RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO

Size: px
Start display at page:

Download "RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO. 15-08"

Transcription

1 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) April, 2015

2 WARNING This Contract 15-08: Steel Repairs and Protective Coating - West Approach - for the Newport/Pell Bridge over the East Passage of Narragansett Bay, represents Sensitive Security Information (SSI) and is classified to non-a formal distribution list. These documents are of a securitysensitive nature and are not to be made available under any Right to Know or Freedom of Information Request without a documented need to know. Unauthorized possession or use of these documents without prior written consent of the Rhode Island Turnpike and Bridge Authority is a violation of State and Federal Laws. Violators will be prosecuted to the fullest extent of the law. Misuse of SSI may result in severe penalties. In accordance with 49 CFR Part 1520, it is recognized that the Coast Guard may share SSI with Federal, State, and local agencies as well as others that need to know the information to protect the security of personnel and property against terrorism and other unlawful acts, while declaring the information unavailable to the public. Critical material should be safeguarded at all times from disclosure to persons who do not have a need to know.

3 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) TABLE OF CONTENTS Page 1 of 2 Description Page Notice to Contractors A-1 to A-4 List of Drawings D-1 Proposal P-1 to P-12 Statement of Qualifications Prime Contractor and Painting Contractor 1 to 37 Proposal Bond PB-1 Contract Agreement C-1 to C-3 Confidentiality Agreement Non-Collusion Affidavit and Verification Minority/Disadvantaged/Woman-Owned Business Enterprise Affidavit and Verification Inspection Affidavit Certification of Compliance for Paint System for New Steel and Existing Steel Requiring Total Coating Removal Wage Rates Contract Performance Bond Payment Bond Project Specifications CA-1 NC-1 MDWBEAV-1 IA-1 CERTCOMP-1 WR-1 CPB-1 to CPB-2 PAB-1 to PAB-2 i Special Provisions Division I - General Requirements and Covenants I-1 to I-45 TC-1

4 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) TABLE OF CONTENTS Page 2 of 2 Description Page Division II - Construction Details Sections 914 through 937 II-1 to II-13 Section 825 Painting Structural Steel to Section 826 Personnel and Environmental Protection to Section 943 Steel Fabrication and Installation to Section 944 Haunch Removal to Section 999 Best Management Practice Program to TC-2

5 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND NOTICE TO CONTRACTORS CONTRACT STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH NEWPORT/PELL BRIDGE APRIL 2015 Proposals addressed to the Rhode Island Turnpike and Bridge Authority for Contract No Steel Repairs and Protective Coating West Approach for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) will be received by the Authority at One East Shore Road, Jamestown, Rhode Island 02835, until 1:00 PM on May 29, This Contract shall consist of cleaning existing steel and applying protective coating and performing superstructure steel repairs at the West approach, within the project limits as outlined in Section 104, Scope of Work, included herewith, the Contract Drawings and the Contract Specifications. Proposal form, Contract Drawings, Supplementary Specifications and other Contract Documents for the work are available through electronic file through the office of the Rhode Island Turnpike and Bridge Authority and can be purchased from the office of the Authority on payment of a non-refundable fee of two hundred fifty dollars ($250.00) by cash or money order payable to the order of Rhode Island Turnpike and Bridge Authority. Prospective bidders must fill out and return to the Authority a Confidentiality Agreement before Contract Documents are made available. The proposal shall be submitted in hard copy format utilizing the forms included in the Contract Documents. Bidders shall submit two hard copies of the proposal to the Authority. The Drawings and Specifications consisting of the State of Rhode Island Standard Specifications for Road and Bridge Construction, 2010 Edition with all amendments and supplements through April 2012, supplemental specifications, and special provisions of the Rhode Island Turnpike and Bridge Authority may be examined at the office of the Authority, Administration Building, Newport/Pell Bridge, Jamestown, Rhode Island during office hours. Standard Specifications shall be obtained from the State of Rhode Island, Department of Transportation, State Office Building, Providence Prospective bidders are notified that it is a mandatory requirement that a representative of the bidder must attend the Pre-Bid Meeting including a site visit. Bids received from firms that were not represented at the Pre-Bid Meeting and site visit will be rejected. Prospective bidders or their representatives may not contact any employee of the Authority or Parsons Brinckerhoff regarding this contract from the date of advertisement through the bid date, except in writing. Questions or clarifications concerning the contract documents shall be accepted only after the Pre-Bid Meeting. A schedule of important contract dates is given at the end of this section. Questions or clarifications concerning the contract documents shall be submitted by to moolin@pbworld.com and copied to eoffenberg@ritba.org no later than 4:00 PM on April 24, All Bidders are required to attend the Pre-Bid Meeting and shall be dressed A-1

