REPLACE EXISTING 300kW DIESEL GENERATOR

Size: px
Start display at page:

Download "REPLACE EXISTING 300kW DIESEL GENERATOR"

Transcription

1 AUGUST 2017 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS REPLACE EXISTING 300kW DIESEL GENERATOR NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA PREPARED FOR: NORFOLK AIRPORT AUTHORITY Delta Project No Farrar Ct., Suite 100 Richmond, VA 23236

2

3 CONTRACT SPECIFICATIONS FOR REPLACE EXISTING 300kW DIESEL GENERATOR AT NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA TABLE OF CONTENTS CONTRACT DOCUMENTS Invitation for Bidders ITB 1 thru ITB 3 Instructions to Bidders INST 1 thru INST 7 General Terms and Conditions Pages 1-18 Federally Required Contract Provisions Pages 1-8 Contract Insurance Requirements Pages 1-6 Special Security Measures Pages 1-4 Security Notes Pages 1-2 Application for SIDA Badge Pages 1-3 Bid Form BF 1 thru BF 8 Bid Bond BB 1 thru BB 2 Contract C 1 thru C 4 Performance Bond PB 1 thru PB 2 Warranty of Construction W 1 thru W 2 Certificate of Final Acceptance CFA1 thru CFA 2 SPECIFICATIONS Generator Set Bill of Material Pages 1-3 General Layout July 27, 2017 Replace Existing 300kW Diesel Generator, Norfolk International Airport i

4 PAGE INTENTIONALLY LEFT BLANK July 27, 2017 Replace Existing 300kW Diesel Generator, Norfolk International Airport ii

5 INVITATION FOR BIDDERS REPLACE EXISTING 300KW DIESEL GENERATOR I. PURPOSE OF REQUEST FOR BIDS The Norfolk Airport Authority (the Authority ) invites bids from electrical contractors experienced with the replacement of large commercial generators. The intent and purpose of this Request for Bids (hereafter Request ) is to establish agreement(s) with qualified contractor and/or manufacturer to: Provide one 300 kw replacement generator to be located at airfield electrical vault Remove and dispose of, off airport property, existing generator Supply all ancillary materials, labor, transportation, etc. as necessary to fully remove and replace existing diesel fuel generator. The deadline for submission of bids is October 2, 2017 at 2:00 p.m. local time in the Administration Office at the Norfolk International Airport at which time the bids will be publicly opened and read aloud. A pre-bid meeting will be held on September 20, 2017 at 10:00 am. All interested parties shall meet at the Norfolk Airport Departures Terminal in Conference Room A. The pre-bid meeting is not mandatory, but all interested parties are encouraged to attend. It shall be understood that Documents referred to in this Request shall be carefully examined and read and are all hereby made a part of this Request. II. SCOPE OF WORK The specifications provided describe the performance requirements and features for the replacement of an existing airfield electrical vault emergency generator. The primary objective of these specifications is to obtain, new generator of equal or more capacity meeting or exceeding all specifications and in accordance with all NEC codes. The generator shall be of proven design (no prototypes) from a reputable manufacturer with a proven 5-year minimum track record of constructing generators of the type desired for a minimum of 5 years. The workmanship must be of the highest quality in its respective field. III. CHANGES IN CONTRACT The authority reserves the right to add or delete options from this contract, as required. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price of the contract resulting from such modification(s) shall be agreed to by the parties as part of their written agreement to modify the scope of the contract. July 28, 2017 ITB 1 OF 4 Replace Existing 300kW Diesel Generator - Norfolk International Airport

6 The Offeror shall comply with the notice upon receipt. The Offeror shall be compensated for any additional costs incurred as a result of such order and likewise, shall give the Authority a credit for any savings. IV. BID SUBMISSION REQUIREMENTS A. Deadline for Bid Submission The deadline for submission of bids is as stated in Item I Purpose of Request for Bids. Any bid received by the Authority after the designated deadline for submission will be returned to sender unopened. B. Bid Form - The included Bid Form shall be signed with the legal signature of the Offeror s representative and enclosed in an opaque, sealed envelope and clearly marked on the outside of the envelope with the following information: Offeror s company name and address The designated bid opening date and time Bid Request 2017: Replace Airfield Electrical Vault Generator. Failure to clearly label sub mission as required may result in the bid being deemed unresponsive. Any additional information the Offeror wishes to include must be submitted within the same sealed bid envelope, separated from bid forms by means of a second opaque envelope with the bid form envelope. Send Bid Submissions to the respective address via Professional Courier (i.e. FedEx, UPS, etc.), U.S. Mail or Hand Delivery to: Norfolk Airport Authority Attn: Mr. Jeffery Bass Director of Facilities 2200 Norview Ave. Norfolk, Virginia Bids will be logged in with the Authority s receptionist to reflect the date and time of receipt. Bids will not be accepted by facsimile, or other electronic means. July 28, 2017 ITB 2 OF 4 Replace Existing 300kW Diesel Generator - Norfolk International Airport

