Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m.

Size: px
Start display at page:

Download "Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m."

Transcription

1 PURCHASING AND PROCUREMENT DIVISION City of Jacksonville Beach Purchasing and Procurement Division 1460A Shetter Avenue Jacksonville Beach FL Phone: Fax: The City of Jacksonville Beach is inviting proposers to furnish the following: REQUEST FOR PROPOSALS NO REPLACEMENT OF ROOF FACADES AND FLAT ROOFS WITH APPURTENANCES at WATER PLANT #2 and WELLS 22 & 23 PRE-BID/PROPOSAL ON-SITE INSPECTION During the bid/proposal preparation period, respondents are required to conduct an on-site inspection of all the roofs which are the subject of this RFP. On-site inspections must be scheduled by contacting the City Project Manager (904) INSTRUCTIONS TO BIDDERS/PROPOSERS Specifications that are specific to this particular Request for Proposal Number are found at Exhibit A, which begins on or about page 18. Bid/Proposal Form (4 pages) plus Sections A, B, C, D (4 pages) plus References / Qualifications of Bidder/Proposer plus respondent WRITTEN PROPOSAL, which includes but is not limited to the Project Plan to provide the specified roofing services, must be completely filled out, appropriately executed and submitted as the minimal bid/proposal package. These start on or about page 11. The CITY will evaluate submittals based on the criteria set forth in this package. Fees may be requested as part of the package. However, if fees are requested, the CITY reserves the right, at its sole discretion to exclude the fees from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm is the most highly qualified to perform the required services. Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m.

2 EXHIBIT A SCOPE OF CONTRACTUAL SERVICES To provide contractual services for the planning and execution of a project titled; Appurtenances at Water Plant #2 and Wells 22 & 23 I. INFORMATION: A. Owner: City of Jacksonville Beach, Public Works Department, B. Contacts: John L. Birch, Administration, (904) David Bishop, Project Manager, (904) II. PROJECT SCOPE. A. Location. Project locations are Water Plant #2, Well 22 and Well 23. Contact the at (904) for coordination of the required prebid/proposal project site inspection of existing roof systems. B. Background. 1. The City s Water Plant #2, and the pump houses for Wells 22 and 23 were constructed in the mid-1980s. All three facilities have mansard type roofs serving to form a parapet s facade and extend the roof s drip-line. Water Plant #2 s parapet is concrete, while the well houses parapets are concrete block. The mansards are composed of wooden understructures covered with three (3) tab, fiberglass reinforced asphalt shingles over conventional roofing felt. The mansard caps are aluminum. The flat roofs are asphalt/fiberglass/rubberized reinforced role type membrane over pre-stressed concrete. The roofs are drained via scuppers and aluminum down spouts. Both well houses are equipped with removable skylights mounted on box frames constructed from aluminum channel. The skylights cover access openings used to facilitate removal of turbine pumps, motors and casings. 2. The roofs are exhibiting the effects of routine aging: a. The mansard façade of Water Plant #2 s roof is exhibiting loss and curling of its shingles and possible failure of the underlayment. The flat roof has been inspected and is showing evidence of delamination and is leaking. b. The mansards of Wells 22 and 23 are in similar condition. Both flat roofs are Page 2