6 appropriately for a site visit (hardhat, safety vest, sturdy shoes, work gloves, and body harness with dual lanyards). All Bidders representatives attending the site visit shall sign a waiver provided by the Authority. The Bidder's attention is directed to the fact that the Rhode Island Turnpike and Bridge Authority is soliciting bids from qualified contractors who shall assume the sole responsibility for the quality of materials and workmanship. Statement of Qualifications forms to be completed by each Bidder to enable the Authority to evaluate company and personnel experience, equipment and financial status will be attached to each Proposal. The Statement of Qualifications forms for this contract include forms for the Prime Contractor, and major subcontractors, including at a minimum, qualifications for the entities performing the steel repairs, the painting and the installation/removal of scaffolding and containment. The Prime Contractor shall identify their role and the role of each major subcontractor. Any requirements within the RIDOT Standard Specifications or Special Provisions that require the Prime Contractor to perform a minimum percentage of Contract work are superseded by RITBA s requirements. Any RIDOT standard specification requirements that the Prime Contractor perform work that represents a majority of contract value will be waived. The Steel Repair Contractor/Subcontractor is intended to refer to the entity that will perform steel repairs. The Painting Contractor/Subcontractor is intended to refer entity that will perform the removal of existing coating system (full commercial blast to SP10) and installation of new three coat system. The Scaffolding Contractor/Subcontractor is intended to refer to the entity that installs and maintains scaffolding required to perform steel repair and/or painting work. The Authority will consider the qualifications of the Prime Contractor, the Steel Repair Contractor/Subcontractor, the Painting Contractor/Subcontractor and the Scaffolding Contractor/Subcontractor. The Authority will also consider the teaming experience of the team proposed by the Prime Contractor. The Authority may evaluate against the Prime Contractor, if it is in the best interest of the Authority. In such case, this may be a just cause of rejecting the Prime Contractors bid. For joint ventures (JV), (including JVs at the prime contractor, steel repair contractor/subcontractor, painting contractor/subcontractor and scaffolding contractor/subcontractor levels) all the parties comprising the joint venture shall complete the Statement of Qualifications individually and the JV shall enclose their partnership agreement with the bid. Financial statements of each party shall be submitted with the Statement of Qualifications. Also included shall be the listing of the personnel and their respective responsibilities in the JV. All other bid and Contract forms shall be executed by the JV. A mission or purpose statement indicating breakdown of work, if applicable, shall also be enclosed with the bid. The Authority shall consider the JV and its underlying parties and may evaluate against the JV, if it is in the best interest of the Authority. In such case, this may be a just cause of rejecting such a bid. Failure of any Bidder to submit completed Statement of Qualifications forms with his Proposal may be a cause for rejection of his bid. No change shall be made in the phraseology of the Proposal or in the items mentioned therein. Proposals that contain any omissions, erasures, alterations, additions or items not called for in the Proposal or that contain irregularities of any kind, may be rejected as not responsive. A-2

7 A certified check payable to the Rhode Island Turnpike and Bridge Authority in an amount not less than ten (10) percent of the total amount of the bid price, or a bid bond not less than ten (10) percent of the total amount of the bid price, must accompany each Proposal as a guarantee that the Contract will be entered into, if awarded. Proposal guarantees will be returned after the Contract has been executed. Each Proposal shall be addressed as previously given and delivered through the mail, or otherwise delivered to that address. Proposals, with accompanying check or bid bond, shall be enclosed in an opaque sealed envelope that will be suitably marked. Any bond required under the provisions of this Contract and Proposal shall only be issued by and originate with an agent lawfully constituted, licensed and registered in the State of Rhode Island. A Contract Performance Bond of one hundred (100) percent of the Contract price with a surety company that is satisfactory to the Authority will be required of the successful Bidder. The Authority reserves the right to reject any or all bids or to waive any informality in bids received. The Authority will consider only those bids received from parties who have obtained contract documents directly from the Authority. Bids received from firms whose names are not recorded by the Authority as having secured documents for this Contract will be rejected. The Authority intends to award the Contract, if an award is made, as soon as practicable after receipt and evaluation of bids. The Authority will not be obligated to make the award to the low bidder but may select the bidder it deems most qualified based on its review of the post qualification proposal materials. The successful Bidder shall execute and deliver the Contract and the required Contract Performance Bond and evidence of specified insurance coverage, upon receipt of Notice of Intent to Award. Notice to Proceed and execution of the Contract will be given upon approval of contractor s insurance and bonds; and Contractor shall start work within three (3) calendar days after receipt of Notice to Proceed but may not start the work before the required bonds and insurance policies have been submitted and approved, or as otherwise stated herein, and shall complete the work on or before the date indicated in the Proposal. Important Bid Dates and the projected schedule for the project: 1. Advertise Contract on RIVIP April 6, Drawings Available to Contractors April 13, Mandatory Pre-Bid Meeting at 1:00 PM on April 16, Deadline for written questions by Contractors 4:00 PM on April 24, Answers to Contractors Questions and any Addendum Distribution 4:00 PM April 29, Receive proposals by 1:00 PM on May 29, 2015 A-3

8 7. Review and evaluate proposals for presentation of recommendation for award at June 10, 2015 Board Meeting. 8. Notice of Intent to Award on June 11, Contractor to submit required insurance and Contract Bond by June 17, Execute Contract and issue Notice to Proceed by June 19, Contractor to start work on June 22, Contractor shall complete the work on or before November 30, 2016 and according to the Milestones. RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY A-4

