November 26, 2009 File: TP#3A TO ALL POTENTIAL BIDDERS. Bid Package No. 3A Glazing, Curtain Wall and Windows

Size: px
Start display at page:

Download "November 26, 2009 File: TP#3A TO ALL POTENTIAL BIDDERS. Bid Package No. 3A Glazing, Curtain Wall and Windows"

Transcription

1 LEDCOR CONSTRUCTION LIMITED Suite 370, 4243 Glanford Avenue Victoria, British Columbia Canada V8Z 4B9 Telephone: Facsimile: November 26, 2009 File: TP#3A TO ALL POTENTIAL BIDDERS Re: International Centre for Sturgeon Studies Bldg 391, Malaspina Campus, Vancouver Island University, Nanaimo, BC Bid Package No. 3A Glazing, Curtain Wall and Windows Ledcor Construction Limited ( Ledcor ) has been engaged by the Vancouver Island University ( Owner ) to be the Construction Manager, for the above noted project. We are pleased to invite your company to submit a lump sum bid for the scope of work in Bid Package No. 3A Glazing, Curtain Wall and Windows for this new building. Bids must be submitted to Vancouver Island University at the address noted hereunder, no later than Wednesday, December 16, 2009 at 2:00pm (local time) using the Bid Form attached herewith in a sealed envelope marked: Bid Package No. 3A Glazing, Curtain Wall and Windows International Centre for Sturgeon Studies One (1) original copy to be delivered to the following address: 1. Bid Documents Attention: Chris Munro, Purchasing Manager Vancouver Island University Purchasing Department Room 143, Building 300, 900 Fifth Street, Nanaimo, BC, Canada V9R 5S5 It is the responsibility of all bidders to review and examine carefully all Contract and Bid Documents. Please note that the Contract Documents are not yet finalised for construction use and it is the bidder s responsibility to include for all necessary items of work in order to submit a complete bid. No extras will be considered for items that would normally be required for a complete and functional building -1 of 2- November 26, 2009

2 International Centre for Sturgeon Studies Bid Package No. 3A- Glazing, Curtain Wall and Windows November 26, 2009 The documents listed below are provided for pricing of this Bid Package: a) Letter of Invitation b) Instructions to Bidders c) Scope of Work Clarifications d) Bid Form e) CCA Stipulated Price Contract for Trade Contractors f) Appendix A - Supplementary Trade Contract Conditions g) Appendix C - List of Drawings, Specifications and Other Documents h) Appendix D Preliminary Construction Schedule i) Appendix F Sustainable requirements (as applicable) j) Appendix G QA / QC Please note that a set of Bid and Contract Documents are available for viewing at our office during normal business hours by contacting Doug Grant, Estimator at or douglas.grant@ledcor.com. 2. Site Visit It is the Bidder s responsibility to perform a site visit and review all Contract Documents and Bid Documents. See Instructions to Bidders Clause Schedule Substantial Completion of this work is as indicated in the attached Appendix D - Schedule. Strict adherence to this schedule is imperative. See Instructions to Bidders Clause Bid Acceptance The bid is to be irrevocable and remain open for acceptance for the period as stipulated in the Instructions to Bidders. Should you have any questions concerning this Bid Package, please contact Neil Tennant, Senior Project at or the writer. Yours truly, VANCOUVER ISLAND UNIVERSITY by its Agent LEDCOR CONSTRUCTION LIMITED Doug Grant Estimator CALGARY CHICAGO DALLAS DENVER EDMONTON HONOLULU KELOWNA LAS VEGAS NAPA RENO SAN DIEGO SEATTLE TORONTO VANCOUVER

3 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED INSTRUCTIONS TO BIDDERS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 1 of 7 1 INTRODUCTION 1.1 Ledcor Construction limited ("Ledcor") has been engaged by the Vancouver Island University ( Owner ) as the Construction Manager acting as Owner s agent for the International Centre for Sturgeon Studies project located at Vancouver Island University, Malaspina Campus in Nanaimo, BC. 2 CONFLICT OF DOCUMENTS 2.1 In the event of a conflict between these Instructions to Bidders and any other Bid Documents, these Instructions to Bidders shall govern. 3 SUBMISSION OF BIDS 3.1 One (1) copy of the bids shall be submitted on the Bid Form provided and, together with all other documents required by the Bid Documents, shall be delivered to: Vancouver Island University c/o Ledcor Construction Limited Purchasing Department Room 143, Building 300, Nanaimo, BC, Canada V9R 5S5 Attention: Chris Munro, Purchasing Manager The completed Bid Form, and all other documentation required by the Bid Documents, shall be enclosed in an envelope and sealed. The envelope shall have the bidder s name and address on the top right hand corner, shall be addressed as indicated, and shall list the Bid Package Number and description on the lower left hand corner. 3.2 Closing time & date: Wednesday, December 16, 2009, at 2:00pm (local time). 3.3 The bidder shall duly execute the bid. Bid by partnership shall be signed by all partners or the Managing Partner who has the authority to sign on behalf of and bind the partnership (in this case evidence of signing authority is also required to be submitted with the Bid Form). If the partnership is a limited partnership the general partner shall sign and affix the general partner's corporate seal. Bid by a corporation must be signed by the legal name of the corporation followed by the signatures of the authorised signing officer(s) and the corporation's seal affixed (if requested, evidence of signing authority shall be provided to Ledcor). November 26, 2009

4 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED INSTRUCTIONS TO BIDDERS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 2 of Security for Contracts The following security may be required for a contract value in excess of $100,000, at the discretion of Ledcor and Owner; Either Fifty percent (50%) Performance Bond and Fifty percent (50%) Labour and Materials Payment Bond Or Alternative forms of security acceptable to Ledcor and Owner The form of the bonds shall be the latest edition of the CCDC approved bond forms and be issued by a surety company licensed to do business in British Columbia, Canada Provide separate prices for the bonds listed in Appendix "A" item 3. - Separate Prices of the Bid Form Submit with the bid consent of surety issued by a surety company licensed to do business in the Province of British Columbia. 3.5 Bids shall be irrevocable and remain open for acceptance for a period of Sixty (60) days from the closing date of bids. 4 OPENING OF BIDS 4.1 All bids will be opened in private. 5 WITHDRAWAL OF BIDS 5.1 A bidder will be permitted to withdraw its bid after it has been deposited if such request is received in writing or by telegram or fax prior to the time and date specified for closing of bids. 6 AWARD OF TRADE CONTRACT 6.1 Ledcor reserves the right to reject any or all bids, including without limitation the lowest bid, and to award the trade contract to whomever Ledcor, in its sole discretion, deems appropriate or advantageous, notwithstanding any custom of the trade to the contrary. 6.2 If a bidder fails to complete its bid in strict compliance with the requirements of the Bid Documents or a bidder submits a bid containing any exceptions or qualification, then Ledcor, in its sole discretion, may either reject such bid or waive such non-compliance and irregularity. November 26, 2009

