Contractors wishing to submit bids for this contract must be prequalified by the Pennsylvania Turnpike Commission.
|
|
- Jody Spencer
- 6 years ago
- Views:
Transcription
1 SPECIAL PREQUALIFICATION PROCESS FOR TURNPIKE INDUSTRIAL PARK BUILDING RENOVATIONS LOWER SWATARA TOWNSHIP, DAUPHIN COUNTY PENNSYLVANIA TURNPIKE COMMISSION CONSTRUCTION CONTRACT NO. T F GENERAL CONSTRUCTION CONSTRUCTION CONTRACT NO. T F PLUMBING WORK CONSTRUCTION CONTRACT NO. T F ELECTRICAL WORK CONSTRUCTION CONTRACT NO. T F HVAC WORK Additional responses are being requested for the Request for Prequalification (RFP) for construction of the Turnpike Industrial Park Building Renovations. If you have previously responded to this Request for Prequalification, there is no need to respond again. GENERAL INSTRUCTIONS Contractors wishing to submit bids for this contract must be prequalified by the Pennsylvania Turnpike Commission. The application must be completed on behalf of the applicant firm by an officer who is knowledgeable about past and current operations, policies, and practices of the firm. A response must be provided to each question. If a particular question does not apply, the response must state not applicable or N/A. Responses to the prequalification submittals will be evaluated as they are received. It is the intention of the Turnpike Commission to provide a list of prequalified firms to contractors when the project contract documents are released to the public in Winter This list will be comprised of firms prequalified by the Turnpike Commission only. The Turnpike Commission will accept completed Special Prequalification Process Applications until 3:00 p.m., Local time on October 31, For questions concerning the special prequalification process, the prequalification questionnaire and instructions, or the project, please contact Charles M. Holupka at telephone: (717) , extension 5520; Fax: (717) ; cholupka@paturnpike.com. Return responses to the prequalification questionnaire to: Mailing Address Street Address Turnpike Industrial Park Renovations Turnpike Industrial Park Renovations Special Prequalification Special Prequalification Pennsylvania Turnpike Commission Pennsylvania Turnpike Commission P. O. Box S. Eisenhower Boulevard Harrisburg, PA Middletown, PA Attn: Charles Holupka Attn: Charles Holupka In addition to the prequalification process, bidders are required to register with the Commission as a business partner. To become a business partner, go to the Pennsylvania Turnpike Commission s Electronic Bidding System (EBS) homepage at Instructions for registration are available on the website. PROJECT DESCRIPTION The Pennsylvania Turnpike Commission is currently preparing plans for renovations of the single story, 103,000 approx. s.f. Turnpike Industrial Park (TIP) Building. The project includes demolition, construction, equipment, and furnishing fit-out of a new Tier 3 Data Center, PBX Room, and associated mechanical and electrical support spaces and systems. The renovation includes repaving, storm sewer collection, new roof, renovated building envelope, new HVAC systems, equipment, and associated ductwork and piping, new normal, emergency, standby, and UPS electrical systems, equipment, and associated raceways, and new telecom systems and associated raceways. The existing office areas within the TIP Building will be occupied by the Pennsylvania Turnpike Commission during execution of the construction contracts. The contractors will be required to coordinate and perform work 1
2 around the existing building operations during construction and provide temporary facilities and installations to maintain those functions. Appropriate notice must be provided to the Commission before shutting down any system or performing any work that would disrupt the facility. CONTRACT NO. T F GENERAL CONSTRUCTION General construction work shall comply with the 2006 International Building Codes. General construction work includes: selective structure demolition; cast-in-place concrete; unit masonry; structural steel; steel deck; cold-formed metal framing; structural steel sub-framing; thermal insulation; polymer-based exterior insulation and finish system (EIFS); 4 ply built-up roofing system with white granular coating; ethylene-propylene-diene-monomer (EPDM) roofing for interior secondary roof; sheet metal flashing, trim & gravel stops; roof specialties; metal siding, new aluminum downspouts & scuppers ; manufactured roof expansion joints; louvered cooling tower enclosures on 4 high galvanized steel grating platform; penetration fire stopping; fire-resistive joint systems; standard and impact resistant gypsum wall board; joint sealants; hollow metal doors and frame; resilient base and accessories; recycled vinyl interlocking floor tiles; carpet tiles; epoxy flooring; raised access flooring; painting; high-performance coatings; suspended acoustical ceilings; overhead roll-up doors; fire extinguisher cabinets & extinguishers. The civil engineering site work will consist of installation of storm drainage piping, subsurface storm water detention with rainwater harvesting facilities, bituminous pavement rehabilitation, sidewalk restoration, and bituminous pavement overlay. The approximate size of the contract is $5,000,000 to $7,000,000. CONTRACT NO. T F PLUMBING WORK Plumbing work shall comply with the 2006 International Building Codes. Plumbing work includes selective demolition; domestic water supply (hot and cold) piping; sanitary sewer system; fixtures; fire protection