9 SHEET NO. DWG NO. DESCRIPTION LIST OF DRAWINGS GENERAL DRAWINGS NA NA TITLE PAGE 1 G-1 INDEX OF DRAWINGS, QUANTITIES, ABBREVIATIONS, AND LEGEND 2 G-2 GENERAL NOTES 3 G-3 GENERAL PLAN AND ELEVATION/LOCATION OF WORK PROTECTIVE COATING DRAWINGS 4 PC-1 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK I 5 PC-2 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK II 6 PC-3 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK III 7 PC-4 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK IV 8 PC-5 PROTECTIVE COATING CAULKING DETAILS, TRUSS SPANS I 9 PC-6 PROTECTIVE COATING CAULKING DETAILS, TRUSS SPANS II 10 PC-7 PROTECTIVE COATING CAULKING DETAILS, GIRDER SPANS 11 PC-8 PROTECTIVE COATING AND CAULKING DETAILS STRINGER SPANS FRAMING PLAN SRAWINGS 12 FP-1 THREE SPAN CONTINUOUS DECK TRUSS SPANS FRAMING PLAN I 13 FP-2 THREE SPAN CONTINUOUS DECK TRUSS SPANS FRAMING PLAN II 14 FP-3 GIRDER AND STRINGER SPANS TYPICAL FRAMING PLANS STEEL REPAIR DRAWINGS 15 SR-1 TYPICAL VERTICAL MEMBER GUSSET PLATE REPAIR 16 SR-2 BOLT REPLACEMENT AND STRINGER BOTTOM FLANGE REINFORCEMENT REPAIRS 17 SR-3 DROP PIPE EXTENSIONS 18 SR-4 TRUSS CHORD REPAIR 19 SR-5 TRANSFORMER PLATFORM MODIFICATIONS 20 SR-6 DRAINAGE TROUGH REPLACEMENT DETAILS SHEET 1 OF 2 21 SR-7 DRAINAGE TROUGH REPLACEMENT DETAILS SHEET 2 OF 2 HAUNCH REPAIR DRAWING 22 HR-1 HAUNCH REMOVAL DETAILS OPTIONAL REPAIR DRAWINGS 23 OP-1 SUGGESTED CONSTRUCTION METHOD FOR GIRDER REPAIRS I 24 OP-2 SUGGESTED CONSTRUCTION METHOD FOR GIRDER REPAIRS II 25 OP-3 STRINGER END REPAIR SUGGESTED TEMPORARY SUPPORT 26 OP-4 STRINGER END REPAIRS DETAILS I 27 OP-5 STRINGER END REPAIRS DETAILS II 28 OP-6 STRINGER END REPAIR DETAILS III 29 OP-7 FLOORBEAM TO TRUSS CONNECTION REPAIR 30 OP-8 DECK TRUSS SPANS LATERAL BRACE CONNECTION REPAIR 31 OP-9 DECK TRUSS SPANS SWAY BRACING REPAIRS 32 OP-10 LATERAL BRACE REPAIRS/REMOVE AND REPLACE IN-KIND CONTINUOUS TRUSS SPANS 33 OP-11 GIRDER AND TRUSS SPANS FLOORBEAM AND WEB REPAIR MAINTENANCE AND PROTECTION OF TRAFFIC DRAWINGS 34 MP-1 SUGGESTED TRAFFIC CONTROL PLAN D-1

10 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY PROPOSAL CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF THE NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) The undersigned Bidder has carefully examined the site of the work described herein; has become familiar with local conditions and the character and extent of the work; has carefully examined the Plans, the Specifications, which consist of the Rhode Island Standard Specifications for Road and Bridge Construction, 2010 Edition with December 2012 amendment, Section 12 of the Rhode Island Department of Administration Procurement Regulations, supplemental specifications, special provisions of the Rhode Island Turnpike and Bridge Authority, the Proposal Form, the form of Contract Agreement, and the form of Contract Bond, which are acknowledged to be a part of this Proposal, and he thoroughly understands their stipulations, requirements, and provisions. The undersigned Bidder has determined the quality and quantity of equipment and materials required; has investigated the location and determined the sources of supply of the materials required; has investigated labor conditions; and has arranged for the continuous prosecution of the work herein described. The undersigned Bidder hereby agrees to be bound by the award of the Contract and, if awarded the Contract on this Proposal, to execute upon receipt of Notice of Award the required Contract Agreement, the required Contract Performance Bond, and certificates of required insurance, of which Contract this Proposal, the Plans for the work, and the Specifications as above indicated shall be a part. The undersigned Bidder further agrees to provide all necessary equipment, tools, labor, incidentals, and other means of construction to do all the work, and furnish all the materials of the specified requirements that are necessary to complete the work in accordance with the Proposal, the Plans, and the Specifications and agrees to accept therefore, as payment in full, the Contract Unit Price for the actual quantities of work described in the Specifications as set forth in this Proposal. Any "Extra Work" or "Force Account Work" will be paid for as set forth in the Standard Specifications Subsections and , and the undersigned Bidder hereby agrees to accept payment therefore as stated therein. There is a Minority/Disadvantaged/Woman-Owned Business Enterprise Program for this Project. The percentage goal for this project is the lesser of $250,000 or 5% of the overall bid price (excluding Optional/On-Call Pay Items). P-1