3 deteriorated and are exhibiting seam leaks and delamination. The skylights are cracked and fail to seal. C. Security and Crime Prevention. The City s Water Utility, including all of its facilities, equipment and appurtenances, is identified as an entity protected by Federal law under U. S. Code 42, Section 300i-1. The contractor must comply with all City and Water Plant Division security protocols and directives, which were established in compliance with Presidential Directive/Hspd-7 (Critical Infrastructure Identification, Prioritization, and Protection). Upon the request of the Utility, the contractor and its subcontractors must provide such information as is necessary to conduct background investigation of all personnel associated with the project. The Utility reserves the authority to prohibit worksite access and to otherwise exclude contractual personnel determined to be unacceptable for participation in this project. D. Scope. 1. For All Sites (Water Plant #2, Wells 22 and 23) - Parapet Mounted Mansard Style Roof Facades. The project will result in: a. Aluminum Roof. 1) Removal of all existing shingles and roofing fabric. 2) Installation of all new underlayment (subsurface sheathing) and substructure and the replacement of the exterior surface with a standing seam or batten/pan style aluminum roof system [Drexel Metals DMC 175S (or approved substitute)]. All ASTM requirements for air and water infiltration are applicable for the system. The system must be composed of continuous panels ( gauge) with hidden seam fasteners. The surface is to be smooth with a manufacturer s applied finish. The finish must be bonded to the metal in such a manner as to be considered permanent. The finish must have a 20-year non-prorated warranty provided by the manufacturer. Finish color selection is to be made by the City from a list provided by the manufacturer, samples are preferred. All fasteners must be either aluminum or stainless steel. Installation is to be conducted as specified by the system manufacturer and in a manner as to prevent accumulation of moisture upon the underlayment. In areas where fasteners must be exposed, they must be sealed to prevent infiltration of water. b. Scuppers, Down Spouts and Soffit. 1) Removal of all existing scuppers, down spouts and soffits. 2) Installation of all new scuppers, down spouts and soffits. Scuppers and down spouts are to be fabricated from similar grade aluminum or stainless Page 3

4 steel as the existing. Finishes must be bonded to the metal in such a manner as to be considered permanent. The Soffit is to be replaced with aluminum soffit panels. The finish must have a 20-year non-prorated warranty provided by the manufacturer. Finish color selection is to be made by the City from a list provided by the manufacturer, samples are preferred. All fasteners must be either aluminum or stainless steel. 2. For All Sites (Water Plant #2, Wells 22 and 23) - Flat Roofs and Appurtenances The project will result in: a. Removal of all of the existing roofing system. b. Installation of a new multi-ply modified bitumen roof system with required insulation, (or approved substitute), designed to provide a minimum of 20 years of service. 3. For Well Sites Only (Wells 22 and 23) - Skylights. The project will result in: a. Removal of all existing skylight units and their mounting systems. b. Installation of removable, leak proof, skylights and all associated appurtenances [AMERICAN SKYLITES PCD or approved substitute]. The units frames are to be of such dimensions to prevent emersion during rainfall at a rate of 2 inches per hour with normal roof drainage. 4. Products (Special Qualifications). All materials (roofing systems, skylights, etc.), shall have State of Florida product approval under Florida Administrative Code Rule 9B-72 and be listed for use in a 120mph, exposure C, zone. 5. Quality Control. Removal, subsurface/substructure repair and preparation, material application, and all other procedures shall strictly adhere to and/or exceed the manufacturers specifications and guidance, and shall be thoroughly documented. All ASTM requirements for air and water infiltration are applicable for the roofing systems. It shall be the contractor s responsibility to ensure the best quality control at all times during the removal, subsurface preparation and repair, applications, processes, and other procedures, meeting or exceeding the material manufacturers specifications. 6. Inclusive Scope. This scope is inclusive of ALL requirements listed in this Request for Proposals. In addition, this scope includes ALL requirements for SAFETY PERFORMANCE and QUALITY PERFORMANCE of the project, whether or not the requirements are specifically listed in the RFP. III. MINIMUM REQUIREMENTS OF CONTRACTOR. A. Registration. Current State registration as Certified Roofing Contractor (CRC) or other Page 4