5 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED INSTRUCTIONS TO BIDDERS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 3 of Should Ledcor not receive any bid satisfactory to Ledcor (including without limitation, exceeding the Owner's budget) in its sole discretion, Ledcor reserves the right to re-bid the whole or any part of the work. 6.4 Ledcor and the Owner shall not, under any circumstances be responsible for any costs, expenses, losses, damages, or liabilities whatsoever incurred or assumed by a bidder in connection with the preparation, submission, negotiation, acceptance or rejection of the bid for the proposed trade contract; or due to the acceptance of any bid or rejection of any or all bids. 6.5 Acceptance of a bid will be confirmed by written notice, followed by issuance of a trade contract using the attached Ledcor Standard Trade contract. 7 RETURN OF BID DOCUMENTS 7.1 Bid Documents shall be returned to Ledcor in good order upon request. 8 LIST OF SUB-TRADE CONTRACTORS 8.1 Bidders shall list in the Bid Form all sub-trade contractors they propose to employ. No change in sub-trade contractors will be permitted without the written approval of Ledcor. 9 PRODUCT/SYSTEM OPTIONS AND APPROVALS 9.1 Wherever any product or system is specified or shown by describing proprietary items, model numbers, catalogue numbers, manufacturer, trade names or similar reference, each bidder obligates itself to submit the bid and accept award of the trade contract based upon the use of such products or systems. Use of such reference is intended to establish the measure of quality which the Consultant has determined as requisite and necessary for the project. Where two or more products or systems are shown or specified, the bidder has the option of which to use. 9.2 For approval of equivalent products or systems, to those specified, please use the Alternative Prices Form in Appendix I of the Bid Form. Define and describe the product or system for which approval is requested. Proposed alternates shall be accompanied by manufacturer s literature, specifications, drawings, performance data or other information necessary to completely describe the item or system. Approval of such products or systems may be withheld by the Owner or Ledcor at its sole discretion. 9.3 Approval of such products, methods or systems shall not relieve the bidder of its responsibility regarding the fit into available spaces, proper performance and quality. 9.4 The bidder shall be responsible for all costs in connection with the use of such approved product, system, or method. November 26, 2009

6 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED INSTRUCTIONS TO BIDDERS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 4 of 7 10 EXAMINATION OF SITE AND DOCUMENTS 10.1 Each bidder shall examine the site and satisfy itself, at its own risk and expense, as to all matters and conditions relating to the nature of the work; the means of access and egress, the extent of the work and any and all conditions under which it will be performed The Owner, Consultant nor Ledcor guarantee that the site information indicated in the Contract Documents and Bid Documents is complete or accurate and each bidder must evaluate such information relative to the actual conditions It shall be the responsibility of each bidder to examine the Contract Documents and Bid Documents including all drawings and specifications, familiarise itself with the work required, nature of site, work in progress and every other condition which may affect the work, increase the costs and/or time in the performance thereof. No claims will be allowed due to bidder's failure, error, or negligence with respect to the examination of the site and documents Should a bidder find discrepancies in, or omissions from, the Contract Documents and Bid Documents, or should it be in doubt as to their meaning, it shall immediately notify Ledcor as required by phone Any response will be issued by Ledcor by way of written addendum and forwarded to all bidders If any bidder is in doubt as to the true meaning and intent of any part of the Contract Document and Bid Documents including drawings and specifications, it must request Ledcor for an interpretation thereof. If such interpretation is not requested, the bid submitted will be presumed to be based upon the interpretation of direction that may subsequently be given by Ledcor after award of the trade contract. 11 EXISTING SITE CONDITION CONFLICTS 11.1 Bidder shall fully acquaint itself with the required work of this project. Occasionally, remedial on-site solutions or changes may be required due to existing site condition variances discovered that differ materially and/or physically from the Contract Documents and Bid Documents, which are an inherent part of this type of construction work. The successful bidder shall undertake to make minor modifications necessary to resolve these conditions with Ledcor when they arise, without requesting any additional payment, in a manner to that expected of a prudent contractor acting reasonably in accordance with custom of the trade, to include in the bid price a contingency based on its own information, circumstance, experience risk and examination of the work and site conditions. 12 SCHEDULING AND COMPLETION 12.1 It is absolutely critical to maintain the construction schedule prepared by Ledcor that may be adjusted from time to time at Ledcor s discretion. November 26, 2009

7 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED INSTRUCTIONS TO BIDDERS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 5 of In submitting a bid, each bidder acknowledges the scheduling, sequencing, phasing and completion requirements. Should any impediment exist which would prevent the bidder from completing the work in accordance with this schedule, it must be brought to the attention of Ledcor at the time of bid The successful bidder shall be responsible for providing a second shift and/or making allowances for phasing of work necessary to maintain the overall construction schedule as required by the day to day progress of other work, all at no additional cost to the Owner or Ledcor. 13 BREAKDOWN OF BID PRICE 13.1 See Bid Form Appendix 1, item #1. 14 UNIT PRICES 14.1 See Bid Form Appendix 1, item #2. 15 SEPARATE PRICES 15.1 See Bid Form Appendix 1, item #3. 16 ALTERNATIVE PRICES 16.1 See Bid Form Appendix 1, item #4 17 LABOUR RATES Bidder should explore any and all possible alternates related to their section of work as the alternate prices submitted will be a major factor in determining the successful bidder See Bid Form Appendix 1, item #5 18 ADDENDA 18.1 Ledcor reserves the right to amend or revise the Bid Documents prior to the closing of bids. Bidders will be informed of all such amendments or revisions by means of written addenda. Each bidder shall carefully examine and be familiar with all issued addenda as they may affect or modify the scope or execution of work on any or all sections of the specifications. Verbal instructions given in person or by telephone are null and void and shall not be accepted by the bidder. November 26, 2009