11 Item Description and Written Bid Prices 1. PERFORMANCE BOND Estimated Quantity Unit Unit Price/Unit (Figures) Total Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 2. PAYMENT BOND Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 3. STEEL REPAIRS TRUSS SPANS TRUSS VERTICAL MEMBER LOWER CONNECTION RETROFIT Dollars and Cents Each 4. DECK TRUSS AND GIRDER SPANS STRINGER BOTTOM FLANGE REINFORCEMENT Dollars and Cents Linear Foot 5. DECK TRUSS SPANS DROP PIPE EXTENSIONS Dollars and Cents Each 6. SPAN 5W TRANSFORMER PLATFORM REPAIRS Dollars and Cents Lump Sum 38 EACH $ Each 35 LF $ Linear Foot 26 EACH $ Each 1 LS $ Lump Sum $ $ $ $ 7. DECK TRUSS SPANS TRUSS CHORD WELD REPAIRS Dollars and Cents Linear Foot 40 LF $ Linear Foot $ P-2

12 Item Description and Written Bid Prices Estimated Quantity Unit Unit Price/Unit (Figures) Total 8. DECK TRUSS SPANS TRUSS CHORD ANGLE REPAIRS Dollars and Cents Linear Foot 40 LF $ Linear Foot $ 9. SPAN 5W REMOVE FLOORBEAM BOTTOM FLANGE ATTACHMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 10. PIER 5W, 2W AND 2E FINGER JOINT TROUGHS AND DRAINAGE PIPES REMOVAL AND REPLACEMENT Dollars and Cents Each 3 EACH $ Each $ 11. LADDER AT PIER 4W REPAIR Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 12. REMOVE AND REPLACE HIGH STRENGTH BOLTS Dollars and Cents Each 13. HAUNCH REMOVAL Dollars and Cents Linear Feet 14. TRUSS SPANS PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 5,100 EACH $ Each 6,000 LF $ Linear Foot 1 LS $ Lump Sum $ $ $ P-3

13 Item Description and Written Bid Prices Estimated Quantity Unit Unit Price/Unit (Figures) Total 15. GIRDER SPANS PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 16. STRINGER SPANS PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 17. SIGN STRUCTURES PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 18. TRUSS SPANS PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 19. GIRDER SPANS PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 20. STRINGER SPANS PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ P-4

14 Item Description and Written Bid Prices 21. SIGN STRUCTURES PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum Estimated Quantity Unit Unit Price/Unit (Figures) 2 LS $ Lump Sum Total $ 22. ENGINEER S FIELD OFFICE Dollars and Cents Month 16 MO $ Month $ 23. MOBILIZATION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ TOTAL (ITEMS 1 THRU 23) P-5

15 Optional Work Items Item Description and Written Bid Prices A.943 GIRDER AND TRUSS SPANS STRINGER END CONNECTION REPAIR _ Dollars and Cents Each B.943 GIRDER SPANS GIRDER END WEB REPAIR Dollars and Estimated Quantity Unit Unit Price/Unit (Figures) 1 EACH $ Each 4 EACH $ Each Total Each Cents C.943 GIRDER AND TRUSS SPANS FLOORBEAM LOWER WEB REPAIR 8 ANGLE Dollars and Cents Linear Feet 40 LF $ Linear Foot $ D.943 GIRDER AND TRUSS SPANS FLOORBEAM LOWER WEB REPAIR 6 ANGLE Dollars and Cents Linear Feet 40 LF $ Linear Foot $ E.943 TRUSS SPANS FLOORBEAM CONNECTION TO TRUSS REPAIR Dollars and Cents Each 2 EACH $ Each $ F.943 REMOVE AND REPLACE SWAY BRACING TYPE A BRACKET TOP CHORD Dollars and Cents Each 2 EACH $ Each $ P-6

16 G.943 REMOVE AND REPLACE SWAY BRACING TYPE A BRACKET BOTTOM CHORD Dollars and Cents Each 2 EACH $ Each $ H.943 REMOVE AND REPLACE SWAY BRACING TYPE B OR C BRACKET TOP CHORD Dollars and Cents Each 1 EACH $ Each $ I.943 REMOVE AND REPLACE SWAY BRACING TYPE B OR C BRACKET BOTTOM CHORD Dollars and Cents Each 1 EACH $ Each $ J.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE A SWAY BRACING Dollars and Cents Each 2 EACH $ Each $ K.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER PARTIAL LENGTH TYPE A SWAY BRACING Dollars and Cents Linear Feet 2 LF $ Linear Foot $ L.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE C Dollars and Cents Each 1 EACH $ Each $ P-7

17 M.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE B Dollars and Cents Each 1 EACH $ Each $ N.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER PARTIAL LENGTH TYPE B OR C SWAY BRACING Dollars and Cents Linear Feet 1 LF $ Linear Foot $ O.943 REMOVE AND REPLACE TOP CHORD LATERAL BRACING GUSSET PLATE AND REPAIR FLOORBEAM WEB Dollars and Cents Each 4 EACH $ Each $ P.943 TRUSS SPANS REPAIR UPPER LATERAL BRACE Dollars and Cents Linear Feet 4 LF $ Linear Foot $ Q.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE, SPLICED BRACING Dollars and Cents Each 4 EACH $ Each $ R.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE, CONTINUOUS BRACING Dollars and Cents Each 4 EACH $ Each $ P-8