piping; sprinkler heads, and new gaseous and pre-action fire suppression systems for Data Center and PBX Rooms. The approximate size of the contract is $1,000,000 to $3,000,000. CONTRACT NO. T F ELECTRICAL WORK Electrical work shall comply with 2006 National Electrical Code, 2006 International Building Codes, EIA/TIA Standards, BICSI Standards, and comply with Tier III requirements for Data Center construction as defined by the Uptime Institute. Electrical work includes selective demolition; complete normal and emergency electrical distribution systems; underground primary raceways and underground secondary distribution into the building from normal and alternate utility supplies, normal switchgear, emergency and stand-by generator systems, parallel switchgear, transfer switches, uninterruptible power supplies, battery racks and batteries, electrical distribution throughout the building; switchboards, panelboards, power distribution units, and transformers to serve Data Center and mechanical equipment loads, lighting, emergency lighting, and lighting control systems; fire alarm system, security systems, underground raceways for telecommunications, internal raceways and cable trays for telecommunication systems. The approximate size of the contract is $8,000,000 to $11,000,000. CONTRACT NO. T F HEATING, VENTILATION AND AIR CONDITIONING HVAC work shall comply with the 2006 International Building Codes and comply with Tier III requirements for Data Center construction as defined by the Uptime Institute. HVAC work includes selective demolition; new chilled water system including thermal storage, heating water system, condenser water system, chillers, cooling towers, boilers, heat exchangers, pumps, and air handling equipment; air and water distribution systems, exhaust systems; computer room air conditioning systems, natural gas distribution system, generator fuel oil systems, rain water collection system for cooling tower makeup water, and Building Automation System including power monitoring of the Data Center and PBX power loads. The approximate size of the contract is $6,000,000 to $9,000,000. 2
3 INSTRUCTIONS TO BIDDERS 1. Submit three (3) copies of your response to the Request for Prequalification (RFP) to Charles Holupka by the time and date indicated above. Failure to respond by the time and date indicated shall be sufficient cause for rejection of the response. 2. All questions and requests for information shall be answered in full, without exception. Include a full copy of this document with all required blanks filled in as indicated. Answer all other questions, in order, clearly labeled on additional pages to be attached to this document. 3. The Contractor shall provide only complete and accurate information. The Contractor hereby warrants that, to the best of its knowledge and belief, the responses contained herein are true, accurate and complete. The Contractor also acknowledges that the Commission is relying on the truth and accuracy of the responses contained herein. If it is later discovered that any material information given in response to a question was inaccurate, or misleading, it shall constitute grounds for immediate termination or rescission by the Commission of any subsequent agreement between the Commission and the Contractor. 4. This form, its completion by the contractor, and its use by the Commission, shall not give rise to any liability on the part of the Commission to the contractor or any third party or person. 5. If a Contractor intends to apply for prequalification for more than one (1) contract, separate applications must be submitted for each contract. ASSISTANCE If there are any questions concerning the completion of this form, the Contractor may contact: Charles Holupka Senior Engineering Project Manager Engineering-Facilities Department Pennsylvania Turnpike Commission Central Administration Building P.O. Box Harrisburg, PA Telephone: (717) , extension 5520 Fax: (717) cholupka@paturnpike.com MISCELLANEOUS: List any additional information that the Contractor believes will assist the Commission in evaluating the Contractor s qualifications for this project. Response to this Request for Prequalification should not include extraneous materials, i.e., brochures and/or marketing materials. APPEALS: Contractors who submit the required prequalification statement and criteria, but who are determined ineligible to bid on this project, will be notified in writing via certified mail, overnight delivery or facsimile on or about December 5, 2008 stating the reason(s). The decision of ineligibility shall be final unless the Contractor appeals in writing via certified mail, overnight delivery or facsimile, to the Commission at the address listed above, within five (5) days of receipt of the ineligibility notice. 3
4 Upon receiving a written appeal, the Commission will review the written materials related to the appeal, determine the merits of the appeal, and render a decision within ten (10) days after receipt of the Contractor s appeal. This decision will be final. PREQUALIFICATION REQUIREMENTS AND CRITERIA CONTRACT NO. T F GENERAL CONSTRUCTION 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime renovation projects of equal or greater value within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project, who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. 4