7 C. Questions Regarding Request Any questions about the scope of work or specifications contained in this Request for Bids, must be submitted in writing no later than 5:00pm local time, September 27, 2017 to Mr. Jeffery Bass, Any revision made to this Request for Bids shall be in the form of an addendum and will be forwarded to all known recipients of this Invitation to Bid. D. All Offeror Specifications which are exceptions to the Authority Specifications, must be noted and attached to the Bid Form on a separate sheet that is formatted in the similar format as the bid proposal form. Exceptions to the specifications may be accepted or rejected by the Authority in its sole discretion as to what is in the Authority s best interest. Failure to provide notice of exceptions to the Authority Specifications may be cause for a non-responsive bid determination. E. All numerical information submitted on the Bid Form must be typed or printed in ink. Erasures or other changes shall be explained and noted over the initials of the Offeror. Award shall be made to the lowest responsive and responsible Offeror. Offeror shall not be considered responsible if they have defaulted under the terms of any contract with the Authority or any other public agency within the past five (5) years, or if based upon review of completed projects, it is determined that the Offeror is not responsible as that term is used in the Virginia Public Procurement Act Section If the apparent low Bidder is determined to be non-responsible or non-responsive, the Bidder shall be notified in writing as provided in the Virginia Public Procurement Act Section F. Bid Bond Each bid must be accompanied by cashier s check, certified check, or a bid bond in the amount of five percent of the bid, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of five percent of the bid. Such checks or bid bonds will be returned to all except the two lowest bidders within ten (10) business days after the opening of the bids, and the remaining checks or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or if no award has been made within 45 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he/she has not been notified of the acceptance of his/her bid. G. Performance and Payment Bond, Execution of Contract Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, with the period specified above, furnish separate 100% performance and payment bonds conditioned that such person shall faithfully perform all the provisions of the contract and pay all the laborers, mechanics, and subcontractors and material vendors and all persons who shall supply such person or persons or subcontractors with supplies for the carrying on of such work. Such bonds shall bear the same date as or a date subsequent to, the date of the Contract. H. Certifications Vendor shall execute certifications contained within the bid forms. The certifications are required to ensure compliance with required federal regulations. July 28, 2017 ITB 3 OF 4 Replace Existing 300kW Diesel Generator - Norfolk International Airport

8 PAGE INTENTIONALLY LEFT BLANK July 28, 2017 ITB 4 OF 4 Replace Existing 300kW Diesel Generator - Norfolk International Airport

9 INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. The Owner assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents The Owner, in making copies of the Bid Documents available on the above terms, does so only for the purpose of obtaining bids on the work and does not confer or license or grant permission for any other use. 2. Examination of Contract Documents and Project Site 2.1. It is the responsibility of each Bidder before submitting a Bid: A. to examine the Bid Documents thoroughly; B. to visit the site to become familiar with and satisfy the Bidder as to the general, local and site conditions that may affect cost, progress, performance, or furnishing of the equipment; C. to study and carefully correlate the Bidder s knowledge and observations with the Bid Documents and such other related data; and, D. to promptly notify the Owner of all conflicts, errors, ambiguities or discrepancies which the Bidder has discovered in or between the Bid Documents and such other related documents or field/site conditions. 2.2 On request, at the discretion of the Owner, the Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. The Bidder shall clean up and restore the site to the condition prior to such explorations, investigations, tests, and studies. The Bidder holds the Owner and Owner s representatives harmless from any damage to property or injury to persons resulting from or arising out of such exploration, investigation, tests, and studies. The Bidder shall obtain and comply with all local and state permitting requirements. INST - 1

10 3. Interpretations and Addenda 3.1. No oral explanation in regard to the meaning of the Contract Documents will be made, and no oral instructions will be given before the award of the Work. Discrepancies, omissions or doubts as to the meaning of the Contract Documents shall be communicated in writing to the Owner or Owner designated representative for interpretation. Bidders should act promptly and allow sufficient time for a reply to reach them before the submission of their Bids. Any interpretation made will be in the form of an addendum to the Contract Documents, which will be forwarded to all Bidders, and its receipt shall be acknowledged on the Bid Form Addenda may also be issued to modify the Contract Documents. 4. Bid Security 4.1. Each bid shall be accompanied by a Bidder s bond issued by a company authorized and licensed to transact business as surety in the Commonwealth of Virginia, a certified check, or cash escrow, in an amount equal to not less than five (5) percent of the total amount of the bid, made payable to Norfolk Airport Authority. Upon approval of the Owner s attorney, in accordance with Section , Code of Virginia, 1950, as amended, a Bidder may furnish a personal bond, property bond, or bank or savings and loan association s letter of credit on certain designated funds for the amount required for the Bid Security. The Bid Security shall be accompanied by a certified copy of the power of attorney for the surety attorney-in-fact. Said bid security shall be left with the Owner, subject to the conditions specified herein, as a guarantee of good faith on the part of the Bidder that if the bid is accepted, the Bidder shall execute the contract The Bid Security shall be returned to all except the two (2) lowest Bidders within ten (10) days after the date of Bid opening. The Bid Security will be returned to the two (2) lowest Bidders within five (5) days after the execution of an Agreement and Performance and Payment Bonds and Certificates of Insurance have been approved by the Owner. None of the two (2) lowest Bids shall be deemed rejected, notwithstanding acceptance of one of the Bids, until the Agreement has been executed by both the Owner and the Successful Bidder. 5. Liquidated Damages 5.1. Provisions for liquidated damages are set forth in the bid documents. INST - 2