8 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED INSTRUCTIONS TO BIDDERS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 6 of Receipt of all addenda must be acknowledged in the Bid Form. 19 TAXES & DUTIES 19.1 All sales taxes, excise taxes and duties shall be included in the bid price. G.S.T. is not to be included in the base price but shown separately on the Bid Form. 20 TRADE CONTRACT DOCUMENTS 20.1 The following listed documents shall form part of the trade contract: 21 SAFETY CCA Stipulated Price Contract for Trade Contractors Appendix A - Supplementary Trade contract Conditions Appendix B Scope of Work Appendix C - List of Drawings, Specifications and Other Documents Appendix D Preliminary Construction Schedule Appendix F LEED requirements (as applicable) Appendix G QA / QC 21.1 The successful bidder will be required to attend a mandatory Site Safety Orientation prior to starting work and adhere to Ledcor's Safety Policy and Procedures. Additionally, the successful bidder will be required to submit its Safety Policy and Procedures to Ledcor prior to starting work, including fall protection, which is mandatory on all Ledcor sites Where the Trade contractor s workers do not possess a working knowledge of the English language, it is the responsibility of the Trade contractor to: Provide language translation services to the worker to adequately explain the contents of Ledcor's Site Safety Orientation; Translate all policies, risk assessments, safe work practices and procedures and other safety instructions that apply to the trade contractor s workers; and Ensure that a person capable of translating routine instructions and emergency procedures is in immediate proximity to the workers during all working hours. 22 TRADE UNION LABOUR 22.1 It is not a requirement that workers on the site belong to or are affiliated with a trade union. November 26, 2009

9 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED INSTRUCTIONS TO BIDDERS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 7 of It shall be understood that, with respect to union and non-union labour, this project will be an "OPEN SITE" and the bidder is to make the necessary allowances and provisions in the bid price accordingly The successful bidder shall be responsible for ensuring that no work stoppage or delay to the work or the execution of any work carried out by the Owner or prospective tenant's contractor, are caused by strikes, lockouts, labour disagreements or negotiations of any kind, and it shall reimburse the Owner or Ledcor for any costs incurred by any such stoppage, delay or interferences, should they arise. November 26, 2009

10 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED SCOPE OF WORK CLARIFICATIONS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 1 of 2 The following additional scope of work clarifications are intended to supplement the project specifications and are issued in order to assist bidders to determine their full scope of work. All reference to Ledcor shall mean Ledcor Construction Limited. 1 GENERAL SCOPE OF WORK 1.1 Please note all work indicated on the Bid Documents is to be included in the scope of work, unless noted otherwise as not in contract (NIC). 2 GENERAL REQUIREMENTS 2.1 Bidders are expected to include all of the following items required to complete their work: Sheds, storage and office space Temporary heat, hoarding and lighting specifically required to perform its work Moving and replacing of the site fence/hoarding as required Layout. (Ledcor will provide control line and grade) As-built record drawings and maintenance manuals All trade contractors will do their own clean up including handling of material to Ledcor s bin. (Gypsum waste bin to be supplied by drywall trade contractor.) Hoisting Access to work including ladders, scaffolding etc Participating in Ledcor s Quality Control Program as outlined in Appendix G Certified Trade Safety Coordinator. 2.2 Bidders will be expected to cooperate with Ledcor as follows: All materials, tools, equipment and waste must be removed from the work area after each shift and placed in a designated storage area with waste material removed from site Protect existing property. Repair, clean, replace existing materials damaged by its operation. Incidental trade damage will not be compensated by Ledcor. The work may require non-standard shifts and hours The project must be kept in a clean, neat and tidy fashion at all times Bidders shall include flag persons when the scope of work requires access through or over public areas. 2.3 All items and requirements which are required for the proper performance of the work contemplated under the trade contract shall be provided by the successful bidder except the following items which will be provided by Ledcor : Progress photographs Temporary sanitary facilities Construction progress schedules and reports Site signs Fencing (except where bidder must move fencing during the course of its work) Design and Architectural services (except those services as are required for the execution of the work under this trade contract such as shoring engineering, etc.) Construction Inspection Scope of Work Clarifications - R1.doc November 2009

11 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED SCOPE OF WORK CLARIFICATIONS BID PACKAGE No. 3A Glazing, Curtain Wall and Windows Page 2 of 2 3 TRADE SPECIFIC SCOPE OF WORK 3.1 Bidders are expected to include all of the following items required to complete their work: Supply and Install all Storefronts and Entrances as per specification section Supply and Install of all Glazing as per specification section Supply and Install of all Curtain Wall and Windows as per specification section Supply and Install all hardware related to this scope of work Supply and Install all flashings related to this scope of work Provide Engineered Shop Drawings for approval Clean glass and remove all labels, adhesives and residue from glass Provide a separate price for the conference room expansion as shown on the drawings Provide a separate price for enclosing stair # 1 as shown on the drawings Scope of Work Clarifications - R1.doc November 2009

12 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 1 of 10 CONTRACT NO: DESCRIPTION: PROJECT TITLE SUBMITTED TO: Bid Package No. 3A- Glazing, Curtain Wall and Windows Division Aluminum Entrances and Storefronts Division Glazing Division Curtain Wall and Windows Division Sealants and Caulking International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC Vancouver Island University c/o Ledcor Construction Limited Purchasing Department Room 143, Building 300. Nanaimo, BC Canada V9R 5S5 Attention: Chris Munro, Purchasing Manager We, of (Company Name) (Business Address) having examined the Contract Documents and Bid Documents as per Appendix "C" and Addenda No. to No. inclusive, all as prepared by consultant team and Ledcor Construction Limited, and having visited the Project Site, hereby offer to enter into a trade contract to perform the Work as required by the Bid Documents, in accordance with the terms and conditions of the trade contract for the stipulated price of: Dollars ($ ) in Canadian funds, which price includes all applicable taxes, excise and sales taxes and duties in force at this date, except as may be otherwise provided in the Bid Documents, excluding GST. All applicable GST must be shown separately in Appendix 1 Item 1, Price Breakdown. The information on unit prices, alternative prices, separate prices and labour charge out rates, where applicable, and as called for in the Bid Documents is provided in the attached Appendix 1 and forms an integral part of this bid. November 26, 2009