5 qualifications deemed as acceptable by the City. B. Project Plan. A proposal (plan) designed to address the corrective maintenance project identified in Section II PROJECT SCOPE to include: 1. Description of the methodology and materials to be used to complete the project in removing and replacing the roofing system and its components at each site Water Plant #2, Well 22, and Well 23. This should include, but not be limited to, product names, brochures (and specimens where available), certifications, and preparation/ installation procedures for the proposed roofing system and its components, from the proposed manufacturer. 2. Provide a time table indicating the duration of all major elements of the project. 3. Declaration of contractor responsibility for management and proper disposal of project related debris and waste renderings outside the city limits of the City of Jacksonville Beach, Florida. 4. Contractor shall issue a signed statement warranting material and labor for a minimum of one year (365 calendar days) following the City s acceptance of the project as being complete. This statement shall be in a format mutually agreed between the City and the Contractor. Acceptance of the completed project may be as notified and or by issuance of the final payment, upon receipt of Contractor warranty statement. Materials warrantees are to be as extended by the manufacturer. 5. A copy of all manufacturers extended warranties. C. Project Plan Concurrence from Manufacturer/Representative. Document concurrence of the proposed plan by the various roofing materials and systems manufacturer(s) or representative entity through either the manufactures published materials or written statement of endorsement from the manufacture or its representative (licensed distributor etc.). D. Contractor Warranty of Completed and Accepted Work. As stated above, a Contractor statement warranting material and labor for a minimum of one year (365 calendar days) shall be issued to the City following the City s acceptance of the project as being complete and just prior to issuance of final payment. The end of the warranty period shall be subject to the performance of a joint warranty inspection by the City and the Contractor. The warranty period shall be automatically extended beyond the 365 day period until this joint inspection is accomplished. The Contractor shall be responsible for scheduling this joint inspection with the City. Page 5

6 If warranty issues are discovered during the joint inspection, then warranty period remains in effect during corrections and subsequent warranty assurance period. E. Experience. Experience in planning and executing similar roofing installation and repairs. Proficiency is to be illustrated by successfully completing a minimum of ten (10) similar projects (listing required). F. Project Point of Contact. The address and phone number of the office that will be administering the program as well as the name of a designated contact person. G. Proposed Project Pay Items. Contractor is to submit listing of proposed budgetary pay items with the proposal. Pay items will be mutually agreed and finalized between the City and the Contractor, prior to submittal of the Contractor s first pay request. IV. BUDGETARY SCHEDULE. Single Purchase Order will be issued for the GRAND TOTAL LUMP SUM PRICE amount of the contract. The contractor shall submit each pay request for the portion of the Total Project Completed during the previous calendar month as the portion of the Total Lump Sum. V. FURNISHED DOCUMENTS / SITE INSPECTIONS. A. Single page drawing illustrating basic roof dimensions and construction. B. Elevated photographs of Water Plant # 2, Well 22 and Well 23 roofs. C. Pre-Bid/Proposal On-Site Inspection. During the bid/proposal preparation period, respondents are required to conduct an on-site inspection of all the roofs which are the subject of this RFP. On-site inspections must be scheduled by contacting the City Project Manager at (904) NOTE: Proposer is solely responsible for developing / determining / verifying for this project all plans / all methods / all quantities / all measurements and all manufacturers requirements / recommendations necessary to provide a satisfactory fully completed project under the provisions of the RFP, to the City s satisfaction, and which shall be the basis for the proposer s GRAND TOTAL LUMP SUM PRICE QUOTE for this RFP. VI. VII. INSURANCE (Special Instructions). The Contractor shall retain at the worksite copies of all Workers Compensation Insurance Certificates for all subcontractors. The Contractor shall also retain on site copies of any statutory waivers or exemptions granted to subcontractors. BONDING NOT REQUIRED. This is a maintenance project that does not require bonding. Fiduciary security is provided by retention of 10 percent of payment due as performance security during the Work, until Final Acceptance of Completed Project and start of 1-year warranty period. Page 6

7 VIII. WARRANTY PERIOD. A signed statement warranting material and labor for a minimum of one year (365 calendar days), following the City s acceptance of the project as being complete, shall be submitted to the City. Acceptance of the completed project and start of the Warranty Period shall be by issuance of the final payment. The Warranty Period shall conclude with a joint inspection by the City and the Contractor (See Section III. C. above.). If warranty issues are discovered during the joint inspection, then warranty period remains in effect during corrections and subsequent warranty assurance period. IX. CONTRACTOR(S) WRITTEN PROPOSAL & SELECTION PROCESS. A. Selection Process. City selection of contractor shall be in accordance with this request for proposal. The evaluation process shall determine qualifications, interest, and availability. The City shall first review all written responses. This review will result in a ranked list of fully qualified respondents. If deemed necessary, public informal interviews may be conducted of selected respondents determined to be best qualified based upon the evaluation of the written responses. The determinations shall be based upon the criteria below. B. Written Proposal / Qualifications Package. Respondents are to adhere to the requirements shown below. Failure to do so may result in rejection of proposal as nonresponsive. Be concise and to the point. Limit proposal to no more than fifteen (15) each 8-1/2 X 11 type written pages. Provide adequate information on each criterion below. Provide the criteria information below in the order shown. C. CRITERIA. 1. Competence and Past Record of Professional Accomplishments. A list of completed projects similar to project under consideration, references to include owner's contact person and telephone number. Ten (10) references shall be provided. Detail any outstanding accomplishment of the firm that relates to the specific scope of services being sought. 2. Proximity. Location of the Contractor s home office (Corporate Headquarters) and location of the office where the project will be managed. 3. Project Plan and Discussion. a) Demonstration of the ability to develop a work plan to meet the project requirements, where applicable. The submittal shall include a description of respondent s understanding of project, production methodology, a completion schedule as well as identification of any problem areas that may have been detected and proposed solutions. Page 7