11 6. Preparation of Bid 6.1. All blanks on the Bid Form shall be legibly and carefully completed in ink Bids by corporations shall be executed in the corporate name by the president or a vicepresident (or other corporate officer accompanied by evidence of authority to sign) and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature Bids by unincorporated organizations shall be executed in the organization s name and signed by an individual having authority to enter into a contract on behalf of such organization, whose title shall appear under the signature and the official address of the organization shall be shown below the signature. For example, if such organization is a Limited Liability Company, the Bid shall be signed by its manager, or if such organization is a Limited Partnership, the Bid shall be signed by a general partner All names shall be typed or printed in ink below the signature. All names shall be the legal name of the corporation, unincorporated organization and/or individual The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which shall be filled in on the Bid Form) The address, telephone number, address and fax number for communications regarding the Bid shall be provided It is understood and agreed that, in the event an Agreement is executed for the supplies, equipment or services included in the Bid, no indication of such sales or services to the Owner shall be used in any way in product literature or advertising without the written consent of the Owner. 7. Quantities and Unit Prices The Owner reserves the right to increase or decrease the amount of any class or portion of the Work. No such change in the Work shall be considered as a waiver of any condition of the Agreement nor shall such change invalidate any of the provisions thereof. Payment will be made at the unit or lump sum prices under the Agreement only for the work actually performed or materials furnished and accepted. 7.2 Bidders shall include in their Bid prices the entire cost of each item set forth in the Bid, and it is understood and agreed that there is included, in each lump sum or unit price bid item, the entire cost necessary or incidental to the completion of that portion of the work, unless such incidental work is expressly included in other lump sum or unit price bid items. INST - 3

12 8. General Equipment or Material Specification When the Bid Documents specify one or more manufacturer's brand names or makes of materials, devices, or equipment as indicating a quality, style, appearance, or performance, with the statement "or equal," the Bidder shall base the Bid on either one of the specified brands or an alternate brand which the Bidder intends to substitute. Use of an alternate shall not be permitted unless it has been found to be equal or better by the Owner and at no additional cost to the Owner The burden of proof as to the comparative quality and suitability of alternative equipment, articles, or materials shall be upon the Bidder. The Bidder shall furnish at its own expense, such information relating thereto as may be required by the Owner. The Owner shall be the sole judge as to the comparative quality and suitability of alternative equipment, articles or materials and the Owner s decisions shall be final. Any other brand, make or material, device or equipment which, in the opinion of the Owner is recognized to be the equal of that specified, considering quality, workmanship and economy of operation and is suitable for the purpose intended, shall be accepted. In the event of any adverse decision by the Owner, no claim of any sort shall be made or allowed against the Engineer or Owner. Samples, if requested by the Bidder, may be returned at the Bidder s expense. 9. Proprietary Material and Equipment Specification. 9.1 Where any item of equipment or material is specified by proprietary name, trade name, catalog reference, or name of one or more manufacturers, without the addition of such expressions as "or equal," it is to be understood that those items are so specified for reasons of standardization in maintenance and operation, or for reasons of obtaining desirable features best suited to the requirements of the Specifications. This specific equipment shall form the basis of the Bid and be furnished under the Agreement. Where two or more items of equipment or material are named, the Contractor has the option to use either. 10. Alternate Bids If alternate Bids are requested for a portion of all of the Work due to the character of the improvement and uncertainties which may be encountered during construction, Bidders shall submit alternate Bids on all items as shown on the Bid Form. Alternate bids shall be considered in the order listed in the Bid Form and in accordance with criteria defined in the Special Provisions Award shall be based on the most qualified bidder. INST - 4

13 11. Submission of Bids Bids shall be submitted at the time and place indicated in the Invitation for Bids and shall be sealed, marked with the Project title and name and address of the Bidder, and accompanied by the bid guarantee and other required documents. The Bid may not be changed by markings on the envelope. Only the amounts indicated on the Bid Form will be considered in determining the final Bid amount When a license is required, the Bidder shall include in its Bid over the Bidder s signature the following notation: "VIRGINIA LICENSED CONTRACTOR NO. " (Ref. Title 2.2, Chapter 43, Code of Virginia). 12. Receipt and Opening of Bids Bids will be opened publicly at the time and place and under the conditions stated in the Invitation for Bids. The Owner's Representative whose duty it is to open Bids will decide when the specified time has arrived. No responsibility will be attached to any such person for the premature opening of a Bid not properly addressed and identified. It is the responsibility of the Bidder to assure that the Bid is delivered to the designated place of receipt prior to the time set for the receipt of Bids. No Bid received after the time designated for receipt will be considered Bids will be opened and read aloud publicly. Bidders are encouraged to be present at the opening of bids. 13. Bids to Remain Subject to Acceptance All Bids shall remain subject to acceptance for 120 Days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid and return the Bid Security prior to that date, or extend the acceptance period an additional 90 days with the consent of the apparent low bidder and surety. 14. Withdrawal of Bids Withdrawal of proposal filed with the Owner may be made only by a representative of the firm submitting the Bid, who shall appear in person prior to the time designated in the advertisement for receipt of Bids. Such representative shall furnish satisfactory identification and proof that they are authorized to make changes. Telegraphic or facsimile notices will not be considered. Additions and/or deletions marked on the outside of the Bid envelope will not be considered If the Bid price was substantially lower than the other Bids solely to a mistake therein, provided the Bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, as was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor, or material made directly in the compilation of a bid, which unintentional arithmetic error or unintentional omission can be INST - 5