5 f. The Contractor must submit proof of liability insurance in the amount of seven (7) million dollars. g. List of projects completed in the last five (5) years. CONTRACT NO. T F PLUMBING WORK 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime, similarly sized renovation projects within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. f. The Contractor must submit proof of liability insurance in the amount of three (3) million dollars. g. List of projects completed in the last five (5) years. 5
6 CONTRACT NO. T F ELECTRICAL WORK 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime, similarly sized data center renovation projects within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. f. The Contractor must submit proof of liability insurance in the amount of eleven (11) million dollars. g. List of projects completed in the last five (5) years. 6
7 CONTRACT NO. T F HEATING, VENTILATION AND AIR CONDITIONING 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime, similarly sized data center renovation projects within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. f. The Contractor must submit proof of liability insurance in the amount of nine (9) million dollars. g. List of projects completed in the last five (5) years. 7
8 SIGNATURE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories herein made. The undersigned hereby authorize(s) and request(s) any public official, engineer, architect, surety company, bank, depository, material or equipment manufacturer or distributor or any person, firm or corporation to furnish any pertinent information requested by the Pennsylvania Turnpike Commission or its agent, deemed necessary to verify this statement or regarding the standing and general reputation of the undersigned. Dated at this day of, 20. By: Name of Organization If Corporation, place Corporate Seal here. Title of Person Signing STATE OF COUNTY OF Before me, the undersigned authority, personally appeared who is known to me or satisfactorily proven, who, first being duly sworn to law, deposes and states that he/she signed the foregoing instrument as his/her free and voluntary act and that the answers contained therein are true and correct. WITNESS my hand and official seal, this day of A.D., 20. My commission expires: Notary Public State of 8
9 RENOVATIONS TO THE TURNPIKE INDUSTRIAL PARK BUILDING PENNSYLVANIA TURNPIKE COMMISSION CONTRACTOR S PREQUALIFICATION STATEMENT SUBMITTED TO: The Pennsylvania Turnpike Commission ADDRESS: Central Administration Building, P.O. Box 67676, Harrisburg, PA SUBMITTED FOR: Turnpike Industrial Park Building Renovations: Phase A General [ ] Plumbing [ ] Electrical [ ] HVAC [ ] NAME: ADDRESS: Contractor [ ] Partnership [ ] Individual [ ] Joint Venture [ ] Other [ ] PRINCIPAL OFFICE: 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your organization been in business under its present business name? Under what other or former names has your organization operated? 1.3 If your organization is a corporation, answer the following: Date of incorporation: State of incorporation: President s name: Vice-president s name(s): Secretary s name: Treasurer s name: - 1 -
10 1.4 If your organization is a partnership, answer the following: Date of organization: Type of partnership (if applicable): Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: Date of organization: Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principal(s): 2. LICENSING List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. List jurisdictions in which your organization s partnership or trade name is filed. 3. EXPERIENCE List the categories of work that your organization normally performs with its own forces. Claims and Suits (If the answer to any of the questions below is yes, please provide details. Attach additional sheets, if necessary) Has your organization ever failed to complete any work awarded to it? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please provide details. Attach additional sheets, if necessary) On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner; architect, contract amount, percent complete and scheduled completion date. State total worth in progress and under contract: State average annual amount of construction work performed during the past five years: On a separate sheet, list the construction experience and present commitments of the key individuals of your organization
11 4. REFERENCES Trade References: Bank References: Surety: Name of bonding company: Name and address of agent: - 3 -
12 5. SIGNATURE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories herein made. The undersigned hereby authorize(s) and request(s) any public official, engineer, architect, surety company, bank, depository, material or equipment manufacturer or distributor or any person, firm or corporation to furnish any pertinent information requested by the Pennsylvania Turnpike Commission or its agent, deemed necessary to verify this statement or regarding the standing and general reputation of the undersigned. Dated at this day of, 20. By: Name of Organization If Corporation, place Corporate Seal here. Title of Person Signing STATE OF COUNTY OF Before me, the undersigned authority, personally appeared who is known to me or satisfactorily proven, who, first being duly sworn to law, deposes and states that he/she signed the foregoing instrument as his/her free and voluntary act and that the answers contained therein are true and correct. WITNESS my hand and official seal, this day of A.D., 20. My commission expires: Notary Public State of - 4 -
Document A305. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading.
