TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

Similar documents
BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC.

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Police Department Roof System Renovation

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Request for Proposal. Microsoft Exchange Migration Project

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Bid #15-15 Goodyear Tires

ATTENTION ALL BIDDERS

INVITATION FOR BID Annual Water Meter Purchase

City of Mexico Beach Replacement of Fire Department Roofing Shingles

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

TERMS AND CONDITIONS OF THE INVITATION TO BID

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

CITY OF HOPKINSVILLE

REQUEST FOR QUOTATION

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

INVITATION FOR BID Chipeta Lake Park Tree Trimming

ATTENTION ALL BIDDERS

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

BID INVITATION. Bid Invitation

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

OSWEGO COUNTY PURCHASING DEPARTMENT

BID ON ALUMINUM SULFATE

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

REQUEST FOR BID # TIRE DISPOSAL SERVICES

RETRO REFLECTIVE GLASS BEADS

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

SECTION A - INSTRUCTIONS

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

SECTION INSTRUCTIONS TO BIDDERS

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

Mesquite Independent School District

ATTENTION ALL BIDDERS

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.


1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

ATTENTION ALL BIDDERS

LEGAL NOTICE - ADVERTISEMENT FOR BID

Legal Services for Representation to Indigent Parents RFP Laramie County

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

REQUEST FOR PROPOSAL Rotary Park Arroyo Maintenance

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

City of Beacon Beacon, New York 12508

Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

CITY OF SPRING HILL, TENNESSEE

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY ATHLETIC SUPPLIES (DATE): FRBRUARY 14, 2019

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

MARCH 27, 2019 INVITATION FOR BIDS

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

TO ALL PROSPECTIVE BIDDERS:

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

COUNTY OF LOUISA, VIRGINIA

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

Saddles for Sale RFSB # N

Request for Proposal. RFP # Non-Profit, Sports Photography

INVITATION TO BID INSTRUCTIONS TO BIDDERS

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

PLEASE DIRECT ANY QUESTIONS REGARDING THIS BID TO: BID INVITATION FOR: SECURITY SYSTEM EQUIPMENT AND INSTALLATION (202380)

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

ALEXANDRIA HOUSING AUTHORITY P.O. Box 8219 Alexandria, Louisiana Phone (318) Fax (318)

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

Tulsa Community College

REQUEST FOR PROPOSAL - TRI-STATE LOTTO COMMISSION

Transcription:

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 CONTRACT PROPOSAL FOR WATER SLIDE FOR WADDELL POOL RFP 15/16-87 DATE OF RFP OPENING: MAY 10, 2016 TIME: 11:00 A.M. In accordance with the provisions of the Town Charter, sealed proposals will be received in the Office of the Director of General Services of the Town of Manchester, Connecticut, not later than the date and time set forth above, for furnishing the commodities and/or services listed herein. Proposals must be executed in accordance with and subject to instructions and specifications contained herein. The Town of Manchester is an equal opportunity employer, and requires an affirmative action policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order 11246. By signing the Proposal Sheet for this bid, all vendors and contractors agree to this condition of doing business with the Town and should the Town choose to audit their compliance, the vendor agrees to cooperate fully. SPECIAL INSTRUCTIONS 1. This Request for Proposal and any addenda will be issued on the Town of Manchester website at http://generalservices1.townofmanchester.org/index.cfm/bids/. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his proposal as submitted. All addenda so issued shall become part of the Contract Documents. No addendum shall be issued less than 2 calendar days before the due date unless it is to change the due date. 2. Proposal prices may not be withdrawn by bidder for 90 days after bid opening. 3. All questions or inquiries must be submitted at least 7 days before the bid opening. 4. The enclosed pre-addressed label must be attached to the envelope containing your bid.