14 clearly shown by objective evidence drawn from inspection of original work papers, documents, and materials used in the preparation of the Bid sought to be withdrawn and provided further the Bidder shall give notice in writing of his claim of right to withdraw two (2) business days after the conclusion of the Bid opening procedure, then the Bid may be withdrawn Should the Bidder refuse to enter into the Agreement after notification of award, the Bid Security shall be forfeited No Bid may be withdrawn under this section when the result would be the awarding of the Agreement on another Bid to the same Bidder or to another Bidder in which the ownership of the withdrawing Bidder is more than five percent If a Bid is withdrawn under the authority of this section, the remaining Bids shall be evaluated to determine the lowest responsive and responsible Bidder No Bidder who is permitted to withdraw a Bid shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom awarded, or otherwise benefit, directly or indirectly, from the performance of the Project for which the withdrawn Bid was submitted If withdrawal of any Bid is denied, the Bidder shall be notified in writing stating the reasons for this decision. Any Bidder who desires to appeal a decision denying withdrawal of Bid shall, as sole remedy, institute legal action provided by Section and Section (B), Code of Virginia, 1950, as amended. 15. Evaluation of Bids In evaluating Bids, the Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, unit and lump sum prices, and alternates if requested in the Bid Form The Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work for which the identity of Subcontractors and other persons and organizations shall be submitted as specified in the Bid Documents The Owner may conduct such investigations as deemed necessary to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the Work in accordance with the Bid Documents to the Owner's satisfaction within the prescribed time Bids will be based upon the estimated quantities shown in the Bid Form. Bids will be compared on the basis of a total computed price; arrived at by taking the sum of the estimated quantities of each Bid Item, multiplied by the corresponding unit price bid, and INST - 6

15 any lump sum Bids on the individual items. Discrepancies between the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of words. The right to reject any or all Bids or to accept any Bid considered of advantage to the Owner is reserved Unless all Bids are canceled or rejected, the Owner reserves the right granted by Section of the Code of Virginia to negotiate with the most qualified, responsible, responsive Bidder to obtain a Contract Price within the funds budgeted for the construction project. Negotiations with the Bidder may include both modification of the Contract Price and the Scope of Work/Specifications to be performed. The Owner shall initiate such negotiations by Written Notice to the most qualified, responsible, responsive Bidder that its Bid exceeds the available funds and that the Owner wishes to negotiate a lower Contract Price. The Owner and the most qualified, responsive, responsible Bidder shall agree to the times, places, and manner of negotiations The acceptance of a Bid will be a notice in writing, signed by the Owner, and no other act shall constitute the acceptance of a Bid The Owner reserves the right to waive minor non-substantive errors in the Bid, to reject any/or all Bids, to award any Bid in whole or in part, and to award the Bid considered to be in the best interest of the Owner. 16. Qualifications of Bidders and Subcontractors To demonstrate their qualification to perform the Work, each Bidder shall be prepared to submit written satisfactory evidence that the Bidder has sufficient experience, necessary capital, materials, machinery, and skilled workers to complete the Work. If financial statements are required they shall be of such date as the Owner shall determine and shall be prepared on forms acceptable to the Owner. The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to perform the Work. The Owner's decision or judgment on these matters shall be final, conclusive and binding The apparent most qualified Bidder shall, within fourteen consecutive calendar days after the day of the Bid opening, submit to the Owner a list of all Subcontractors who will be performing work on the Agreement. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of experience and qualification for each such Subcontractor, person and organization. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, other person or organization, the Owner may, before giving the Notice of Intent to Award, request the apparent most qualified Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent most qualified Bidder declines to make any such substitution, the contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. For any Subcontractors, other INST - 7

16 person or organization so listed and to whom Owner does not make written objection prior to the giving of the Notice of Award, it will be deemed the Owner has no objection By submitting their proposal, Bidders certify that they are not now debarred by the Federal Government or by the Commonwealth of Virginia or any other town, city, or county within the Commonwealth of Virginia, from submitting Bids on contracts for construction covered by this solicitation, nor are they an agent of any person or entity that is now so debarred. 17. Sham or Collusive Bids The Bids of any Bidder or Bidders who engage in collusive bidding shall be rejected. Any Bidder who submits more than one Bid in such a manner as to make it appear that the Bids submitted are on a competitive basis from different parties shall be considered a collusive Bidder The provisions contained in Sections through , Code of Virginia, as amended, shall be applicable to all contracts solicited or entered into by Owner. By submitting their Bids, all Bidders certify that their Bids are made without collusion or fraud, and that they have not offered or received any kickbacks or inducements from any other Bidder, Supplier, manufacturer, or subcontractor in connection with their Bid, and they have not conferred with any public employee having official responsibility for this procurement transaction, any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. End of Instructions to Bidders INST - 8