8 b) Clearly describe and define all responses to Section III above titled MINIMUM REQUIREMENTS OF THE CONTRACTOR. 4. Project Supervision. List firm s manager(s) / supervisor(s) / team leader(s) who will work on this project. Provide brief bullets on education, certification and experience, which the firm deems important to this project. Confirm that manager(s) / supervisor(s) listed will be permanently assigned and physically located to lead / supervise quality performance on this project. 5. PRICE QUOTE. This is a GRAND TOTAL LUMP SUM PRICE QUOTE contract to complete the Project Scope of this RFP. Submitter is solely responsible for developing / determining / verifying for this project all plans / all methods / all quantities / all measurements and all manufacturers requirements / recommendations necessary to provide a satisfactory fully completed project under the provisions of the RFP, to the City s satisfaction, to include costs for all labor, all equipment, all materials, all rental / leasing / purchasing of equipment and materials, all preparations, all repairs, all safety work, all quality control work, all disposal work, all mobilization and demobilization work, all sub-contactor work, all taxes, all insurance, all bonding if required, all inspection work, all verification work, all warranty work, all permitting at all levels of government, all contractor overhead, all contractor profit, and any / all other project related work and/or cost / expense that is not listed, and all of which shall be the basis for the proposer s GRAND TOTAL LUMP SUM PRICE QUOTE for this RFP. To request a package via , send us an at Purchasing@jaxbchfl.net or visit our website at and signup for notification. CITY OF JACKSONVILLE BEACH /s/baron Greenwade, Purchasing Administrator Purchasing and Procurement Division Page 8

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

ENGINEERING BUILDING ROOF REPLACEMENT

ENGINEERING BUILDING ROOF REPLACEMENT ENGINEERING BUILDING ROOF REPLACEMENT SOLICITATION NO. 2017-06 March 13, 2017 St. Clair County, Illinois, through the Public Building Commission (herein after referred to as OWNER ), hereby gives notice

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

MATERIAL AND WORKMANSHIP

MATERIAL AND WORKMANSHIP PURCHASING AND PROCUREMENT DIVISION City of Jacksonville Beach Purchasing and Procurement Division 1460A Shetter Avenue Jacksonville Beach FL 32250 Phone: 904.247.6229 Fax: 904.247.1639 Email: purchasing

More information

CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP #

CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP # CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP # 1900-04 The City of Moore Parks and Recreation Department is seeking written proposals for an Outdoor Fitness

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals

More information

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 The City of Dillingham is the owner of the Dillingham City Library / Sam

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG 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 information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015 Town of Atkinson, New Hampshire INVITATION TO BID Town Garage Roof Replacement Issued: June 30, 2015 The Town of Atkinson invites qualified contractors to bid on the replacement of the roof of the Town

More information

Itt UNITE EDUCATE EMPOWER. SAN JUAN school

Itt UNITE EDUCATE EMPOWER. SAN JUAN school Steven Black School Board President Ron Nielson Superintendent of Schools t Itt UNITE EDUCATE EMPOWER SAN JUAN school KYLE S. HOSLER Business Administrator Tom Corrao Buildings & Grounds Supervisor 200

More information

Table of Contents. Project Agreement Schedule 14

Table of Contents. Project Agreement Schedule 14 Table of Contents PART 1 DEFINITIONS... 3 PART 2 INTEGRATED MANAGEMENT SYSTEM REQUIREMENTS... 6 2.1. Introduction... 6 2.2. Overview... 6 2.2.1 Management System Requirements... 7 2.2.2 Certification...