18 S.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE VERTICAL SUPPORT Dollars and Cents Each 8 EACH $ Each $ T.943 TRUSS SPANS REPAIR LOWER LATERAL BRACE TEE SECTION Dollars and Cents Linear Feet 20 LF $ Linear Foot $ U.943 TRUSS SPANS REPAIR LOWER LATERAL BRACE BEAM SECTION Dollars and Cents Linear Feet 20 LF $ Linear Foot $ V.943 TRUSS SPANS REMOVE AND REPLACE IN KIND LOWER LATERAL BRACE TEE SECTION Dollars and Cents Each 2 EACH $ Each $ W.943 TRUSS SPANS REMOVE AND REPLACE IN KIND LOWER LATERAL BRACE BEAM SECTION Dollars and Cents Each 2 EACH $ Each $ X.943 STEEL REPAIRS MISCELLANEOUS STEEL REPAIRS WEB REPAIR PLATES Dollars and Cents Pound 500 POUND $ Pound $ P-9

19 Y.943 STEEL REPAIRS MISCELLANEOUS STEEL REPAIRS FLANGE REPAIR PLATES Dollars and Cents Pound 500 POUND $ Pound $ Z.943 MISCELLANEOUS STRUCTURAL REPAIRS Dollars and Cents Lump Sum 1 LS $ Lump Sum $ ALLOWANCE FOR OPTIONAL WORK ITEM Z: $250,000 TOTAL OF ALL OPTIONAL WORK ITEMS A THROUGH Z: TOTAL OF PAY ITEMS 1 THRU 23 (FROM PAGE P-5) TOTAL OF ITEMS 1 THRU 23 AND OPTIONAL WORK ITEMS A THROUGH Z P-10

20 The attached Plans and these Specifications indicate the work to be performed. All work shall comply with all Federal Wage Rates as applicable, union wage rates, and applicable regulations. The undersigned Bidder declares that this Proposal is made without connection with any other person or persons making Proposals for the same work, and is in all respects fair and without collusion or fraud. The undersigned Bidder submits herewith Proposal Guaranty consisting of a certified check in the amount of $ or a Proposal Bond in the amount of $ and agrees and consents that the Proposal Guaranty shall be forfeited to the Authority as liquidated damages if the required Contract Agreement and Contract Bond are not executed within seven (7) calendar days from the date of the Notice of Award. The undersigned Bidder further agrees, if awarded the Contract on this Proposal, to begin work within three (3) calendar days after the date of receipt of Notice to Proceed unless otherwise specified under Special Provisions or permitted by the Engineer, and further agrees to complete the work as per the milestones included in the Contract, with all work completed for pay items denoted by numerals on or before November 30, 2016, and all work for Optional/On-Call Pay Items denoted by alphabetical letters completed by November 30, P-11

21 The undersigned hereby acknowledges receipt of the following addenda: Addenda No. Dated Contractor By: By: Address: {corporation incorporated under the laws } composed of {of the State of } Officers, Being a { } {partnership } partners, or {individual } owner Title Title Title Title P-12

22 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING - WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS PRIME CONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) IDENTIFICATION OF CONTRACTOR/SUBCONTRACTOR PERFORMING: STEEL REPAIRS: PAINTING: SCAFFOLDING: List below, or on a separate sheet, construction projects performed under teaming with all or some of the same entities included in this proposal and include a brief description of the scope of work, contract value, dates of performance, and a reference contact: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 1 of 37

23 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? 3. How many years of experience has your organization had in construction work similar to the work you are interested in bidding? (a) (b) As a general contractor? As a subcontractor? 4A. List below construction projects of a value of over $15,000,000, involving steel repair and painting work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 2 of 37

24 Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) 4B. List below construction projects of a value of over $8,000,000, involving you as a prime contractor, with subcontractors handling at least 30% of the contract dollar value, for work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 3 of 37

25 Name of Owner Address (Use blank sheet if additional space is needed) 5. List below present projects of all types under way for each company or each venturer, on this date. 6. References: Name only the engineers or owners including the public agencies for whom you have performed work: 7. Reference is hereby made to the following bank or banks as to the financial responsibility of the Bidder: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 4 of 37

26 8A. Name of Project Manager who will be responsible for operations under this Contract. 8B. Home Address 8C. Total years experience in field general contracting including complex bridge painting/structural steel work. 8D. Total years experience as Project Manager in general contracting including complex bridge painting/structural steel work. 8E. Project Manager's total experience with this company. 8F. Project Manager's total experience with this company as project manager. 8G. Project Manager's previous employers and nature of work done during ten (10) years prior to employment with this firm. 8H. Detailed description of proposed project manager's experience as project manager during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 5 of 37

27 9A. Name of Construction Superintendent who will be responsible for operations under this Contract. 9B. Home Address 9C. Total years experience in field general contracting including complex bridge painting/structural steel work. 9D. Total years experience as Construction Superintendent in general contracting including complex bridge painting/structural steel work. 9E. Construction Superintendent s total experience with this company. 9F. Construction Superintendent s total experience with this company as Construction Superintendent. 9G. Construction Superintendent s previous employers and nature of work done during ten (10) years prior to employment with this firm. 9H. Detailed description of proposed Construction Superintendent s experience as Construction Superintendent during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 6 of 37