17 GENERAL TERMS AND CONDITIONS Phase pending Page 1 of 18 GENERAL TERMS AND CONDITIONS Whenever used in these General Terms & Conditions ( General Conditions ) or in the Contract Documents, the following terms have the meanings indicated, which are applicable to both the singular and plural and the male and female gender thereof: Airport or Owner: The Norfolk International Airport Authority. For purposes of the Contract, the term Owner shall include the Airport, whether or not the Airport owns the site or the building. Airport s Designated Representative: See Project Manager. Beneficial Occupancy: The condition after Substantial Completion but prior to Final Completion of the Project at which time the Project, or portion thereof, is sufficiently complete and systems operational such that the Airport could, after obtaining necessary approvals and certificates, occupy and utilize the space for its intended use. Guarantees and warranties applicable to that portion of the Work begin on the date the Airport accepts the Project, or a portion thereof, for such Beneficial Occupancy, unless otherwise specified in the Supplemental General Conditions or by separate agreement. Change Order: A document issued on or after the effective date of the Standard Contract with Norfolk International Airport Authority, which is agreed to by Contractor and approved by the Airport, and which authorizes an addition, deletion or revision in the Work, including any adjustment in the Contract Price and/or the Contract Completion Date. If this is a contract for construction, the term Change Order shall also include written orders to proceed issued pursuant to Section 32 (A) (iii). A Change Order, once signed by all parties, is incorporated into and becomes a part of the Contract. Code of Virginia: 1950 Code of Virginia, as amended. Sections of the Code referred to herein are noted by Va. Code xx-xx. Construction: The term used to include new construction, reconstruction, renovation, restoration, major repair, demolition and all similar Work upon buildings and ancillary facilities, including any draining, dredging, excavation, grading or similar Work upon real property. Contract: The Standard Contract with Norfolk International Airport Authority hereinafter referred to as the Contract. Contract Completion Date: The date by which the Work must be substantially complete. The Contract Completion Date is customarily established in the Notice to Proceed, based on the Time for Completion. In some instances, however, the Contract contains a mandatory Contract Completion Date, which shall be stated in the Invitation for Bid. Contract Documents: The Contract and any documents expressly incorporated therein. Such incorporated documents customarily include the bid or proposal submitted by Contractor, these General Terms and Conditions, any Supplemental General Conditions, any Special Conditions, the plans and the specifications, and all modifications, including addenda and subsequent Change Orders. Contract Price: The total compensation payable to Contractor for performing the Work, subject to modification by Change Order. Contractor: The person with whom the Airport enters into a contractual agreement to perform Work, other than Architectural or Engineering Services. Day(s): Calendar day(s) unless otherwise noted. Airport s Initials: Replace Existing 300kW Diesel Generator Contractor s Initials: July 2017 Delta Project No

18 GENERAL TERMS AND CONDITIONS Phase pending Page 2 of 18 Defective: An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty, deficient, does not conform to the Contract Documents or does not meet the requirements of inspections, standards, tests or approvals required by the Contract Documents, or in the case of contracts for construction, Work that has been damaged prior to the A/E s recommendation of final payment (unless responsibility for the protection thereof has been assumed by the Airport at Substantial Completion or Beneficial Occupancy). Drawing: A page or sheet of the Plans which presents a graphic representation, usually drawn to scale, showing the technical information, design, location, and dimensions of various elements of the Work. The graphic representations include, but are not limited to: plan views, elevations, transverse and longitudinal sections, large and small-scale sections and details, isometrics, diagrams, schedules, tables and/or pictures. Emergency: Any unforeseen situation, combination of circumstances, or a resulting state that poses imminent danger to health, life or property. Final Completion Date: The date of the Airport s acceptance of the Work upon confirmation that the Work is totally complete. Field Order: A written order issued by the A/E which clarifies or explains the plans or specifications, or any portion or detail thereof, without changing the design, the Contract Price, the Time for Completion, or the Contract Completion Date. Float: The excess time included in a construction schedule to accommodate such items as inclement weather and associated delays, equipment failures, and other such unscheduled events. It is the contingency time associated with a path or chain of activities and represents the amount of time by which the early finish date of an activity may be delayed without impacting the critical path and delaying the overall completion of the Project. Any difference in time between the Contractor s approved early completion date and the Contract Completion Date shall be considered a part of the Project float. Float, Free: The time (in days) by which an activity may be delayed or lengthened without impacting upon the start day of any activity following in the chain. Float, Total: The difference (in days) between the maximum time available within which to perform an activity and the duration of an activity. It represents the time by which an activity may be delayed or lengthened without impacting the Time for Completion or the Contract Completion Date. Notice: All written notices, including demands, instructions, claims, approvals and disapprovals, required or authorized under the Contract Documents. Any written notice by either party to the Contract shall be sufficiently given by any one or combination of the following, whichever shall first occur: (1) delivered by hand to the last known business address of the person to whom the notice is due; (2) delivered by hand to the person s authorized agent, representative or officer wherever they may be found; or (3) enclosed in a postage prepaid envelope addressed to such last known business address and delivered to a United States Postal Service official or mailbox. Notice is effective upon such delivery. All notices to the Airport should be directed to the Project Manager. If the Airport and Contractor agree in writing that Notices transmitted by and/or facsimile (Fax) are acceptable for the Project, such Notice shall be transmitted to the addresses and fax number Airport s Initials: Replace Existing 300kW Diesel Generator Contractor s Initials: July 2017 Delta Project No