More information

ATTACHMENT A. Bid # 6793

ATTACHMENT A. Bid # 6793 ATTACHMENT A SCOPE OF WORK TECHNICAL SPECIFICATIONS AND CONTRACT DRAWINGS STORAGE SHED INSTALLATION AT THE SAN JOAQUIN COUNTY HOUSEHOLD HAZARDOUS WASTE FACILITY Bid # 6793 Department of Public Works Solid

More information

SECTION STRUCTURE MOUNT RAILING SYSTEM

SECTION STRUCTURE MOUNT RAILING SYSTEM SECTION 05520 STRUCTURE MOUNT RAILING SYSTEM Peak Fall Protection specializes in the design, engineering, fabrication, installation, and certification of fall protection safety systems. Our team of safety

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

SECTION MODIFIED BITUMINOUS MEMBRANE ROOFING Peel & Roof

SECTION MODIFIED BITUMINOUS MEMBRANE ROOFING Peel & Roof SECTION 07550 MODIFIED BITUMINOUS MEMBRANE ROOFING Peel & Roof This section is based on the products of MFM Building Products Corp., which is located at: 525 Orange St. P. O. Box 340 Coshocton, OH 43812

More information

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 The School Board shall prequalify contractors for a one (1) year period or for a specific project. This policy prescribes uniform

More information

REQUEST FOR PROPOSALS 7530 Roofing Services 2013

REQUEST FOR PROPOSALS 7530 Roofing Services 2013 REQUEST FOR PROPOSALS 7530 Roofing Services 2013 General Description The City of Fort Collins is soliciting proposals for an experienced roofing contractor to perform needed repair, maintenance and repair-by-replacement

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

SECTION CONCRETE TILE ROOFING. A. American Society for Testing and Materials (ASTM):

SECTION CONCRETE TILE ROOFING. A. American Society for Testing and Materials (ASTM): SECTION 07324 CONCRETE TILE ROOFING PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 06100 - Carpentry. 2. 07600 - Flashing and Sheet Metal. 1.02 REFERENCES A. American Society for Testing and Materials

More information

Re-Roof Permit Checklist

Re-Roof Permit Checklist Re-Roof Permit Checklist The following items are required with submission of your building permit application: 2 copies of completed Re-Roof permit application Roof Pressure Sheet completed as applicable

More information

BID RESULTS CK09MERCER COUNTWIDE ROOF REPAIRS FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM

BID RESULTS CK09MERCER COUNTWIDE ROOF REPAIRS FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM BID RESULTS CK09MERCER2018-06 COUNTWIDE ROOF REPAIRS FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM TWO PROPOSALS REQUIRED FOR ALL WORK $7500.00 AND ABOVE CONTRACT

More information

Cost Impact of 2017 FBC EB Roof Diaphragm Reroofing Requirements RINKER CR Interim Report 15 March 2018

Cost Impact of 2017 FBC EB Roof Diaphragm Reroofing Requirements RINKER CR Interim Report 15 March 2018 Cost Impact of 2017 FBC EB 707.3.2 Roof Diaphragm Reroofing Requirements RINKER CR 2018 105 Interim Report 15 March 2018 Submitted to Mo Madani Department of Business and Professional Regulation 1940 North

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW Pursuant to Education Code section 17406 and Public Contract Code section 20111.6, the Manhattan Beach Unified School District

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES

WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES 1. Introduction WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES The Town of West Yellowstone (Town) is seeking a qualified

More information

RESIDENTIAL RE-ROOFING PERMIT APPLICATION

RESIDENTIAL RE-ROOFING PERMIT APPLICATION RESIDENTIAL RE-ROOFING PERMIT APPLICATION Effective date: October 1, 2007. Note: These requirements apply to residential structures built prior to implementation of the FBC on March 1, 2002. I. LEGAL DESCRIPTION:

More information

LSCC MISC. PROJECTS (PACKAGE D) MILLSAP BUILDING ROOF REPLACEMENT Addendum 3

LSCC MISC. PROJECTS (PACKAGE D) MILLSAP BUILDING ROOF REPLACEMENT Addendum 3 LSCC MISC. PROJECTS (PACKAGE D) MILLSAP BUILDING ROOF REPLACEMENT Addendum 3 PART 1 - GENERAL Project: Open-End Agreement for Misc. Projects Package D Millsap Building [B.C. # 2018332] Owner: Lawson State

More information

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665) ROOF Boone County Public Library is seeking competitive sealed bids to replace an existing Shingle Roof and EPDM membrane roof on the Florence Branch located at 7425 U.S. 42, Florence, KY 41042. The successful

More information

Both envelopes must have the following information in the lower left hand corner:

Both 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 information

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA GENERAL INFORMATION Greenwood School District 50 is

More information

DIVISION 07 THERMAL AND MOISTURE PROTECTION ROOFING

DIVISION 07 THERMAL AND MOISTURE PROTECTION ROOFING 07 00 00 PART 1 - GENERAL 1.01 DESIGN CRITERIA A. Preferred roofing types include Membrane, Metal, and Composition Shingles. 1. Membrane roofing is preferred for flat roof decks. 2. Use of asphalt-based

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

SECTION THERMOPLASTIC POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS

SECTION THERMOPLASTIC POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS SECTION 075423 - THERMOPLASTIC POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 00 Bidding Requirements and other Division

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 138 MCKEE STREET MANCHESTER, CT BID NO. 16/17-5 ADDENDUM NO. 1 1. The bid opening has been

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed

More information

WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL. City Park Playground Equipment.

WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL. City Park Playground Equipment. 1.0 INTRODUCTION WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL City Park Playground Equipment The West Bountiful City, Utah is seeking proposals from interested Applicants to furnish and install playground

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional

More information

SECTION CONCRETE TILE ROOFING Carpentry Flashing and Sheet Metal. A. American Society for Testing and Materials (ASTM):

SECTION CONCRETE TILE ROOFING Carpentry Flashing and Sheet Metal. A. American Society for Testing and Materials (ASTM): SECTION 07324 CONCRETE TILE ROOFING PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 06100 - Carpentry. 2. 07600 - Flashing and Sheet Metal. 1.02 REFERENCES A. American Society for Testing and Materials

More information

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR QUALIFICATIONS

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR QUALIFICATIONS Lincoln City Visitor and Convention Bureau City of Lincoln City REQUEST FOR QUALIFICATIONS Visitor Center Concept Development and Designs Architectural Services Lincoln City, Oregon April 20, 2018 RFQ

More information

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE REQUEST FOR DESIGN-BUILD PROPOSALS THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE Lump Sum Proposal ISSUED TUESDAY, JUNE 10, 2014 RESPONSES DUE WEDNESDAY, JULY 2, 2014 BY 4:00 PM EDT TABLE OF

More information

DIVISION 7 - THERMAL AND MOISTURE PROTECTION

DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07100 WATERPROOFING 07150 DAMPPROOFING 07175 Water Repellent Coatings 07190 VAPOR AND AIR RETARDERS 07192 Vapor Retarders 07200 INSULATION 07240 Exterior Insulation and Finish Systems 07250 FIREPROOFING

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

C. All roofs shall be installed according to manufacturers guidelines. Corrections due to workmanship shall be at contractors expense.

C. All roofs shall be installed according to manufacturers guidelines. Corrections due to workmanship shall be at contractors expense. PART 1: GENERAL 1.01 Scope Of Standard 1.03 Reference Standards 1.04 Quality Control A. This standard provides general guidance concerning the specific preferences of the Sam Houston State University for

More information

INVITATION TO BID FIRE STATION ROOF REPLACEMENT

INVITATION TO BID FIRE STATION ROOF REPLACEMENT INVITATION TO BID FIRE STATION ROOF REPLACEMENT The Village of Essex Junction, Vermont, is accepting sealed bids for the replacement of an asphalt shingle roof at the Essex Junction Fire Station. Bids