13 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 2 of 10 DECLARATIONS If notified in writing by Ledcor Construction Limited of acceptance of this bid within Sixty (60) days after the bid closing date, we will within ten (10) working days of receipt of such notification of award:.1 enter into a trade contract for the Work and execute a Ledcor Standard Trade Contract;.2 actively commence and diligently perform the Work in accordance with the requirements of the Schedule;.3 furnish certified copies of our insurance policy or policies as specified in the trade contract;.4 furnish a general analysis of the bid price showing the amounts for the various portions of the work and the work of any proposed sub-trade contractor, with the total agreeing with the amount of the bid;.5 furnish a copy of our Safety Policy and Safe Work Procedures if requested and make any modifications to our procedures should it be required to meet the stringent safety standards set out on this project;.6 furnish the Performance Bond and Labour & Material Payment Bond each in an amount of 50% of the trade contract price, if requested to do so;.7 provide Worker s Compensation Board clearance letter;.8 provide a detailed list of all shop drawings and samples with dates for submission. FORM OF TRADE CONTRACT The form of trade contract with Ledcor Construction Limited will be as noted in clause 20 of the Instructions to Bidders. All documents are available for review and examination in Ledcor Construction Limited s Victoria Office and the bidder confirms that all documents have been reviewed and examined. November 26, 2009

14 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 3 of 10 CONDITIONS: It is understood and agreed that:.1 If our offer contained in this bid is accepted we will complete the entire work required by the trade contract within the time period stated in the Construction Schedule..2 In submitting this bid, we recognise the right of Ledcor Construction Limited to accept any bid, or to reject any or all bids pursuant to the Instructions to Bidders..3 Failure to comply with and complete all items on this Bid Form and/or any qualifications to the bid may be cause for rejection, without consideration, of the bid..4 This bid shall be irrevocable and shall remain open for acceptance by Ledcor Construction Limited for a period of Sixty (60) days from date of closing of bids..5 Our submission of this bid shall be construed as constituting approval of all terms and conditions set out in the Bid Documents and Contract Documents as they are applicable to the work of this trade contract..6 We acknowledge that this is an open shop project. SUB-TRADE CONTRACTORS The following is a list of sub-trade contractors we propose to use on the work: Portion of Work List of Sub-trade contractors November 26, 2009

15 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 4 of 10 FOR A LIMITED COMPANY: SEALED, ATTESTED TO AND DELIVERED on the day of, 20 on behalf of by (Name of Trade Contrator) (Name and Status of Authorised Signing Officer in Block Letters) Signature of Authorised Signing Officer (Name and Status of Authorised Signing Officer in Block Letters) Signature of Authorised Signing Officer Phone Number: Seal of Corporation November 26, 2009

16 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 5 of 10 FOR PARTNERSHIP OR SOLE PROPRIETOR: SEALED, ATTESTED TO AND DELIVERED on the day of, 20 on behalf of by (Name of Trade contractor) in the presence of Witness' Signature Signature of Partner or Sole Owner (Print name, title and address of the witness) (Name and Title of Partner or Sole Owner) in the presence of Witness' Signature Signature of Partner (Print name, title and address of the witness) Phone Number: (Name and Title of Partner) November 26, 2009

17 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 6 of 10 APPENDIX 1 1. PRICE BREAKDOWN We hereby confirm that the price breakdown as stated below includes without limitation, conveyance and delivery, unloading, hoisting, all labour, setting, fitting, fixing in position, connection, materials, equipment, tools, straight cutting and waste and all overhead, profit, taxes and duties. DESCRIPTION OF WORK PRICE A. Entrances and Storefronts B. Glazing C. Curtain Wall D. Windows E. Other (Please Specify): $ $ $ $ $ Base Price GST Total $ $ $ Date, 20 (Signature of Legal Signing Authority) (Bidder) November 26, 2009

18 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 7 of 10 APPENDIX 1 continued 2. UNIT PRICES We hereby confirm that the unit prices stated below include without limitation, conveyance and delivery, unloading, hoisting, all labour, setting, fitting, fixing in position, connection, materials, equipment, tools, straight cutting and waste and all overhead, profit, taxes and duties, and shall be used for additions to and deletions from the Work. DESCRIPTION OF WORK UNIT UNIT PRICE 1. Entrances and Storefronts 2. Glazing 3. Curtain Wall 4. Windows SF SF SF SF $ $ $ $ $ $ $ $ Date, 20 (Signature of Legal Signing Authority) (Bidder) November 26, 2009

19 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 8 of 10 APPENDIX 1 continued 3. SEPARATE PRICES The following are our separate prices for the work listed hereunder. (List below any separate prices as required by the trade contract specification section(s). State whether separate price is included or not included in the stipulated bid price.) DESCRIPTION OF SEPARATE PRICE WORK 1. Performance Bond (50%) and Labour & Material Payment Bond (50%) 2. Conference Room Expansion 3. Enclosure of Stair # 1 SEPARATE PRICE AMOUNT ($) INCLUDED IN BID PRICE? YES / NO YES / NO YES / NO Date, 20 (Signature of Legal Signing Authority) (Bidder) November 26, 2009

20 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 9 of 10 APPENDIX 1 continued 4. ALTERNATE PRICES We offer further to provide the following alternative work, as Ledcor Construction Limited may accept or reject, at its sole discretion, for the corresponding increases to or deductions from the stipulated bid price set forth on Page 1 of the Bid Form. (List below any alternate prices as required by the trade contract specification section(s). DESCRIPTION OF ALTERNATE WORK EFFECT ON STIPULATED PRICE ($) ADD DEDUCT $ $ $ $ $ $ $ $ $ $ $ $ Date, 20 (Signature of Legal Signing Authority) (Bidder) November 26, 2009

21 International Centre for Sturgeon Studies Bldg 391 Malaspina Campus, Vancouver Island University, Nanaimo, BC LEDCOR CONSTRUCTION LIMITED BID FORM BID PACKAGE No. 3A- Glazing, Curtain Walls and Windows Page 10 of 10 APPENDIX 1 continued 5. LABOUR RATES The following are our labour rates for this project. (List below each trade to be used on this project and all rates that apply. Rates to be all-inclusive, including without limitation, all burdens, overhead and profit, insurance, pensions, small tools. No other costs will be considered for reimbursement for labour used on force account work) Description of Trade Regular Rate Overtime Rate Date, 20 (Signature of Legal Signing Authority) (Bidder) November 26, 2009