19 GENERAL TERMS AND CONDITIONS Phase pending Page 3 of 18 listed in the agreement or as agreed by the parties. Notice shall be effective upon the date of receipt by the Airport, the acknowledgment of the receipt or faxed confirmation of delivery, whichever occurs first. Any Notice to the Airport or A/E required by this Contract must be expressly designated as such. Notice to Proceed: A written notice given by the Airport to Contractor fixing the date on which the Contract time will commence for Contractor to begin the prosecution of the Work in accordance with the requirements of the Contract Documents. The Notice to Proceed will customarily identify a Contract Completion Date. The Airport: The entity with whom Contractor has entered into a contractual agreement and for whom the Work/services is/are to be provided. Person: This term includes any individual, corporation, partnership, association, company, business, trust, joint venture, or other legal entity. Plans: The term used to describe the group or set of project-specific drawings which are included in the Contract Documents. Project: The term used instead of the specific or proper assigned title of the entire undertaking which includes, but is not limited to, the Work described by the Contract Documents. Project Inspector: One or more persons employed by the Airport to inspect the Work for the Airport and/or to document and maintain records of activities at the Site to the extent required by the Airport. The Airport shall notify Contractor in writing of the appointment of such Project Inspector(s). The scope of the Project Inspector s authority with respect to Contractor is limited to that indicated in the General Terms & Conditions and as supplemented by the Airport in writing to the Project Inspector and to the Contractor. Project Manager: The Project Manager as used herein shall be the Airport s designated representative on the Project. The Project Manager shall be the person through whom the Airport generally conveys written decisions and notices. All notices due the Airport and all information required to be conveyed to the Airport shall be conveyed to the Project Manager. The scope of the Project Manager s authority is limited to that authorized by the Airport, who shall provide written information to Contractor at the Preconstruction meeting defining those limits. Upon receipt of such information, Contractor shall be on notice that it cannot rely on any decisions of the Project Manager outside the scope of his authority. Nothing herein shall be construed to prevent the Airport from issuing any notice directly to the Contractor. The Airport may change the Project Manager from time to time and may, in the event that the Project Manager is absent, disabled or otherwise temporarily unable to fulfill his duties, appoint an interim Project Manager. Provide: Shall mean furnish and install ready for its intended use. Site: Shall mean the location at which the Work is performed or is to be performed. Specifications: For Construction Contracts, that part of the Contract Documents containing the written administrative requirements and the technical descriptions of materials, equipment, construction systems, standards, and workmanship which describe the proposed Work in sufficient detail and provide sufficient information to determine code compliance and for Contractor to perform the Work. (The General Conditions, any Supplemental General Conditions, various bidding information and Airport s Initials: Replace Existing 300kW Diesel Generator Contractor s Initials: July 2017 Delta Project No

20 GENERAL TERMS AND CONDITIONS Phase pending Page 4 of 18 instructions, and blank copies of various forms to be used during the execution of the Work are usually bound with the Specifications.) Subcontractor: A person having a direct Contract with Contractor or with any other Subcontractor for the performance of the Work. If this Contract is for professional services, the term Subcontractor includes consultants to Contractor. If this Contract is for construction, the term Subcontractor includes any person who provides on-site labor but does not include any person who only furnishes or supplies materials for the Project. Submittals: All shop, fabrication, setting and installation drawings, diagrams, illustrations, schedules, samples, and other data required by the Contract Documents which are specifically prepared by or for Contractor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by Contractor to illustrate material or equipment conformance of some portion of the Work with the requirements of the Contract Documents. Substantial Completion: The condition when the Airport agrees that the Work, or a specific portion thereof, is sufficiently complete, in accordance with the Contract Documents, so that it can be utilized by the Airport for the purposes for which it was intended. The Airport at its sole discretion may, after obtaining the necessary approvals and certificates, take Beneficial Occupancy at this time or choose to wait to occupy until after Final Completion is achieved. Supplemental Terms and Conditions: That part of the Contract Documents which amends or supplements the General Terms and Conditions. Supplier: A manufacturer, fabricator, distributor, materialman or vendor who provides material for the Project but does not provide on-site labor or professional services. Time for Completion: The number of consecutive calendar days following the issuance of the Notice to Proceed which Contractor has to substantially complete all Work required by the Contract. When the Notice to Proceed is issued, it states a Contract Completion Date, which has been set by the Airport based on the Time for Completion. Underground Facilities: All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which are or have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. Work: The services performed under this Contract. If this Contract is a Contract for Professional Services, then the Work shall include, but is not limited to, furnishing the architectural, civil, structural, mechanical, and electrical portions of the project. If this Contract is a Contract for construction the Work shall include, but is not limited to, furnishing labor, and furnishing and incorporating materials and equipment into the construction, and also includes the entire completed construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents. Airport s Initials: Replace Existing 300kW Diesel Generator Contractor s Initials: July 2017 Delta Project No

21 GENERAL TERMS AND CONDITIONS Phase pending Page 5 of CONTRACT DOCUMENTS 1.1 In order for any Contract document entered into with the Airport to be valid, it must be executed by an authorized person, on behalf of the Airport. 1.2 The Contract Documents include all of the documents listed and referenced in Sections 2 and 10 of the Contract. 1.3 All time limits stated in the Contract Documents, including but not limited to the Time for Completion of the Work, are of the essence of the Contract. 1.4 The Contract shall be signed by the Airport and Contractor in as many original counterparts as may be mutually agreed upon, each of which shall be considered an original. 1.5 Anything called for by one of the Contract Documents and not called for by the others shall be of like effect as if required or called for by all, except that a provision clearly designed to negate or alter a provision contained in one or more of the other Contract Documents shall have the intended effect. In the event of conflicts among the Contract Documents, the Contract Documents shall take precedence in the following order: the Contract; the Special Conditions; the Supplemental General Conditions; the General Conditions; the specifications with attachments; and the plans. 1.6 If any provision of this Contract shall be held invalid by any court of competent jurisdiction, such holding shall not invalidate any other provision. 1.7 All correspondence, invoices, memoranda, submittals and other documents related to this Project whether generated by the Airport, the A/E (if separate from Contractor), Contractor, or others should be identified at the beginning of the document with the Project Code Number. Additional identification such as a job number, purchase order number or such may also be shown at the generator s option. 2.0 MULTIPLE AWARDS: Not Used 3.0 GENERAL INSURANCE REQUIREMENTS: Contractor shall not commence Work under this Contract until it has obtained all the insurance required hereunder from an insurer authorized to do business in Virginia and such insurance has been approved by the Airport; nor shall Contractor allow any consultant or subcontractor to commence Work on his subcontract until the same types of insurance in an appropriate amount have been obtained by the Subcontractor and approved by Contractor. Approval of insurance by the Airport shall not relieve or decrease the liability of Contractor hereunder. 3.1 Prior to the start of any Work under the Contract, Contractor shall provide to the Airport Certificates of Insurance forms approved by the Airport and shall maintain such insurance until the completion of all Work under the Contract. The minimum limits of liability shall be as follows: Worker s Compensation: Contractor shall take out, and shall maintain in force at all times during the performance of the Work, Workers Compensation and Employers Airport s Initials: Replace Existing 300kW Diesel Generator Contractor s Initials: July 2017 Delta Project No