More information

University of New Hampshire Scholars' Repository

University of New Hampshire Scholars' Repository University of New Hampshire University of New Hampshire Scholars' Repository Division 07 Thermal and Moisture Protection Chapter 5 Technical Construction and Renovation Standards 1-25-2013 075423 - TPO

More information

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW PROSPECTIVE MEP SUBCONTRACTORS FOR LEASE-LEASEBACK PROJECTS, 2018 I. BACKGROUND AND OVERVIEW Pursuant to Education Code section 17406 and Public Contract Code section 20111.6, all prospective first tier,

More information

ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:-

ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:- Page 1 of 3 SECTION 00 91 13 - ADDENDUM th ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:- 1. DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Section

More information

Guidelines for

Guidelines for Page1 Guidelines for Weather Tightness Warranty For Standing Seam Metal Panels General Today s metal roofing industry is faced with growing demand for warranties that help it compete with other types of

More information

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

DOCUMENT BID PROPOSAL

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 information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

ASTEC Re-Ply Roof System for ASPHALT & MODIFIED BITUMEN ROOFS

ASTEC Re-Ply Roof System for ASPHALT & MODIFIED BITUMEN ROOFS ASTEC Re-Ply Roof System for ASPHALT & MODIFIED BITUMEN ROOFS Re-Ply Roofing Systems Application Specification # AC-2014-A & MB-15 (15 Year Material & Labor Warranty) PART I - GENERAL 1.01 DESCRIPTION

More information

EXHIBIT A SCOPE OF WORK

EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF WORK THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT 4 HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0

More information

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

More information

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

SECTION CONCRETE TILE ROOFING Carpentry Flashing and Sheet Metal. A. American Society for Testing and Materials (ASTM):

SECTION CONCRETE TILE ROOFING Carpentry Flashing and Sheet Metal. A. American Society for Testing and Materials (ASTM): SECTION 07324 CONCRETE TILE ROOFING PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 06100 - Carpentry. 2. 07600 - Flashing and Sheet Metal. 1.02 REFERENCES A. American Society for Testing and Materials

More information

A. Omega-Lite aluminum-faced composite panels, air and vapor barrier, attachments and sealants.

A. Omega-Lite aluminum-faced composite panels, air and vapor barrier, attachments and sealants. Section 07 42 13 Page 1 PART 1 GENERAL 1.1 SECTION INCLUDES A. Omega-Lite aluminum-faced composite panels, air and vapor barrier, attachments and sealants. 1.2 RELATED SECTIONS A. Section 06112 - Framing

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED 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 information

DOCUMENT POST BID INTERVIEW

DOCUMENT POST BID INTERVIEW DOCUMENT 00 45 90 POST BID INTERVIEW PART 1 GENERAL 1.01 SUMMARY By request of the District, this Section requires the apparent low bidder to attend and participate in a Post Bid Interview with the Construction

More information

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

2004 MASTER FORMAT SECTION Façade Panels

2004 MASTER FORMAT SECTION Façade Panels 2004 MASTER FORMAT SECTION 07 44 00 Façade Panels Hunter Douglas Façades Aluminum Façade Systems PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Delivery Method: Prequalification for Design-Bid-Build Contracts Issue Date: November 17, 2017 Project Name: SWaM 18-20 Pre-qualified Contractors Term Project Code: SWaM-18-20 Commodity/Service: Construction

More information

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred

More information

333-90TH STREET DALY CITY. CA ADDENDUM #1 CONTRACT BID DOCUMENTS FOR DOELGER SENIOR CENTER BOILER REPLACEMENT (101 LAKE MERCED BOULEVARD)

333-90TH STREET DALY CITY. CA ADDENDUM #1 CONTRACT BID DOCUMENTS FOR DOELGER SENIOR CENTER BOILER REPLACEMENT (101 LAKE MERCED BOULEVARD) CITY OF DALYCITY 333-90TH STREET DALY CITY. CA 9401 5-1895 PHONE: (650)99 1-8000 ADDENDUM #1 CONTRACT BID DOCUMENTS FOR DOELGER SENIOR CENTER BOILER REPLACEMENT (101 LAKE MERCED BOULEVARD) IN AND FOR THE