22 INTERNATIONAL CENTRE FOR STURGEON STUDIES VANCOUVER ISLAND UNIVERSITY BLDG 391, MALASPINA CAMPUS, VANCOUVER ISLAND UNIVERSITY NANAIMO, BC Page 1 of 10 APPENDIX A SUPPLEMENTARY CONDITIONS TO THE STANDARD CONSTRUCTION DOCUMENT - CCA British Columbia TRADE CONTRACTOR: <***************> CONTRACT NO: <1010XXX-XXXXXX> The Agreement, Definitions and General Conditions of CCA 17, 1996 are amended by these Supplementary Conditions as set forth below. These Supplementary Conditions shall form part of the Contract Documents. SC1 DEFINITIONS 1.1 Substantial Performance of the Project Delete the wording of Item 21 and substitute with: Substantial Performance of the Project shall have been reached when the entire Project is ready for use or is being used for the purpose intended and is so certified by the Consultant. SC2 SC3 SC4 SC5 Rev 8 Oct ARTICLE A-1 THE WORK 2.1 Delete paragraphs and of Article A-1 - THE WORK and substitute with the following as paragraph 1.3.1: in accordance with a construction schedule provided by the Owner and which may be adjusted from time to time by the Owner or the Construction Manager. Construction schedule adjustments may include but not be limited to sequences and locations of activities, start and finish dates and durations. 2.2 Change paragraph to read and delete "if no schedule is provided by the Owner," from the first line. GC 1.4 ASSIGNMENT 3.1 Add to GC ASSIGNMENT as paragraph Notwithstanding paragraph of GC 1.4-ASSIGNMENT, the Trade Contractor hereby consents to the assignment of this Contract by the Owner to any financial institution as collateral security for any construction loans advanced to the Owner relating to the Project and the Trade Contractor agrees to execute the consent to the assignment document prepared by the financial institution upon request. GC 3.1 CONTROL OF THE WORK 4.1 Delete paragraphs and of GC 3.1 CONTROL OF THE WORK and substitute with the following as paragraph 3.1.1: The Trade Contractor shall be responsible for construction means, methods, techniques, procedures and effectively plan, co-ordinate, schedule, direct and supervise the Work and the work of his Trade Subcontractors and Suppliers so as to ensure conformance with the Contract Documents. The Trade Contractor acknowledges and agrees that he will be required to cooperate with other Trade Contractors and the Construction Manager in the sequences and co-ordination of activities and timely completion of the Project. The Trade Contractor shall not be entitled to additional compensation if he is required to perform his work out of sequence or co-ordinate his work and share the facilities and construction area with other Trade Contractors. GC 3.4 DOCUMENT REVIEW 5.1 Add to GC DOCUMENT REVIEW as paragraph Notwithstanding paragraph of GC DOCUMENT REVIEW, the Trade Contractor represents and agrees that he has examined all of the Contract Documents to fully acquaint himself with the complete scope and requirements of the Work prior to the execution of the Contract and that no claim for a change in the Work will be accepted as a result of his failure to do so. Sample For use in British Columbia Only

23 INTERNATIONAL CENTRE FOR STURGEON STUDIES VANCOUVER ISLAND UNIVERSITY BLDG 391, MALASPINA CAMPUS, VANCOUVER ISLAND UNIVERSITY NANAIMO, BC Page 2 of 10 APPENDIX A SUPPLEMENTARY CONDITIONS TO THE STANDARD CONSTRUCTION DOCUMENT - CCA British Columbia TRADE CONTRACTOR: <***************> CONTRACT NO: <1010XXX-XXXXXX> SC6 SC7 Rev 8 Oct GC 3.5 CONSTRUCTION SCHEDULE 6.1 Add to GC CONSTRUCTION SCHEDULE as paragraph The Trade Contractor shall be fully responsible for the pre-planning, organization, procurement, coordination and timely delivery of the materials and equipment, and providing sufficient skilled labour required to perform the Work in accordance with the construction schedule as prepared and which may be adjusted from time to time by the Owner or the Construction Manager. The Trade Contractor shall provide and update as required, information regarding his allocation of manpower, lead times required for the delivery of materials and equipment, and the duration of portions or the whole of the Work. GC 3.6 CONSTRUCTION SAFETY 7.1 Delete paragraph of GC 3.6 CONSTRUCTION SAFETY and substitute with the following as paragraph 3.6.1: The Trade Contractor, his Trade Subcontractors, Suppliers and any persons directly or indirectly employed by them shall comply with the rules, regulation, procedures and practices required by all applicable construction safety legislation and programs including, but not limited to, Workers Compensation Board occupational health and safety regulations, WHMIS Rules and Regulation, Building Codes, Municipal Bylaws and the Construction Manager s Health, Safety and Environmental Program, and the insurance company s Warranty Clause for Construction Projects. The Trade Contractor in the performance of the Work shall take adequate measures and apply necessary precautions to identify and eliminate hazards that can affect the health and safety of the workers and the safety of the Work and properties. In addition, the Trade Contractor is required to institute a safety program on the Project supplemental to the Owner s/construction Manager s Health, Safety and Environmental Program and the insurance company s Warranty Clause for Construction Projects. A copy of such program shall be provided by the Trade Contractor upon request. 7.2 Add the following as paragraph 3.6.2: Notwithstanding paragraph of GC 3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTIORS, if after due notice the Trade Contractor, his Trade Subcontractors and Suppliers or any persons directly or indirectly employed by them, fails to comply with the provisions of paragraph 3.6.1, the Owner, through the Construction Manager, may take whatever measures he deems necessary to ensure compliance and to maintain the requested health and safety standards on the Project site. The Trade Contractor shall pay for all reasonable costs and expenses, including any penalties assessed by the Workers Compensation Board, that the Owner or the Construction Manager may incur as a result of the noncompliance by the Trade Contractor, his Trade Subcontractors and Suppliers or any persons directly or indirectly employed by them. 7.3 Add the following as paragraph 3.6.3: The Trade Contractor is required to institute a safety program on the Project. Such program and all reporting procedures are deemed by the Construction Manager as being ancillary to the Construction Manager s own Project Specific Safety Program and his reporting requirements. A copy of such safety program is to be supplied to the Construction Manager within fourteen (14) days of the date of this Trade Contract. Sample 7.4 Add the following as paragraph 3.6.4: The Trade Contractor shall take adequate measures and apply necessary precautions to identify and eliminate hazards that can affect the health and safety of all workers in his control in connection with the performance of the Work, and shall ensure his Trade Subcontractors, Suppliers and any persons directly or indirectly employed by them will do the same. The Trade Contractor shall immediately comply with all orders regarding safety issued by the W.C.B. and the Construction Manager. For use in British Columbia Only