22 GENERAL TERMS AND CONDITIONS Phase pending Page 6 of 18 Liability Insurance for all of its employees engaged in the Work meeting the requirements of Va. Code and et seq. In case any of the Work is sublet, Contractor shall require each Subcontractor similarly to provide Workers Compensation and Employers Liability Insurance for all of the latter s employees to be engaged in the Work. Prior to award of the Contract, Contractor shall submit on the form provided by the Airport, a Certificate of Coverage verifying Workers Compensation coverage. Contractor shall likewise obtain a Certificate of Coverage for Workers Compensation coverage from each subcontractor prior to awarding the subcontract and shall provide a copy to the Airport Broad Form Comprehensive General Liability: Not less than $1,000,000 per occurrence and $2,000,000 aggregate combined limit coverage. The Airport, its officers, directors, employees and agents, shall be named as an additional insured with respect to the Work being procured. The Supplemental General Conditions may require Contractor to provide an Umbrella insurance policy in a specified amount for the Project. The coverage at a minimum shall include: Premises/Operations Liability Products and Completed Operations Coverage Independent Contractors Liability Owners and Contractor s Protective Liability Personal Injury Liability (Libel, Slander, Defamation of Character, etc.) Automotive Liability: Not less than $1,000,000 Combined Limit for bodily injury and property damage per occurrence. 3.2 Each insurer providing insurance covering the Project shall have an A.M. Best financial rating of A- or better. Further, Contractor shall provide an authenticated endorsement to each applicable policy listing the Airport as an additional insured. A certificate is not acceptable. 3.3 Additional insurance requirements associated with on airfield activity are found in Specific Insurance Requirements and Contract Insurance Requirements. Airport s Initials: Replace Existing 300kW Diesel Generator Contractor s Initials: July 2017 Delta Project No

23 GENERAL TERMS AND CONDITIONS Phase pending Page 7 of LAWS AND REGULATIONS: 4.1 In performing services under the Contract, Contractor shall give all notices and comply with all applicable federal, state, and local laws, ordinances, regulations, and lawful orders of any public authority bearing on the performance of the Work. The Contract and all other contracts and subcontracts are subject to the provisions of Va. Code , et seq., relating to labor unions and the right to work, and all contractors and Subcontractors, whether residents or nonresidents of the Commonwealth, who perform any Work related to this project shall comply with all of the said provisions. 4.2 Labor Contracts: Contractor shall furnish the Airport copies of affidavits upon request giving the original dates, renewal dates and expiration dates of all labor contracts related to any phase of the Work to be performed on the project site under this Contract, if applicable. 4.3 Safety Codes: The provisions of all regulations governing safety as adopted by the Safety Codes Commission of the Commonwealth of Virginia, issued by the Department of Labor and Industry under Va. Code , et seq., shall apply to all Work under this Contract. Inspectors from the Department of Labor and Industry shall be granted access to the Work for inspection without first obtaining a search or administrative warrant. 4.4 Licensing & Registration: Any firm doing business with the Airport must be properly licensed and registered at all times relevant to any Contract with the Airport. Contractor warrants that it and all other entities working for or through it on the Project are properly licensed by the Department of Professional and Occupational Regulation as required by Va. Code , et seq., and by applicable regulations, or otherwise as required by law in the Commonwealth of Virginia. If this Contract is a contract for professional services, nothing herein shall be construed to authorize performance by Contractor at a standard of care that is reduced from that which is required by law and which is expected of architects practicing under similar circumstances and conditions. 4.5 Immigration: By signing this Contract, Contractor certifies that it does not and will not during the performance of this Contract violate the provisions of the Federal Immigration Reform and Control Act of 1986, which prohibits employment of illegal aliens and otherwise will comply with the requirements of Va. Code Anti-Discrimination: By submitting its bid/proposal, Contractor certified to the Airport that it will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and Va. Code If Contractor is a faith-based organization, it shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the Contract on the basis of the recipient s religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that Contract with public bodies to account for the use of the funds provided; however, if the faithbased organization segregates public funds into separate accounts, only the accounts and Airport s Initials: Replace Existing 300kW Diesel Generator Contractor s Initials: July 2017 Delta Project No

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

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

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

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

INSTRUCTIONS TO BIDDERS

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

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

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

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

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 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