WATER SLIDE FOR WADDELL POOL TABLE OF CONTENTS Page Number Rules and Regulations for Competitive Bidding 1-3 Standard Instructions to Bidders 4 General Conditions and Specifications 5-7 Proposal i

BOARD OF DIRECTORS TOWN OF MANCHESTER, CONNECTICUT RULES AND REGULATIONS FOR COMPETITIVE BIDDING INCLUDING INSTRUCTIONS TO BIDDERS These rules and regulations have been adopted by the Board of Directors of the Town of Manchester pursuant to Section 5-22 of the Town Charter. They are standard for all competitive bidding proposals issued by the Town of Manchester, Connecticut for contracts of all types where labor, materials and necessary equipment to complete work is to be furnished to the Town, where the Town is to purchase supplies, materials and equipment, where the Town is to sell surplus materials and equipment, or where the Town is to sell real estate. These rules and regulations shall be binding upon all prospective bidders and the Town of Manchester. GENERAL RULES 1. The Director of General Services may delete or modify any of the instructions to bidders for a particular proposal, indicating such change in the appropriate section of the proposal documents. The Director of General Services may insert special instructions in any special contracts which are subject to competitive bidding. 2. The attached proposal is signed by the bidder with full knowledge of, and agreement with, the general specifications, conditions and requirements of this bid. 3. Where appropriate, return copy of proposal on the enclosed form. 4. Submit proposal in an envelope marked with the bidder s name and address on the upper left-hand corner. 5. Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, Lincoln Center, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered by Federal Express, UPS or other persons shall be delivered to Director of General Services, Town of Manchester, 494 Main Street, Manchester, CT 06040. The enclosed pre-addressed label must be affixed to the envelope containing your proposal. 6. Proposals received later than the time and date specified will not be considered. Amendments to, or withdrawals of bids received later than the time and date set for bid opening will not be considered. 7. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal Excise Tax exemption certificates, if requested, will be furnished. 8. The Bidder, where applicable, shall insert the price per stated unit and extend a total price for each item. In the event there is a discrepancy between the unit price and the extension, the unit price will govern. 1

9. Bidders shall, where applicable, submit terms for payment in spaces provided in the proposal form, showing the amount of cash discount which shall apply to bid prices when paid within the stated number of days in the proposal. 11. All inquiries, whether oral or written, shall be submitted within the time limitations specified in the bid documents and shall be directed to the General Services Office, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191, by email, gensvcs@manchesterct.gov or fax (860) 647-5206. All information given by the Town except by written addenda shall be informal and shall not be binding upon the Town nor shall it furnish a basis for legal action by any bidder or prospective bidder against the Town. 12A. The Town reserves the right to reject any and all proposals, to waive technical defects and to make such awards including accepting a proposal, although not the low proposal, as it deems in its sole discretion to be in the best interest of the Town. The Town reserves the right to reject any bid if the bidder, any officer of the bidder, or any other company owned in whole or in part by any officer(s) of the bidder, is delinquent in the payment of any taxes or fees owed to the Town. The Town reserves the right to require a disclosure statement from the bidder listing the name(s) of all officers of the company. 12B. In the event the Town determines that a contractor is delinquent in any payment due the Town, then the Town may offset the delinquent amount due to the Town against the sums owed the contractor. 13. The Town of Manchester may make such investigation as deemed necessary to determine the ability of the bidder to discharge a contract. The bidder shall furnish the Town with all such information and data as may be required for that purpose. The Town reserves the right to reject any bid if the bidder fails to satisfactorily convince the Town that he is properly qualified by experience and facilities to carry out the obligations of the contract and to satisfactorily complete the work called for herein, or if the bid is conditional in nature. 14. Except where otherwise provided, a contract between the Town and a successful bidder shall consist of the Invitation to Bid, Specifications, Plans, Bid including Proposal sheet, and Acceptance by the Town and these Rules and Regulations. Acceptance by the Town may be by purchase order for the portion of the work awarded a contractor. 15. All Invitations to Bid shall be publicly advertised on at least three (3) occasions in a newspaper having a general circulation within the Town of Manchester, Connecticut. The last advertising date shall be at least seven (7) calendar days before the date which is advertised for the opening of bids. 16. Copies of bids shall be made available to all interested persons for a fee to be determined by the Director of General Services which fee will be refundable at the discretion of the Director of General Services upon return of said documents. 17. Alternate bids shall not be accepted unless otherwise specified in the bid documents. 2