24 INTERNATIONAL CENTRE FOR STURGEON STUDIES VANCOUVER ISLAND UNIVERSITY BLDG 391, MALASPINA CAMPUS, VANCOUVER ISLAND UNIVERSITY NANAIMO, BC Page 3 of 10 APPENDIX A SUPPLEMENTARY CONDITIONS TO THE STANDARD CONSTRUCTION DOCUMENT - CCA British Columbia TRADE CONTRACTOR: <***************> CONTRACT NO: <1010XXX-XXXXXX> SC8 SC9 SC10 SC11 SC12 SC13 Rev 8 Oct GC 3.8 TRADE SUBCONTRACTORS AND SUPPLIERS 8.1 Add to the end of paragraph of GC 3.8 SUBCONTRACTORS AND SUPPLIERS: The Trade Contractor shall not be entitled to change from the proposed Trade Subcontractors and Suppliers without the written consent of the Owner, which consent will not be unreasonably withheld. If the change results in savings to the Contract Price, such savings shall be credited to the Owner. GC 3.11 SHOP DRAWINGS 9.1 Add to the end of paragraph of GC 3.11 SHOP DRAWINGS: The notification in writing shall be explicit and specific in identifying the deviation in the shop drawings. Submission only of shop drawings containing deviations shall not constitute proper notification. GC 3.12 USE OF THE WORK 10.1 Add the following to GC 3.12 USE OF THE WORK as paragraph : The Owner shall be entitled to take early possession of and use portions of the Work prior to Substantial Performance of the Project. Such taking possession or use of the Work or part thereof shall not be construed as acceptance or completion of the Work. GC 3.14 CLEANUP 11.1 Add to the end of paragraph of GC 3.14 CLEANUP: Should the Trade Contractor fail to perform ongoing or final cleanup when required by the Construction Manager, the Owner may, after one Working Day notice, have the cleanup performed by whatever means may be expedient and all associated costs will be charged to the Trade Contractor. GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER 12.1 Add to the end of paragraph of GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER: The provision of a comfort letter from the Owner s financial institution confirming that financing for the Project is in place shall constitute reasonable evidence. The Owner shall not be required to provide detailed information or other evidence as to the financial arrangements or agreements in place in respect of the Project. GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT 13.1 Delete paragraph of GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT in its entirety and substitute with the following: Applications for payment on account of the Contract Price as provided in ARTICLE A-5 PAYMENT of the Agreement may be made monthly by the Trade Contractor and shall be submitted to the Construction Manager, together with a Statutory Declaration CCDC Document 9B and such other documents as are requested, by the 25 th day of the month. The amount claimed shall be for the value, proportionate to the amount of the Contract Price, of work performed and Products delivered to the Place of the Work to the end of the month. Applications for payment for changes in the Work shall not be valid or become due and payable without a written Change Order and/or Change Directive executed by the Owner and the Trade Contractor. If an application for payment is received after the 25 th day of the month or not in the required format, it will not be processed for payment until the subsequent month, or until the receipt of the required format as the case may be. Sample For use in British Columbia Only

25 INTERNATIONAL CENTRE FOR STURGEON STUDIES VANCOUVER ISLAND UNIVERSITY BLDG 391, MALASPINA CAMPUS, VANCOUVER ISLAND UNIVERSITY NANAIMO, BC Page 4 of 10 APPENDIX A SUPPLEMENTARY CONDITIONS TO THE STANDARD CONSTRUCTION DOCUMENT - CCA British Columbia TRADE CONTRACTOR: <***************> CONTRACT NO: <1010XXX-XXXXXX> SC14 SC15 SC16 Rev 8 Oct GC 5.3 PROGRESS PAYMENT 14.1 Delete paragraph of GC 5.3 PROGRESS PAYMENT in its entirety and substitute with the following: a) The Construction Manager will, no later than fifteen (15) days after the date of receipt of an application for payment from the Trade Contractor submitted in accordance with GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT, review and determine the amount to be properly due to the Trade Contractor. After such review and determination, the Construction Manager will forward his determination to the Consultant for approval and certification. b) The Consultant will, no later than fourteen (14) days after the date of receipt of the Construction Manager s determination with respect to the application for payment, issue a certificate for payment in the amount determined by the Construction Manager or in such other amount as the Consultant considers to be properly due. c) If the Consultant or the Construction Manager amends the Trade Contractor s application for payment, the Construction Manager will promptly notify the Trade Contractor in writing, giving the reasons for the amendment Delete paragraph of GC 5.3 PROGRESS PAYMENT in its entirety and substitute with the following: The Owner shall deposit funds with the Construction Manager within six (6) days after the date of issuance of the certificate for payment by the Consultant, who will in turn make payment on behalf of the Owner to the Trade Contractor on account of the Contract Price in accordance with the provisions of ARTICLE A-5- PAYMENT. GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK 15.1 Add to the end of paragraph of GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK the following: The Owner, Consultant or Construction Manager may also prepare a supplementary list of items to be completed or deficiencies to be corrected by the Trade Contractor. The Consultant and the Construction Manger shall determine the cost of completing the Work or correcting the deficiencies, and the Owner shall be entitled to withhold in addition to the builders lien holdback, a deficiency holdback in an amount equal to two times the estimated cost from progress payments. Payment of the deficiency holdback shall be in accordance with GC 5.7 FINAL PAYMENT. GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK: 16.1 Add the following to GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK as paragraph 5.5.5: The sworn statement to be submitted pursuant to paragraph of GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK, shall be a properly executed Statutory Declaration CCDC Document 9A. In addition to the submittals stipulated in paragraph of GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK, the Trade Contractor shall also provide: a) A current clearance letter from Workers' Compensation Board confirming that he is in good standing with and all the necessary remittances have been made to the Workers Compensation Board. b) A properly executed Trade Contractor s Release in the format prescribed by the Construction Manager. Sample For use in British Columbia Only