TM Document A305 Contractor s Qualification Statement 1986 The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED
More informationPennsylvania Turnpike Commission Harrisburg, Pennsylvania
Pennsylvania Turnpike Commission Harrisburg, Pennsylvania NOTICE TO CONTRACTORS REQUEST FOR PREQUALIFICATION PLYMOUTH MEETING MAINTENANCE FACILITY RELOCATION PLYMOUTH TOWNSHIP, MONTGOMERY COUNTY Sealed
More informationDocument A305 TM. Contractor's Qualification Statement
Contractor's Qualification Statement Document A305 TM 1986 The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED
More informationAIA Document A305 - Electronic Format CONTRACTOR S QUALIFICATION STATEMENT
AIA Document A305 - Electronic Format CONTRACTOR S QUALIFICATION STATEMENT THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO IT'S COMPLETION OR
More informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More informationGWINNETT COUNTY DEPARTMENT OF WATER RESOURCES
July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications
More informationGENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT
1. General Requirements. GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT Consultants desiring to bid on various construction projects over Rs:1000,000 must be
More informationAPPLICATION AND CERTIFICATE FOR PAYMENT
AND CERTIFICATE FOR PAYMENT TO OWNER: MASTER TEMPLATE - SAVE PROJECT FILE 1 DATE: 10/5/2012 PERIOD TO: ARCHITECT: PROJECT NO: CONTRACTOR'S FOR PAYMENT Application is made for payment, as shown below, in
More informationOFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.
OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:
More informationPREQUALIFICATION QUESTIONNAIRE
PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for
More informationCONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE
CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:
More informationAPPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST
City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089
More informationREQUEST FOR BIDDER QUALIFICATIONS
CITY OF OCEAN CITY CAPE MAY COUNTY, NEW JERSEY 08226 REQUEST FOR BIDDER QUALIFICATIONS Phase II Improvements at the Ocean City Life Saving Station 801 4 th Street, Ocean City, NJ 08226 Pursuant to N.J.S.A.
More informationIRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20
CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project
More informationSECTION BASIC ELECTRICAL MATERIALS AND METHODS
SECTION 26 05 05 BASIC ELECTRICAL MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Section includes the limited scope construction materials and methods for application with electrical installations as follows:
More informationSub-Contractor/Supplier Pre-Qualification Questionnaire
CURRENT DATE: *Please submit form by Fax or E-Mail to: 317.846.3113 info@allieddiversified.com COMPANY NAME: CONTACT: ADDRESS: STREET: CITY: STATE: ZIP: PHONE: FAX: E-MAIL: WEBSITE: 1. ORGANIZATION 1.1
More informationTable of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities
Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)
More informationCity, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.
MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below
More informationSchedule T5. Tender Documents. This tender is for: Tender Documents: The documents issued for this tender include the following: Tender Schedules
Schedule T Tender Documents T This tender is for: Contract: Location: Tender Documents: Norrie Home 56 Hardinge Road The documents issued for this tender include the following: Tender Schedules Schedule
More informationHighlands Housing Authority
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,
More informationREVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET
REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's
More informationVOLUME 4 DIVISION SPECIFICATIONS
Page 1 Section Title Consultant Pages VOLUME 4 DIVISION 00-01 SPECIFICATIONS Division 00 - Procurement and Contracting Requirements 00 01 07 SEALS PAGE All 5 00 01 11r6 TABLE OF CONTENTS All 7 00 21 13r1
More informationSUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE
SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE PLEASE SUBMIT FORM BY E-MAIL OR FAX TO: Trish Greene tgreene@hannigconstruction.com e-mail@hannigconstruction.com Fax 812.235.1218 INFORMATION DATE:
More informationFacilities Planning Policy & Procedure #20
Facilities Planning Policy & Procedure #20 TITLE: OBJECTIVE AND PURPOSE RESPONSIBILITY MINOR PROJECTS To establish a procedure for proper initiation, implementation, filing and closeout for projects included
More informationMontgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT
Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT SECTION 00510 CONTRACTOR S REQUISITION FOR PAYMENT 1.1 The Standard Monthly Contractor s Requisition for Payment,
More informationPRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18
PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,
More informationSupply of Office Furniture, Fittings, Furnishings & other Equipments.