28 10A. Name of Quality Assurance Officer who will be responsible for this Contract. 10B. Home Address 10C. Total years experience in field general contracting including complex bridge painting/structural steel work. 10D. Total years experience as Quality Assurance Officer in general contracting including complex bridge painting/structural steel work. 10E. Quality Assurance Officer s total experience with this company. 10F. Quality Assurance Officer s total experience with this company as Quality Assurance Officer. 10G. Quality Assurance Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 10H. Detailed description of proposed Quality Assurance Officer s experience as Quality Assurance Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 7 of 37

29 11A. Name of Safety Officer who will be responsible for this Contract. 11B. Home Address 11C. Total years experience in field general contracting including structural complex bridge painting/structural steel work. 11D. Total years experience as Safety Officer in general contracting including complex bridge painting/structural steel work. 11E. Safety Officer s total experience with this company. 11F. Safety Officer s total experience with this company as Safety Officer. 11G. Safety Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 11H. Detailed description of proposed Safety Officer s experience as Safety Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 8 of 37

30 12A. Name of Scheduler who will be responsible for this Contract. 12B. Home Address 12C. Total years experience in field general contracting including complex bridge painting/structural steel work. 12D. Total years experience as Scheduler in general contracting including complex bridge painting/structural steel work. 12E. Scheduler s total experience with this company. 12F. Scheduler s total experience with this company as Scheduler. 12G. Scheduler s previous employers and nature of work done during ten (10) years prior to employment with this firm. 12H. Detailed description of proposed Schedule s experience as Scheduler during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 9 of 37

31 13. Financial statement of the firm bidding for the job, of the last two (2) years. (Insert separate sheet) 14. List of equipment proposed to be used on this Project. No. Description Capacity Condition & Age Owner Leased or to be Purchased New The undersigned represents and warrants that the foregoing information is true and accurate to the best of his knowledge and the undersigned intends that the Rhode Island Turnpike and Bridge Authority rely thereon in awarding this Contract. Bidder: By: (Title) Address: Date Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 10 of 37

32 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS PAINTING CONTRACTOR/SUBCONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 11 of 37

33 3. How many years of experience has your organization had in construction work similar to the work you are interested in bidding? (a) (b) As a general contractor? As a subcontractor? 4. List below construction projects of a value of over $10,000,000, involving work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 12 of 37

34 5. List below present projects of all types under way for each company or each venturer, on this date. 6. References: Name only the engineers or owners including the public agencies for whom you have performed work: 7. Reference is hereby made to the following bank or banks as to the financial responsibility of the Bidder: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 13 of 37

35 8A. Name of Project Manager who will be responsible for operations under this Contract. 8B. Home Address 8C. Total years experience in field general contracting including steel bridge painting. 8D. Total years experience as Project Manager in general contracting including steel bridge painting. 8E. Project Manager's total experience with this company. 8F. Project Manager's total experience with this company as project manager. 8G. Project Manager's previous employers and nature of work done during ten (10) years prior to employment with this firm. 8H. Detailed description of proposed project manager's experience as project manager during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 14 of 37

36 9A. Name of Construction Superintendent who will be responsible for operations under this Contract. 9B. Home Address 9C. Total years experience in field general contracting including steel bridge painting. 9D. Total years experience as Construction Superintendent in general contracting including steel bridge painting. 9E. Construction Superintendent s total experience with this company. 9F. Construction Superintendent s total experience with this company as Construction Superintendent. 9G. Construction Superintendent s previous employers and nature of work done during ten (10) years prior to employment with this firm. 9H. Detailed description of proposed Construction Superintendent s experience as Construction Superintendent during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 15 of 37

37 10A. Name of Quality Assurance Officer who will be responsible for this Contract. 10B. Home Address 10C. Total years experience in field general contracting including steel bridge painting. 10D. Total years experience as Quality Assurance Officer in general contracting including steel bridge painting. 10E. Quality Assurance Officer s total experience with this company. 10F. Quality Assurance Officer s total experience with this company as Quality Assurance Officer. 10G. Quality Assurance Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 10H. Detailed description of proposed Quality Assurance Officer s experience as Quality Assurance Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 16 of 37

38 11A. Name of Safety Officer who will be responsible for this Contract. 11B. Home Address 11C. Total years experience in field general contracting including steel bridge painting. 11D. Total years experience as Safety Officer in general contracting including steel bridge painting. 11E. Safety Officer s total experience with this company. 11F. Safety Officer s total experience with this company as Safety Officer. 11G. Safety Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 11H. Detailed description of proposed Safety Officer s experience as Safety Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 17 of 37

39 12A. Name of Scheduler who will be responsible for this Contract. 12B. Home Address 12C. Total years experience in field general contracting including steel bridge painting. 12D. Total years experience as Scheduler in general contracting including steel bridge painting 12E. Scheduler s total experience with this company. 12F. Scheduler s total experience with this company as Scheduler. 12G. Scheduler s previous employers and nature of work done during ten (10) years prior to employment with this firm. 12H. Detailed description of proposed Schedule s experience as Scheduler during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 18 of 37