18. Any act or acts of misrepresentation or collusion shall be a basis for disqualification of any bid or bids submitted by such persons guilty of said misrepresentation of collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty or damages. 19. In the event that any bidder wishes to protest the potential award of a bid or any procedure of act in the advertising or soliciting of the bids, said bidder must make said protest in writing which shall state the reason therefore and request a conference with respect thereto. Said protest must be received in the Town, Office of General Services within FIVE (5) business days after the mailing of bid results or decisions. 20. A conference with respect to said protest shall be scheduled by the Director of General Services forthwith and shall be attended by him or his designee and such other persons as the Director of General Services and the General Manager shall require to attend. The subject matter of said conference shall be limited to the reasons for the protest specified in the written request for said conference. Said conference shall also include a discussion of all possibilities for a resolution of dispute. The Town shall make a decision in writing within three (3) business days after said conference and forward the same to the protesting bidder forthwith. 21. In the event that any protesting bidder wishes to take legal action against the Town, he must first fully comply with all of these Rules and Regulations, including those which have been changed by the Director of General Services pursuant to paragraph 1 herein. 22. Except for special instructions inserted in special contracts by the Director of General Services pursuant to paragraph 1 herein, in the event of any conflicts between these Rules and Regulations and the terms and conditions of any document these Rules and Regulations shall prevail. 23. All Awards shall be made by the Director of General Services. 24. These Rules and Regulations, as revised, shall be effective as of June 23, 1993. Revised: April 14, 1981 March 13, 1984 August 1, 1989 June 23, 1993 3

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CT 06045-0191 STANDARD INSTRUCTIONS TO BIDDERS SUPPLIES, MATERIALS & EQUIPMENT These instructions are standard for all proposals issued by the Town of Manchester, Connecticut, for the purchase of all supplies, materials, and equipment. The Town of Manchester may delete, supersede, or modify any of these standard instructions for a proposal by indicating such change in the section headed Special Instructions to Bidders. 1. Unless otherwise stated, deliveries must consist of new merchandise. 2. Prices quoted shall be net delivered prices to the Town. 3. The Town may withhold acceptance of, or reject any merchandise which found, upon examination, not to meet the specifications requirements. When rejected, it shall be removed by the Contractor (vendor) within ten (10) days after notification of rejection. 4. When the schedule indicates that an item to be purchased is to be specified, or equal, the bidder may offer an article which is certified to be equal in quality, performance, and in other essential characteristics to the bid standard. Bidder must furnish any information, such as specifications, test results, etc., which will help in determining whether an item is equal or superior to the Town s bid standard. If a bidder fails to name a substitute, the specified item must be furnished. 5. Bidders agree to comply with all of the latest Federal and State safety standards and regulations and certify that all items furnished in this bid will conform to and comply with said standards and regulations. Bidder further agrees to indemnify and hold harmless the Town for all damages assessed against the Town as a result of the bidder s failure to comply with said Standards and/or Regulations. 6. The Town reserves the right to make an award by item or total as may be in the best interest of the Town. If a Bidder desires to bid on an all or nothing basis, he shall so indicate on the bid schedule and the Town reserves the right to make an award as may be in the best interest of the Town. 7. The Bidder shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Town of Manchester harmless from loss on account thereof except that the Town of Manchester shall be responsible for all such loss when a particular manufacturer, product, or process is specified by the Town of Manchester. 4