The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke
More informationFinance & Technology Administrator (815) ext 223
2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative
More informationPREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET
Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification
More informationReceived by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE:
HENDRY COUNTY BUILDING, LICENSING & CODE ENFORCEMENT POST OFFICE BOX 2340 * 640 SOUTH MAIN STREET * LABELLE, FLORIDA 33975 * (863) 675-5245 * FAX: (863) 674-4194 1100 OLYMPIA ST CLEWISTON, FLORIDA 33440
More informationSECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION
SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,
More informationADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.
ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or
More informationSchedule of Values Cruise Terminal 2 Expansion
Schedule of Values The Schedule of Values outlined below is intended to reflect the standard format that would be used in a Contractors Application for Payment. Values reflect materials and labor. General
More informationSMALL WORKS ROSTER APPLICATION INSTRUCTIONS COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE. FOLLOWING:
SMALL WORKS ROSTER APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.
More informationTECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE
TECHNICAL QUESTIONS FOR ITB-DOT-17/18-7004LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE Question 1: Question 2: Question 3: Question 4: Question 5: Question 6: When area configurations
More informationRebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.
FEMA 50% RULE - SUBSTANTIAL IMPROVEMENT SUBSTANTIAL IMPROVEMENT/DAMAGE Z101-0410 NOTICE TO PROPERTY OWNERS Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information
More informationINSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT
INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT Item 1 Select only those projects that you wish to pre-qualify. Item 2 Enter full company name. Item 2a Check the appropriate box. Item 2b Insert
More informationf. Sign Installer/Hanger must submit the following to qualify for a license: i. Certificate of Insurance 1. $300,000 Minimum Liability Coverage
City of Arkansas City Contractor s License Application Information 1. Contractor must completely fill out the license application. 2. Decide what type of license to obtain. (Definitions on the back of
More informationPRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010
The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke
More informationREQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.
COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District
More informationBid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)
Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A
More informationBID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE
BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819
More informationBYRON TOWNSHIP BUILDING PERMIT APPLICATION 8085 Byron Center Ave SW., Byron Center, MI /Fax
BYRON TOWNSHIP BUILDING PERMIT APPLICATION 8085 Byron Center Ave SW., Byron Center, MI 49315 616-878-9155/Fax 616-878-0699 Applicant to complete all items in Section I, II, III, IV, V Note: Separate applications
More informationSAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL
DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of
More informationINFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION
INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than
More informationApplication for Commercial Plan Review and Building Permit. Address:
City of Warrenton 200 West Booneslick Warrenton, MO 63383 : 636-456-3535 Fax: 636-456-1336 www. war r ent o n- mo.org Application for Commercial Plan Review and Building Permit PERMIT# Purpose: Commercial
More informationMAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5
MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:
More informationFill out all sections or mark with N/A (not applicable)
TOWN of PLAINVILLE 142 South St Plainville, MA. 02762 508-695-3010 ext#12 / fax # 508-695-1857 Commercial Building Permit BUILDING PERMIT INSTRUCTIONS and APPLICATION Please be advised that any incomplete
More informationDocument Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction
Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,
More informationCITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application
CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and
More informationSECTION PATHWAYS FOR COMMUNICATIONS SYSTEMS
SECTION 270528 PATHWAYS FOR COMMUNICATIONS SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Communications equipment coordination and installation. 2. Sleeves for pathways and cables. 3. Raceway
More informationSPACE TYPE: OUTSIDE PARKING (STRUCTURE)
SPACE TYPE: OUTSIDE PARKING (STRUCTURE) Construction Criteria The unit costs for Outside Parking (Structure) space types are based on the construction quality and design features in the following table.
More informationLEVEL I PREQUALIFICATION DOCUMENTS
Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,
More informationFor Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.
Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified
More informationBID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...
BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...
More informationScott Eagle Attack Thermal Imaging Camera
Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.
More informationCITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO
CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO. 16-01 RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III BID RECEIPT: o Sealed bids shall be received
More informationADVERTISEMENT FOR BIDS
ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,
More informationArchitectural Services
Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District
More informationINVITATION 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 BUIDLING FOR THE CITY OF HOPKINSVILLE,
More informationPLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION
PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST
More informationDocument B101 TM. Standard Form of Agreement Between Owner and Architect
Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified
More informationBuilding Permit Application Instructions INFORMATION REQUIRED FOR ISSUANCE OF A BUILDING PERMIT
Building Permit Application Instructions NOTICE: Keep these instructions for your records. Please read and understand these instructions completely prior to completing and submitting your building permit
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationREQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES
REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES If your home or business incurred damage, the engineering department, in conjunction with the Flood Mitigation Officer, will
More informationApplication Requirements for obtaining a Building Permit
CITY OF BIRMINGHAM Community Development Building Department 151 Martin Street, Birmingham, MI 48009 Application Requirements for obtaining a Building Permit Residential Structures Building Permit Application
More information700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION
700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single
More informationVICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR
VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR GENERAL CONTRACTOR AND MECHANICAL, ELECTRICAL, PLUMBING, FIRE PROTECTION AND UNDERGROUND PIPELINE SUBCONTRACTOR LICENSEES (License
More informationCITY OF LAFAYETTE - WATER TREATMENT PLANT DECOMMISSIONING PROJECT REQUEST FOR CM/GC STATEMENT OF QUALIFICATIONS
Introduction The City of Lafayette is intending to decommission the North Side Baseline Water Treatment facility. The North Side Baseline Water Treatment Plant (NSP) built in 1936 is no longer being utilized
More informationSECTION SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED PART 1 GENERAL 1.1 DESCRIPTION:
SECTION 13 05 41 SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED 1-25-13 PART 1 GENERAL 1.1 DESCRIPTION: A. Provide seismic restraint in accordance with the requirements of this section
More informationUnited Nations Development Programme (UNDP) FOR THE
United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested
More informationCommercial Remodel Permit
Commercial Remodel Permit Zoning requirements Staff recommends always verifying the zoning requirements for your project before deciding to build. Warrensburg has eleven separate zoning districts, each
More informationADVERTISEMENT FOR BIDS
Mr. & Mrs. FL Schlagle Library Improvements Kansas City Kansas Public Schools USD 500 IFB 16-043 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for
More informationPUEBLO REGIONAL BUILDING DEPARTMENT WATER CONNECTED & UTILITY CONTRACTOR LICENSING PROCEDURES
PUEBLO REGIONAL BUILDING DEPARTMENT WATER CONNECTED & UTILITY CONTRACTOR LICENSING PROCEDURES NOTE: PLEASE READ THESE INSTRUCTIONS THOROUGHLY BEFORE YOU PROCEED. PLEASE PRINT OR TYPE ALL ENTRIES ON THE
More informationSCHOOL EQUIPMENT PRODUCTION UNIT
SCHOOL EQUIPMENT PRODUCTION UNIT UPDATE OF THE REGISTER OF SUPPLIERS TENDER NO: SEPU/PQ/2016-2017 SUPPLY/PROVISION OF GOODS AND SERVICES FOR 2016-2017 CATEGORY APPLIED FOR DATE OF NOTICE: WEDNESDAY 4 th
More informationSUBSTANTIAL IMPROVEMENT
SUBSTANTIAL IMPROVEMENT General Discussion The following discussion addresses several of the issues surrounding the NFIP regulations concerning substantial improvement and substantial damage. The attached
More informationCONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station
CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2016-NC-002 For Construction of Bloomfield EMS Station located in Bloomfield, Kentucky 02/12/2016 REQUEST FOR BIDS Bloomfield EMS Station Building The City
More informationZoning- check the zoning on the property you are planning to build on, this can be done at the municipal office.
SINGLE DETACHED DWELLING Before your application can be deemed complete and ready for processing you will need the following: (Please hand in entire application package including this cover sheet) Zoning-
More informationSection - III Evaluation and Qualification Criteria
Section - III Evaluation and Qualification Criteria 1-2 Table of Clauses TABLE OF CLAUSES... 2 1. EVALUATION... 4 1.1 TECHNICAL EVALUATION... 4 1.2 ECONOMIC EVALUATION... 5 2. QUALIFICATION... 6 2.1 ELIGIBILITY...