40 13. Financial statement of the firm bidding for the job, of the last two (2) years. (Insert separate sheet) 14. List of equipment proposed to be used on this Project. No. Description Capacity Condition & Age Owner Leased or to be Purchased New The undersigned represents and warrants that the foregoing information is true and accurate to the best of his knowledge and the undersigned intends that the Rhode Island Turnpike and Bridge Authority rely thereon in awarding this Contract. Bidder: By: (Title) Address: Date Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 19 of 37

41 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS SCAFFOLDING CONTRACTOR/SUBCONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 20 of 37

42 3. How many years of experience has your organization had in construction work similar to the work you are interested in bidding? (a) (b) As a general contractor? As a subcontractor? 4. List below construction projects of a value of over $3,000,000, involving work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 21 of 37

43 5. List below present projects of all types under way for each company or each venturer, on this date. 6. References: Name only the engineers or owners including the public agencies for whom you have performed work: 7. Reference is hereby made to the following bank or banks as to the financial responsibility of the Bidder: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 22 of 37

44 8A. Name of Project Manager who will be responsible for operations under this Contract. 8B. Home Address 8C. Total years experience in field general contracting including steel bridge painting. 8D. Total years experience as Project Manager in general contracting including steel bridge painting. 8E. Project Manager's total experience with this company. 8F. Project Manager's total experience with this company as project manager. 8G. Project Manager's previous employers and nature of work done during ten (10) years prior to employment with this firm. 8H. Detailed description of proposed project manager's experience as project manager during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 23 of 37

45 9A. Name of Construction Superintendent who will be responsible for operations under this Contract. 9B. Home Address 9C. Total years experience in field general contracting including steel bridge painting. 9D. Total years experience as Construction Superintendent in general contracting including steel bridge painting. 9E. Construction Superintendent s total experience with this company. 9F. Construction Superintendent s total experience with this company as Construction Superintendent. 9G. Construction Superintendent s previous employers and nature of work done during ten (10) years prior to employment with this firm. 9H. Detailed description of proposed Construction Superintendent s experience as Construction Superintendent during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 24 of 37

46 10A. Name of Quality Assurance Officer who will be responsible for this Contract. 10B. Home Address 10C. Total years experience in field general contracting including steel bridge painting. 10D. Total years experience as Quality Assurance Officer in general contracting including steel bridge painting. 10E. Quality Assurance Officer s total experience with this company. 10F. Quality Assurance Officer s total experience with this company as Quality Assurance Officer. 10G. Quality Assurance Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 10H. Detailed description of proposed Quality Assurance Officer s experience as Quality Assurance Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 25 of 37

47 11A. Name of Safety Officer who will be responsible for this Contract. 11B. Home Address 11C. Total years experience in field general contracting including steel bridge painting. 11D. Total years experience as Safety Officer in general contracting including steel bridge painting. 11E. Safety Officer s total experience with this company. 11F. Safety Officer s total experience with this company as Safety Officer. 11G. Safety Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 11H. Detailed description of proposed Safety Officer s experience as Safety Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 26 of 37

48 12A. Name of Scheduler who will be responsible for this Contract. 12B. Home Address 12C. Total years experience in field general contracting including steel bridge painting. 12D. Total years experience as Scheduler in general contracting including steel bridge painting 12E. Scheduler s total experience with this company. 12F. Scheduler s total experience with this company as Scheduler. 12G. Scheduler s previous employers and nature of work done during ten (10) years prior to employment with this firm. 12H. Detailed description of proposed Schedule s experience as Scheduler during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 27 of 37

49 13. Financial statement of the firm bidding for the job, of the last two (2) years. (Insert separate sheet) 14. List of equipment proposed to be used on this Project. No. Description Capacity Condition & Age Owner Leased or to be Purchased New The undersigned represents and warrants that the foregoing information is true and accurate to the best of his knowledge and the undersigned intends that the Rhode Island Turnpike and Bridge Authority rely thereon in awarding this Contract. Bidder: By: (Title) Address: Date Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 28 of 37

50 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS STEEL REPAIRS CONTRACTOR/SUBCONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 29 of 37

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

NOTICE TO CONTRACTORS INVITATION FOR BIDS

NOTICE TO CONTRACTORS INVITATION FOR BIDS NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the FOUNTAIN ALLEY PEDESTRIAN WALK PROJECT ( Project ), located in the Century

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

NOTICE TO POTENTIAL BIDDERS

NOTICE TO POTENTIAL BIDDERS NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List

More information

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** February 11, 2014 DESCRIPTION The Invitation to Bid and Very High

More information

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer

More information

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA Pu6lic Works works for the Public N., ICDPW DEPARTMENT OF PUBLIC WORKS S. 11th Street Centro, CA 92243 Tel: (442) 265-1818 Fax: (442) 265-1858 COUNTY OF IMPERIAL PUBLIC WORKS 155 S. 11 th Street El Centro,

More information

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

How To Bid On A Building Project In San Jose

How To Bid On A Building Project In San Jose NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the CIVIC AUDITORIUM BOILER SYSTEM REPLACEMENT PROJECT ( Project ), located

More information

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT:

More information

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly

More information

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY. P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835-0437. Request for Qualifications

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY. P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835-0437. Request for Qualifications RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835-0437 Request for Qualifications Solicitation Title: Information Technology Consulting Services Solicitation