More information

ADDENDUM NO. 3 February 28, 2017

ADDENDUM NO. 3 February 28, 2017 ADDENDUM NO. 3 February 28, 2017 Project: From: To: Grimsley High School Auditorium Roof Replacement 801 Westover Terrace Greensboro, North Carolina 27408 Terracon Consultants, Inc. 7327-G West Friendly

More information

Proud of its Heritage, Preparing for its Future

Proud of its Heritage, Preparing for its Future TUSTIN Proud of its Heritage, Preparing for its Future Revised August 2013 USER GUIDE FOR THE INSTALLATION OF RESIDENTIAL ROOM ADDITIONS OR ALTERATIONS PURPOSE This guide describes the City of Tustin s

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

SECTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL. A. This Section includes administrative and procedural requirements for the following:

SECTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL. A. This Section includes administrative and procedural requirements for the following: SECTION 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and

More information

Wesleyan University 1.1 RELATED INFORMATION, DOCUMENTS AND REQUIREMENTS

Wesleyan University 1.1 RELATED INFORMATION, DOCUMENTS AND REQUIREMENTS Wesleyan University SCOPE OF WORK 346 WASHINGTON STREET ASPHALT ROOF REPLACEMENT PROJECT 23AB VINE STREET ASPHALT ROOF REPLACEMENT PROJECT 72 HOME NORTH SIDE ROOF REPLACEMENT 64 FOUNTAIN AVE ROOF REPAIR

More information

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair APPENDIX A - TECHNICAL SPECIFICATIONS JEA Fleet Services Light Duty Equipment Maintenance and Repair 1. GENERAL SCOPE OF WORK This scope of work is looking for a Respondent(s) to provide JEA Fleet Services

More information

Special Provision No. 199S53 February 2005

Special Provision No. 199S53 February 2005 QUALITY CONTROL COMPLIANCE INCENTIVE Special Provision No. 199S53 February 2005 1.0 SCOPE This special provision covers the financial incentive available to the Contractor for compliance with the quality

More information

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION WILLIAM A. BELL, SR. MAYOR ROOM 220 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, ALABAMA 35203-2292 INVITATION TO

More information

Architectural Roof Products Guide Specifications

Architectural Roof Products Guide Specifications Western States Metal Roofing 901 W. Watkins St. Phoenix, AZ 85007 PH: 602-495-0048 FX: 602-261-7726 Architectural Roof Products Guide Specifications FORMED METAL ROOF AND WALL PANELS This Guide Specification

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York

More information

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized Acadiana Metropolitan Planning Organization (MPO) Policy and Procedures Consultant Selection Process When Federal Funds Are Utilized Adopted by TPC 11/2016 Approved: DOTD 03/2013 FHWA 05/2016 CONTENTS

More information

SECTION CLAY BARREL TILE ROOFING. A. American Society for Testing and Materials (ASTM):

SECTION CLAY BARREL TILE ROOFING. A. American Society for Testing and Materials (ASTM): SECTION 07320 CLAY BARREL TILE ROOFING PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 02072 - Removals. 2. 07600 - Flashing and Sheet Metal. 1.02 REFERENCES A. American Society for Testing and Materials

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN 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 information

SECTION EXTERIOR SOLID PHENOLIC RAINSCREEN PANELS

SECTION EXTERIOR SOLID PHENOLIC RAINSCREEN PANELS SECTION 074233 EXTERIOR SOLID PHENOLIC RAINSCREEN PANELS PART 1 - GENERAL 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

ROOFPRO PROJECT WARRANTY REGISTRATION

ROOFPRO PROJECT WARRANTY REGISTRATION Fill out the tables below with the information exactly as you want it to appear on the warranty. Please be advised that submission of this form does not constitute approval or acceptance of this project

More information

SECTION MODIFIED BITUMINOUS SHEET WATERPROOFING

SECTION MODIFIED BITUMINOUS SHEET WATERPROOFING SECTION 07 13 52 MODIFIED BITUMINOUS SHEET WATERPROOFING SPEC WRITER NOTE: Delete text between // // not applicable to project. Edit remaining text to suit project. PART 1 - GENERAL 1.1 SUMMARY A. Section

More information