More informationREQUEST FOR QUALIFICATIONS
NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the
More informationREGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS
UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents
More informationOwner: University of Idaho Architectural and Engineering Services 875 Perimeter Drive Moscow, ID % Bid Documents
Project Manual For McCall Field Campus University of Idaho College of Natural Resources 1800 University Lane McCall, ID 83638 UI PN#: CP140073 Owner: University of Idaho Architectural and Engineering Services
More informationTOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:
TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION 355-7575 Ext. 395 Needed to Obtain Permit: 1. Building Permit Application, and/or residential plumbing permit application, as applicable, to be
More information(Project Location) (your firm's name)
SECTION 07 21 00 THERMAL INSULATION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including the Conditions of the Contract and Division 01 Specification Sections
More informationProject #1139 Budget #82. $ Budgeted $ Billed to Date $ Paid to Date $ Due 210, , , ,158.50
Project #1139 Budget #82 $ Budgeted $ Billed to Date $ Paid to Date $ Due 210,087.68 120,979.20 120,979.20 77,158.50 Deposit Paid Deposit Due Phase I: Project Programming and Research $ Budgeted $ Billed
More informationINVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09
INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101
More informationREQUEST FOR STATEMENT OF QUALIFICATIONS SOQ #
REQUEST FOR STATEMENT OF QUALIFICATIONS SOQ #2018-010 for PROFESSIONAL SERVICES Architectural, Landscape Architectural, Appraisal, Title, Engineering and Survey FY 2018 Issue date: January 25, 2018 Lake
More informationLEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS
Project No. 5005/A4L-424/ 962520 LEVEL I PREQUALIFICATION DOCUMENTS for GEISEL RESTROOM RENOVATIONS University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La
More informationINTRODUCTION WORK SCOPE AND PROJECT CONDITIONS
Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road
More informationCITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS
PROPOSAL BID PROPOSAL TO: CITY COUNCIL OF THE CITY OF SANTA ANA FROM: REQUIREMENT: The undersigned bidder declares that they have carefully examined the location of the proposed work, that they have examined
More informationCUYAHOGA COUNTY BASED BUSINESS (CCBB) PREFERENCE PROGRAM
` CUYAHOGA COUNTY BASED BUSINESS () PREFERENCE PROGRAM CUYAHOGA COUNTY OF OHIO Office of Procurement and Diversity Rev. 10/14 1 IMPORTANT INFORMATION FOR APPLICANT Cuyahoga County pursuant to Ordinance
More informationVolume 1 of 3 Construction Manual
12018 Volume 1 of 3 Construction Manual Architectural Specifications Issued for Tender Temiskaming Veterinary Services Building Expansion Project Number: 12018 Division 00 Procurement and Contracting
More informationUTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR
TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com
More informationBoth envelopes must have the following information in the lower left hand corner:
SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including
More informationNEW HAMPSHIRE CODE OF ADMINISTRATIVE RULES
CHAPTER Puc 1800 ADMINISTRATION OF NEW HAMPSHIRE CODE FOR ENERGY CONSERVATION IN NEW BUILDING CONSTRUCTION PART Puc 1801 DEFINITIONS Puc 1801.01 Applicant means the general contractor, builder, owner or
More informationPROFESSIONAL DESIGN MANUAL INDEX
PROFESSIONAL DESIGN MANUAL INDEX DIVISION A--GENERAL PROJECT REQUIREMENTS... A2-A15 A.1 INTRODUCTION... A-2 A.2 CODES COMPLIANCE (VERIFY CITY REQUIREMENTS)... A-5 A.3 SPECIAL SUBSURFACE AND LAND CONDITIONS...
More informationPREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..
PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..2016 DECEMBER 2015 TABLE OF CONTENTS 1.1 SECTION 1: PREQUALIFICATION
More informationPROGRAM COST MODEL. for. PEER Tall Buildings Study Concrete Structural Option Los Angeles, California
PROGRAM COST MODEL for PEER Tall Buildings Study Concrete Structural Option Los Angeles, California March 8, 2010 PEER Tall Buildings Study Concrete Structural Option March 8, 2010 CONTENTS Page Nos. Overall
More informationHERNANDO COUNTY COMMUNICATION TOWER, ANTENNA & EQUIPMENT CABINET REVIEW REQUIREMENTS
HERNANDO COUNTY COMMUNICATION TOWER, ANTENNA & EQUIPMENT CABINET REVIEW REQUIREMENTS The tower permit is based on the following: 1. The architect or engineer, upon request, must submit to the building
More informationDocument B252TM 2007
Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation
More information