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

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

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

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

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

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

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

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

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

More information

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

COMMONWEALTH OF VIRGINIA GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT

COMMONWEALTH OF VIRGINIA GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT G.S. Form E&B CO-7 (12/31/96 edition) (Revised 12/31/00) 1 Revisions: Revisions were made to these General Conditions to conform to recent changes to the Code of Virginia and to changes in policy. Revised

More information

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposal. RFP # Delinquent Tax Collection Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0208-1 This procurement is governed

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

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

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY I. INTRODUCTION The Onondaga County Water Authority ( OCWA ) was created as a public benefit corporation, pursuant to Public Authorities Law Article 5,

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

INSTRUCTIONS TO BIDDERS

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

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 12057 FY 2012 Full Depth Reclamation Project Bid Release: May 23, 2012 Contract Document Available Date: May 23, 2012 Mandatory Pre-Bid: June 19, 2012 Bid

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

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

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

HARLAN MUNICIPAL UTILITIES

HARLAN MUNICIPAL UTILITIES HARLAN MUNICIPAL UTILITIES 2017-2018 CONVERSION PROJECT METER CONVERSION CONTRACT CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS ISSUED FOR BIDDING 07/26/2018 HARLAN MUNICIPAL UTILITIES 2017-2018 Conversion

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

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

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

INSTRUCTIONS TO BIDDERS

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

More information

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security Bid No. B14/9857 Sealed Bids will be received until 3:00 P.M. (Tucson Time),, June 3, 2014, by Pima County Community College

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

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

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

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 19009 One (1) New Tracked Hydraulic Excavator Bid Release: 10/10/18 Bid Questions Deadline: 10/17/18 Bid Due Date: 10/25/18 Postal Return Address: Courier

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

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

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

More information

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS.... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES July 2014 NEWPORT NEWS PUBLIC SCHOOLS (NNPS) PURCHASING DEPARTMENT The following Purchasing

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15035) (Alta Vista Grave Digging and Final Disposition) Bid Release: (01/26/15) Bid Questions Deadline: Bid Due Date: (02/03/15 @ 10:00 am) (02/09/15 @ 2:00

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (12007) Self-Contained Breathing Apparatus (SCBA) (Per Attached Specifications) Bid Release: (July 13, 2011) Bid Questions Deadline: (July 22, 2011 at 10:00

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

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

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

East Central College

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

More information

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

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY Note: For service contracts clauses, Q, R, and S are normally not applicable and may be omitted. For goods contracts, omit clause

More information

Bid No. B12/9768 February 2, 2012

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

More information

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

NOTICE INVITING SEALED BIDS Parking Lot Renovations

NOTICE INVITING SEALED BIDS Parking Lot Renovations NOTICE INVITING SEALED BIDS Parking Lot Renovations Bid No. B16/9923 Sealed Bids will be received until 3:00 P.M. (Tucson Time), January 21, 2016, by Pima County Community College District ("Owner"), to

More information

ARLINGTON COUNTY PURCHASING RESOLUTION

ARLINGTON COUNTY PURCHASING RESOLUTION ARLINGTON COUNTY PURCHASING RESOLUTION ADOPTED: DECEMBER 1982 AMENDED: JUNE 1983 AMENDED: OCTOBER 1984 AMENDED: JUNE 1985 AMENDED: JULY 1986 AMENDED: JUNE 1987 AMENDED: JANUARY 1990 AMENDED: JULY 1991

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

INSTRUCTIONS TO BIDDERS

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

More information

2015 HELLWINKEL CHANNEL PROJECT

2015 HELLWINKEL CHANNEL PROJECT 2015 HELLWINKEL CHANNEL PROJECT CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Town of Gardnerville Douglas County, Nevada Town Contract No. 2015-03 Engineer Project No. 1115 SIP#00763 July 2015 Thomas

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

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT Contract Documents & Construction Specifications Town of Carolina Beach, NC BOARDWALK NORTHERN EXTENSION PROJECT January 2016 Ca ro l i n a B e a ch TABLE OF CONTENTS Page 1 Page Nos. Advertisement for

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

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

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

More information

Tobacco Use Prevention Grantees FY

Tobacco Use Prevention Grantees FY Tobacco Use Prevention Grantees FY20162018 701 E. Franklin Street Suite 500 Richmond, VA 23219 www.vfhy.org Table of Contents I. General Terms and Conditions.3 II. Special Terms and Conditions... 9 III.

More information

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

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

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

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

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

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

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS ARTICLE NO. TITLE PAGE 1. DEFINITIONS IB 2 3 2. BIDDERʹS REPRESENTATION IB 3 3. BIDDING DOCUMENTS

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

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

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12063 PAVEMENT MARKING ANNUAL ON-CALL CONTRACT Proposal Release: May 31, 2012 Proposal Questions Deadline: June 8, 2012 Proposal Due Date: June 14, 2012

More information

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION 00 1110 INVITATION TO BID BID TITLE: RENOVATIONS TO ARLINGTON CAREER CENTER, LOCATED AT 816 S. WALTER REED DRIVE, ARLINGTON, VA, 22204. ITB #: #60FY18

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

Central Wastewater Plant Specifications for the Purchase of Polymer - June 2013

Central Wastewater Plant Specifications for the Purchase of Polymer - June 2013 Central Wastewater Plant Specifications for the Purchase of Polymer - June 2013 Written quotes will be received by the Bedford Regional Water Authority Finance Department, 1723 Falling Creek Road, Bedford,

More information