposals to: Lorin Stanley, Director of Maintenance Silver Falls School District

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

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

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

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

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

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

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

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

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

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

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

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

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

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

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

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

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

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

KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560

KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560 KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560 Invitation to Bid for General Contractor Services September 8, 2015 Mandatory Pre-Bid Meeting** September 16, 2015,

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

Project Manual. For Glenloch Splash Pad And Pool Renovations Project Manual For Glenloch Splash Pad And Pool Renovations SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

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

Bid No. B17-13 Bldg 1300 HVAC

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

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

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

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

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

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

More information

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

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract REQUEST FOR QUALIFICATIONS Construction Related Services Retainer Contract ISSUE DATE: January 10, 2017 CLOSING DATE: August 31, 2018 CLOSING TIME: 5:00 PM Pacific Time TABLE OF CONTENTS Page Section I

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

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

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

City of Detroit Detroit, Oregon

City of Detroit Detroit, Oregon City of Detroit Detroit, Oregon CONTRACT DOCUMENTS BID DOCUMENTS, FORMS, AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE WATER SYSTEM IMPROVEMENTS PHASE 2A Work under this contract is funded by the

More information

Bid No. B17-07 HVAC Controls

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

More information

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

TOWN OF CUMBERLAND, RI BID #

TOWN OF CUMBERLAND, RI BID # TOWN OF CUMBERLAND, RI BID # 2014-0710-06 The Town of Cumberland is seeking competitive bid proposals for SITE CONSTRUCTION DESIGN AND CONSTRUCTION SUPERVISION FOR RENOVATING VALLEY FALLS VETERANS MEMORIAL

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

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

PROPOSAL DOCUMENTS FOR PORTABLE RESTROOMS

PROPOSAL DOCUMENTS FOR PORTABLE RESTROOMS PROPOSAL DOCUMENTS FOR PORTABLE RESTROOMS PROPOSALS DUE: March 31, 2016 2:00 P.M. AT THE DISTRICT OFFICE 799 SW Columbia Street, BEND, OR 97702 PROJECT NUMBER 2016-01 CONTRACT ADMINISTRATOR DAVID L. CROWTHER,

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

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

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

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

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

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

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

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

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

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

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

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

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

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

More information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

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

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

More information

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting Bid Date Requested: 09/22/2017 Bid Due Date: 10/13/2017 Submission of Proposal:

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

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

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 Invitation to Bid for Electrical Contractor Services December 14, 2015 Mandatory Pre-Bid Meeting**

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

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

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

More information

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

BID FORM (Lump Sum or Unit Price)

BID FORM (Lump Sum or Unit Price) BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal

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

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

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

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

HSU Reddie Grill Renovation OFFICIAL BID SHEET

HSU Reddie Grill Renovation OFFICIAL BID SHEET OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie

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

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

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

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS

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

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information