TOWN OF MANCHESTER REQUEST FOR PROPOSAL FOR WATER SLIDE FOR WADDELL POOL I. Scope The objective of this Request for Proposal is to procure a water slide and have it delivered to the Waddell Pool located at 163 Broad Street, Manchester, CT 06040. The slide will be assembled and installed by Town forces. The intent is to have the slide in place for the 2016 swimming season. II. Description The water slide shall be an enclosed single angle flume with 90 o turn and stairs on right side. The Town will consider proposals for water slides that meet the minimum specifications contained in this RFP. Minor deviations from specifications may be considered so as not to exclude an equivalent slide. III. Vendors Responsibilities Vendor shall furnish and deliver all components of the water slide to the Waddell Pool location. Components include all parts and hardware necessary for complete assembly and installation. The cost of transportation and manpower necessary to offload all water slide components and materials from the delivery truck shall be included in the lump sum price. Town forces will help with offloading provided that notification is given to the Town at least 24 hours prior to delivery. Delivery must arrive before 2:30 p.m. IV. Warranty At a minimum, the vendor will promptly furnish without cost to the Town any and all parts and labor which prove defective in material or workmanship for a period of one year from date of delivery. For a period of one year from the date of delivery, the vendor is responsible for any equipment upgrades recommended by the manufacturer. 5

V. Technical Specifications The water slide shall be an enclosed single flume, 90 o turn with platform and stairs on the right slide. Color shall be blue. Water slide must be manufactured for use in commercial in-ground swimming pools. All metallic components of the slide (tower, stairway, flume supports) shall be fabricated of stainless steel or aluminum. The deck and step treads shall be made of slip resistant, rust resistant material. Slide tubes shall be fabricated of color impregnated, ultraviolet stabilized, rotationally molded low-density polyethylene (LDPE). Slide flume sections shall be 30 in diameter. Flume length shall be approximately 15 LF. Flume entrance shall be equipped with spray nozzles. Flume supports shall cradle the flume assemblies and provide strength and structural support. Users on the steps and platform must be visible to lifeguards and other users. Height of platform floor shall be between 4 and 6 feet above pool deck. VI. Compliance The water slide must comply with all State of Connecticut Building Codes. The water slide must comply with the Department of Public Health, Public Health Code, Section 19-13-B33b, Public Pools. A copy of this code may be found at: http://www.ct.gov/dph/lib/dph/environmental_health/recreation/pdf/19_13_b33b.pdf The water slide must comply with the State of Connecticut public health regulations as stated in the Connecticut Public Swimming Pool Design Guide. A copy of this guide can be obtained from the State of CT Dept. of Public Health website: (http://www.ct.gov/dph/cwp/view.asp?a=3140&q=387654) 6

VII. Content of Proposal Proposals must be responsive to the information outlined in this document and shall include the following information: 1. Technical specifications including cut sheets, drawings and equipment specifications. 2. Written listing of water slide components and hardware. 3. Complete instructions for assembly and installation. 4. Copies of all warranties covering the equipment. 5. Clearly identify the manufacturer and distributor of the equipment and their contact information. 6. Indicate lead time for delivery. 7. References of other municipalities or public swimming pools where the vendors water slides are in use. VIII. Process for Review and Basis of Award 1. A selection committee consisting of representatives from the Town will evaluate the proposals and make an award recommendation. 2. The evaluation will be based upon the following factors: a. Design and appearance b. Quality of materials c. Price d. Length and scope of warranty e. Ease of installation f. Lead time 3. The Town shall select the proposal which is determined by the Town to be the best suited, most advantageous and provides the greatest overall benefit to the Town on the basis of criteria and evaluation factors. 4. The Town reserves the right to reject any and all proposals and to waive any informalities or technical defects in any proposal. Respondents whose proposals are not accepted will be so notified. Non selection of any proposal will mean that another acceptable proposal was deemed to be most advantageous to the Town or that no proposal was accepted. Notification of non-selected proposal will be devoid of any criticism of the proposal and of any implication that the proposal or proposed equipment was deficient. 7

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 RFP 15/16-87 PROPOSAL FOR WATER SLIDE FOR WADDELL POOL I, We, the undersigned, hereby agree to furnish at the net price named herein one Water Slide subject to and in accordance with the Rules and Regulations for Competitive Bidding, Standard Instructions to Bidders, General Conditions and Specifications, all of which are made part of this proposal. One water slide, delivered Lump Sum $ Manufacturer Model ATTACH ALL SUBMITTALS TO THIS PROPOSAL BIDDER ADDRESS SIGNED BY TITLE NAME (PLEASE PRINT) DATE TELEPHONE FAX EMAIL