26 INTERNATIONAL CENTRE FOR STURGEON STUDIES VANCOUVER ISLAND UNIVERSITY BLDG 391, MALASPINA CAMPUS, VANCOUVER ISLAND UNIVERSITY NANAIMO, BC Page 5 of 10 APPENDIX A SUPPLEMENTARY CONDITIONS TO THE STANDARD CONSTRUCTION DOCUMENT - CCA British Columbia TRADE CONTRACTOR: <***************> CONTRACT NO: <1010XXX-XXXXXX> SC17 SC18 SC19 Rev 8 Oct c) Any other documents to be submitted by the Trade Contractor as specified in the Contract Documents or as reasonably required by the Owner. GC 5.7 FINAL PAYMENT 17.1 Add the following to GC 5.7 FINAL PAYMENT as paragraph 5.7.5: The issuance of a final certificate for payment or the payment of lien holdback and deficiency holdback amounts shall not relieve the Trade Contractor's responsibility for correction of such other deficiencies or incomplete items, at no additional cost to the Owner, that may not have been included in the list of items or apparent during the review carried out pursuant to GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK. GC 5.8 WITHHOLDING OF PAYMENT 18.1 Add the following to GC 5.8 WITHHOLDING OF PAYMENT as paragraph 5.8.2: The Trade Contractor and his Trade Subcontractors or Suppliers shall give prior written notice to the Construction Manager with respect to their intention to file a lien on the Place of Work or against the title to the Project or against the holdback funds. Provided that the Owner is not in default of his payments obligation under the Contract, if a lien is filed on the place of the Work or against the title to the Project or against the holdback funds as a result of the Trade Contractor's performance of Work under this Contract, the Trade Contractor shall, at his cost, within three (3) Working Days after the receipt of notice from the Construction Manager, remove the lien and defend, indemnify and save harmless the Owner and the Construction Manager in respect of any action which may arise as a result of such lien. If after due notice the Trade Contractor fails to remove such lien within the time specified and defend, indemnify and save harmless the Owner and the Construction Manager in respect of any action arising therefrom, then notwithstanding any other provision in the Contract Documents, the Owner may withhold any further payments to the Trade Contractor and remove the lien by whatever means may be expedient and the Trade Contractor shall pay for all associated costs and expenses incurred by the Owner including legal fee on a solicitor and his own client basis. For greater certainty, withholding payment or payments to the Trade Contractor by the Owner pursuant to any of the provisions of the Contract Documents, shall not be construed as the Owner is in default of his payments obligation under the Contract. GC 6.2 CHANGE ORDER AND GC 6.3 CHANGE DIRECTIVE 19.1 Add the following to GC 6.2 CHANGE ORDER as paragraph 6.2.3: When a change in the Work is proposed or required, the Trade Contractor shall be entitled to a fifteen percent (15%) combined overhead and profit mark-up on the net increased cost of the change for work to be performed by his own forces. For work by his Trade Subcontractors, the Trade Contractor shall be entitled to a combined overhead and profit mark-up of five percent 5% to the Trade Subcontractor s cost. The principle to be applied is that the firm that actually does the work shall add fifteen percent (15%) of the net increased cost of the work done by it; other firms in that particular contractual chain shall each add five percent (5%) for processing and supervision of the change. The term overhead shall mean all indirect costs (other than the actual direct costs attributable to the performance of the change in the Work) relating to or in connection with the change in the Work which shall include but not be limited to bonding and insurance premiums, head office and site office overheads, administration and supervision, office supplies and office equipment, and any finance charges. Sample 19.2 Add the following to GC 6.2 CHANGE ORDER as paragraph 6.2.4: When requested by the Consultant or Construction Manager, the Trade Contractor shall promptly provide itemised labour and material cost breakdowns and any other detailed information required to substantiate his claims for a change to the Trade Contract Price or Contract Time. For use in British Columbia Only

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

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

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

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Document B252TM 2007

Document 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

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document 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 information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB Interior Construction Specification Dr. Kalinowski 2nd Floor, United Health Centre 7609 109 Street, Edmonton, AB Issued for Tender: May 18, 2017 Mandatory Site Visit: May 23, 2017 @ 2:00 PM Closing Date:

More information

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014 Town of Middleton Storm Water Outfall Connaught Avenue June 20, 2014 Set No. Town of Middleton Storm Water Outfall OVERVIEW Page 1 Connaught Avenue _ June 20, 2014 OVERVIEW This document is a Supplementary

More information

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services Appendix D University of Maine System Supplementary Requirements to AIA Document B201-2007 Standard Form of Architect s Services This document provides the Architect s scope of services only and must be

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

NORTHERN COLLEGE DRY HYDRANT

NORTHERN COLLEGE DRY HYDRANT NORTHERN COLLEGE DRY HYDRANT Prepared for: NORTHERN COLLEGE 4715 Highway 101 East South Porcupine, ON P0N 1H0 Prepared by: J.L. RICHARDS & ASSOCIATES LIMITED 834 Mountjoy Street S, PO Box 10 Timmins, ON

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

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Design Build: CCDC

Design Build: CCDC Ontario Association of Architects Practice Tip PT.23.6 Version 2.0 August 14, 2018 Design Build: CCDC 14-2013 2018, 2015 Ontario Association of Architects (OAA). OAA members in good standing may reproduce

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

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

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

More information

SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION Definitions... 1

SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION Definitions... 1 SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION... 1 1.1 Definitions... 1 2. PARTIES DESIGN AND CONSTRUCTION REPRESENTATIVES... 2 2.1 Appointment of Representatives...

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document 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 Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

Request for Quotations Airport Secure Access System

Request for Quotations Airport Secure Access System - Request for Quotations 2015-39 Airport Secure Access System The City of Dawson Creek requests written quotes for the supply and installation of a new secure key/card/fob access control system at the

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

PHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119

PHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119 PHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119 545 11TH STREET EAST, PRINCE ALBERT, SASKATCHEWAN PROJECT No. 15.041 ISSUED FOR TENDER JUNE

More information

CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO. 2018-1 Prepared by: Kresin Engineering Corporation 536 Fourth Line East Sault Ste. Marie, ON P6A 6J8 www.kresinengineering.ca

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

INVITATION TO TENDER Tender-08 ADIDAS SPORTSPLEX REMEDIATION

INVITATION TO TENDER Tender-08 ADIDAS SPORTSPLEX REMEDIATION INVITATION TO TENDER 2016-Tender-08 ADIDAS SPORTSPLEX REMEDIATION Date Issued: August 11, 2016 Paper original and one (1) electronic copy in PDF format of a Bid Submission in an envelope plainly marked

More information

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

PROJECT MANUAL PT 17-05

PROJECT MANUAL PT 17-05 PROJECT MANUAL PT 17-05 LOCATION: 176 Wilson Street Kingston, ON WORK: Kitchen Renovation (53) MANDATORY PRE-TENDER CLOSING SITE MEETING: Monday May 29, 2017 at 10:30 a.m. 176 Wilson Street Kingston, ON