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal

More information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New

More information

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING MISSOURI MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF Name Addres s FOR CONSTRUCTING OR IMPROVING Central Office Warehouse Renovation Phase I Jefferson City, Missouri

More information

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT University of Nevada, Las Vegas Purchasing Department 4505 Maryland Parkway Las Vegas, Nevada 89154-1033

More information

REQUEST FOR BIDS. Electrical Contracting Services for

REQUEST FOR BIDS. Electrical Contracting Services for REQUEST FOR BIDS Electrical Contracting Services for [Retrofitting to LED Bulbs and installing new LED Fixtures at Tri City Medical Center and Satellite Campuses] Date of Issuance: December 3, 2015 Mandatory

More information

STATE OF DELAWARE DEPARTMENT OF FACILITIES MANAGEMENT CONTRACT # MC1002000199

STATE OF DELAWARE DEPARTMENT OF FACILITIES MANAGEMENT CONTRACT # MC1002000199 STATE OF DELAWARE DEPARTMENT OF FACILITIES MANAGEMENT CONTRACT # MC1002000199 PROJECT MANUAL FOR GEORGE V. MASSEY STATION EXTERIOR RESTORATION 516 W.LOOCKERMAN STREET DOVER, DELAWARE PREPARED BY R G ARCHITECTS,

More information

NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34

NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 34-201. Notice of intention to receive bids and enter contract; procedure; doing work without

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

CITY OF COMMERCE CITY BID BOND

CITY OF COMMERCE CITY BID BOND BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($

More information

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014 THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4 April 2014 Earl J. Croft III, Executive Director Rhode Island Turnpike and Bridge Authority

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

CHAPTER 7 PUBLIC WORKS LAW

CHAPTER 7 PUBLIC WORKS LAW 7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed

More information

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued)

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued) BIDDER'S PROPOSAL (continued) Item Estimated No. Description Quantity Unit Unit Cost Total Cost BASE BID 1 Traffic Control 1 LS $ $ 2 Construction Area Signs 1 LS $ $ 3 Excavation Safety 1 LS $ $ 4 Reset

More information

Invitation for Bid Sewer Repair Project

Invitation for Bid Sewer Repair Project Invitation for Bid Sewer Repair Project Section 1 History, Objective, Required Services, and Specifications Objective Repair/Replace a collapsing sewer line consisting of terra cotta clay and concrete.

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, SURETY BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Contractor's Name) as Principal, and, as Surety, are hereby held and firmly bound into City of Buckeye as OWNER in the penal sum of

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

Standby Emergency Repair and Restoration Services

Standby Emergency Repair and Restoration Services INVITATION TO BID 15ITB95184C-DR Standby Emergency Repair and Restoration Services For Facilities & Transportation Services Department BID DUE DATE AND TIME: JANUARY 28, 2015 @ 11:00 A.M. BID ISSUANCE

More information

Ocoee, FL May 13, 2016 Advertisement No. 1

Ocoee, FL May 13, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL May 13, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD MASONRY RESTROOM FACILITIES FOR

More information

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

This page left blank intentionally

This page left blank intentionally ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY

More information

ADDENDUM No. 3 May 25, 2016

ADDENDUM No. 3 May 25, 2016 ADDENDUM No. 3 May 25, 2016 GREENWICH PUBLIC SHCOOLS 1 WESTERN JR. HIGHWAY, OPENING DATE: JUNE 2, 2016 OPENING TIME: 9:00AM BID NUMBER: 2076-16 The following ADDENDUM is issued to clarify items appearing

More information

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT To: Shelly Billingsley, P.E. Director of Engineering Division 625 52nd Street Kenosha, Wisconsin 53140 FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR PROPERTY OWNER: Douglas Morris ADDRESS: 5221 Lee St, Lehigh Acres, FL 33971 BID DUE DATE: 01/27/2016 BID FORM REHABILITATION CONSTRUCTION PROJECT FOR The bid submitted is based on the structure being:

More information

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131 SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

INVITATION TO BID Quail Dunes Golf Course Golf Cars

INVITATION TO BID Quail Dunes Golf Course Golf Cars INVITATION TO BID The is accepting sealed bids to Lease or Lease Purchase 45 until 2:45 p.m. (our clock) on December 7, 2015 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator scarroll@cityofconway.com 843 248 1760 LEC Security Camera System

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

More information

Unity Community Center Metal Roof Installation. Request for Bids

Unity Community Center Metal Roof Installation. Request for Bids Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box 381 32 School Street

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this

More information

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law Page 1 NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law *** This file includes all Regulations adopted and published through the *** *** New Jersey Register,

More information

INVITATION TO BID FOR FC - 7792 ANNUAL CONTRACT FOR CLEAN-UP SEWAGE SPILLS INSIDE DWELLINGS

INVITATION TO BID FOR FC - 7792 ANNUAL CONTRACT FOR CLEAN-UP SEWAGE SPILLS INSIDE DWELLINGS INVITATION TO BID FOR FC - 7792 ANNUAL CONTRACT FOR CLEAN-UP SEWAGE SPILLS INSIDE DWELLINGS Atlanta, Georgia Jo Ann J. Macrina, P.E. Commissioner Department of Watershed Management Adam L. Smith, Esq.,

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information