More information

Supply and Delivery of Boltless Metal Shelving Units

Supply and Delivery of Boltless Metal Shelving Units T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office. INSTRUCTIONS TO BIDDERS PART ONE: GENERAL 1.1 Bid Proposals/Invitation to Tender 1.1.1 Sealed proposals shall be addressed to: For legal address, contact contracting office. and delivered enclosed in a

More information

Supply and Delivery. Chromebase All-in-One Computers

Supply and Delivery. Chromebase All-in-One Computers T E N D E R Supply and Delivery Of Chromebase All-in-One Computers Closing Date: Tuesday, March 13, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

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

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

PROJECT MANUAL. Town of Newmarket Magna Centre Southlake Renovation Newmarket, Canada. Issued for Tender: January 4, 2018

PROJECT MANUAL. Town of Newmarket Magna Centre Southlake Renovation Newmarket, Canada. Issued for Tender: January 4, 2018 PROJECT MANUAL : January 4, 2018 Town of Newmarket Newmarket, Canada Architect Perkins+Will Canada 15 Foundry St. Dundas, Ontario L9H 2V6 Tel: 1 (905) 628-7301 Fax: 1 (905) 628-7302 Town of Newmarket Section

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Main Building Auditorium

Main 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 information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

LS3P SECU - Williamston Branch Additions and Renovations Addendum 2 November 28, 2017

LS3P SECU - Williamston Branch Additions and Renovations Addendum 2 November 28, 2017 ADDENDUM II Date of Addendum: November 28, 2017 Project Name: Williamston Branch Additions and Renovations PROJECT INFORMATION A. Owner: State Employees' Credit Union B. Architect: LS3P C. Architect Project

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA Project No. 4484/A4L-379/964840 LEVEL I PREQUALIFICATION DOCUMENTS for OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More information

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE 200-4010 Regent Street Burnaby BC V5C 6N2 Canada Telephone: (604) 430-8035 Toll Free Canada-wide: 1-888-430-8035 Facsimile: (604) 430-8085 BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

SECTION ADVERTISEMENT FOR BIDS

SECTION ADVERTISEMENT FOR BIDS George FROM: SECTION 00 1113 ADVERTISEMENT FOR BIDS 1.01 THE OWNER (HEREINAFTER REFERRED TO AS OWNER): A. Ogden School District B. 1950 Monroe Boulevard C. Ogden, Utah 84401 1.02 AND THE ARCHITECT (HEREINAFTER

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

1. DEFINITIONS 2. ORDERS, PRICES AND FEES

1. DEFINITIONS 2. ORDERS, PRICES AND FEES Exhibit C GENERAL TERMS AND CONDITIONS - INTERNATIONAL The following are the Terms and Conditions under which TRANSCORE, LP, a Limited Partnership chartered in Delaware, United States of America or its

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

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS INVITATION TO TENDER FOR THE APPOINTMENT OF A PR AGENCY ON A PROJECT BASIS TO BRAND, POSITION AND PUBLICISE THE ASIA PACIFIC BREWERIES FOUNDATION SIGNATURE ART PRIZE 2014 FOR

More information

AGREEMENT BETWEEN ARCHITECT AND OWNER

AGREEMENT BETWEEN ARCHITECT AND OWNER AGREEMENT BETWEEN ARCHITECT AND OWNER By this AGREEMENT, effective this day of, 201, by and between Vail Unified School District No. 20 ("Owner"), an Arizona unified school district organized and operating

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

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

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL

More information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

Request for Quotations Arras Weir Maintenance

Request for Quotations Arras Weir Maintenance Request for Quotations 2015-35 Arras Weir Maintenance The City of Dawson Creek requests written quotes for maintenance at the Arras Weir on the Kiskatinaw River, 1.7 km upstream of the Kiskatinaw Bridge

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588 SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract SFU PROJECT # P302588 SPECIFICATIONS OWNER: FACILITIES MANAGEMENT SIMON FRASER UNIVERSITY PRIME CONSULTANT: B. GORDON HLYNSKY

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Rules of Accreditation. for Advertising Agencies. August 2010

Rules of Accreditation. for Advertising Agencies. August 2010 for Advertising Agencies August 2010 LIST OF CONTENTS Clauses Page no. Interpretation 3 The Print Media Accreditation Authority 4 1 Conditions for Accredited Agency 5 2 Application for Accreditation 6

More information

GUIDELINES FOR MUNICIPAL ENGINEERING SERVICES JUNE 1996 PUBLISHED BY:

GUIDELINES FOR MUNICIPAL ENGINEERING SERVICES JUNE 1996 PUBLISHED BY: GUIDELINES FOR MUNICIPAL ENGINEERING SERVICES JUNE 1996 PUBLISHED BY: PROFESSIONAL ENGINEERS AND GEOSCIENTISTS NEWFOUNDLAND & LABRADOR (PEGNL) P.O. Box 21207, St. John's, NL A1A 5B2 Telephone: (709) 753-7714

More information

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Bid No. B18/9998 05/09/2018 NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Sealed Bids will be received until 3:00 P.M. (Tucson Time), June 5, 2018, by Pima County Community

More information

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: LOCATION OF WORK: ROOFING OF WASTE WATER TREATMENT PLANT 3240 Highway 1, Belliveau Cove, NS TENDER CLOSING DATE:

More information

Aboriginal Initiatives

Aboriginal Initiatives 5 i4a.ca Specification for: Aboriginal Initiatives 955 Oliver Road, Thunder Bay, Ontario Interior Renovation Tender Number #UC18-008 Monday, September 30, 2018 Project No. 2017-68 20-SEP-2018 Lakehead

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

INVITATION TO BID CITY OF HOPKINSVILLE

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

More information

AGREEMENT FOR ARCHITECTURAL SERVICES

AGREEMENT FOR ARCHITECTURAL SERVICES AGREEMENT FOR ARCHITECTURAL SERVICES This Agreement for ( Agreement ) is dated XX XX, 20XX for reference purposes only and is made by and between SANTA MONICA-MALIBU UNIFIED SCHOOL DISTRICT, a California

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

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

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 16, 2017 PROJECT Facilities Master Plan - Phase 1 Interior Renovations PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO SHAMROCK SCHOOL PLAYGROUND ENHANCEMENTS

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO SHAMROCK SCHOOL PLAYGROUND ENHANCEMENTS THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 242-2018 SHAMROCK SCHOOL PLAYGROUND ENHANCEMENTS Note to Bidders: Please be aware of revisions to B13.4 Bid Opportunity No. 242-2018 Table of Contents

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

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

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information