PROJECT MANUAL. For. BURNABY HOSPITAL 3935 Kincaid Street, Burnaby, BC 2010 Garage Waterproofing Repairs. Project No.: BUH

Size: px
Start display at page:

Download "PROJECT MANUAL. For. BURNABY HOSPITAL 3935 Kincaid Street, Burnaby, BC 2010 Garage Waterproofing Repairs. Project No.: BUH"

Transcription

1 PROJECT MANUAL For BURNABY HOSPITAL 3935 Kincaid Street, Burnaby, BC 2010 Garage Waterproofing Repairs Project No.: BUH Issued by Halsall Associates Limited West 1 st Street North Vancouver, BC V7P 3N4 (604) vR017A/a April 14, 2010

2 Burnaby Hospital 2010 Garage Waterproofing Repairs CONSULTANT DIRECTORY OWNER S REPRESENTATIVES Rick Russell Plant Services 3935 Kincaid Street rd Street 6 th Floor, West Wing Surrey, BC V3R 0Z7 Tel #: (604) Tel #: (604) Fax #:(604) Fax #: (604) FRASER HEALTH AUTHORITY PROCUREMENT COORDINATOR rick.russell@fraserhealth.ca Contact: Elizabeth Zhu Elizabeth.Zhu@fraserhealth.ca SPECIFICATIONS PREPARED BY: RESTORATION CONSULTANTS Halsall Associates Limited West 1 st Street North Vancouver, BC V7P 3N4 Tel #: (604) Fax #.(604) Contact: Maeri Machado mmachado@halsall.com Page 1 of 1

3 Burnaby Hospital 2010 Garage Waterproofing Repairs INDEX SECTION PAGES Introductory Information Title 1 Consultant Directory 1 Index 2 Division 0 Bidding Requirements (Fraser Health Authority) Instructions To Bidders 3 Bid Form 4 List of Subcontractors 1 Itemized Prices 1 List of Cash Allowances 1 List of Separate Prices 1 Bid Amendment Form 1 Division 0 Contracting Requirements Supplementary Conditions 7 Division 1 General Requirements General Requirements Scope of Work Standard Instructions to Contractors (includes Fraser Health Forms) 14 Division 3 Concrete Concrete Removal Reinforcing Steel Concrete Replacement Polymer Modified Mortar 5 Division 7 Thermal and Moisture Protection Elastomeric Vehicular Traffic Coating Concrete Sealers 3 Division 32 Exterior Improvements Painted Traffic Markings 3 Drawings Project Drawings 1: Repair Area Plan Level A 2: Repair Area Plan Level B Project Details PD-1: Waterproofing Junction with Existing Membrane Typical Details TD1-1: Construction Protection System Page 1 of 2

4 Burnaby Hospital 2010 Garage Waterproofing Repairs INDEX SECTION PAGES TD1-12: Portable Fence barrier TD3-1: Top Surface Concrete Repair TD3-1A: Soffit Concrete Repair TD3-1C: Top Surface Concrete Repair Large Repair Area TD3-1F: Through-slab Concrete Repair TD3-2: Welding of Splice Bars TD7-3B: Elastomeric Membrane Crack Repair TD7-3C: Elastomeric Membrane Replacement at Concrete Top Surface Repairs TD15-2A: Elastomeric Waterproofing Around Existing Floor Drain TD15-2B: Floor Drain Installation Page 2 of 2

5 Burnaby Hospital 2010 Garage Waterproofing Repairs INSTRUCTIONS TO BIDDERS Project No. BUH Page 1 INSTRUCTIONS TO BIDDERS 1. DELIVERY OF BID Bids submitted via courier services must be delivered to: Fraser Health Authority Facilities Planning and Real Estate Suite 300, Rd Street, 3rd Floor Reception Desk Surrey B.C. V3R 0Z7 Attention: Elizabeth Zhu Bids will be received until May 5, 2010, at 15:00 hours local time. Bids received after the closing time will not be accepted. Please submit one signed paper copy of your bid 2. BID DOCUMENTS IDENTIFICATION The name and address of the Contractor(s) and the following project information shall appear on the face of the delivery envelope: 3. QUERIES-ADDENDA Burnaby Hospital 2010 Garage Waterproofing Repairs Project Number: BUH Contractor enquiries shall be made by contacting: For Contract Issues Elizabeth Zhu Fraser Health Authority Tel: address: Elizabeth.Zhu@fraserhealth.ca For Technical Issues Maeri Machado Halsall Associates Limited Telephone: (604) address: mmachado@halsall.com Questions in writing will be accepted only from bidders. Subcontractors or suppliers shall obtain interpretations and clarifications from the Contractors to whom they are bidder. Any interpretation of a change in the Bidding Documents prior to the date specified for receipt of tenders will be made only by written addendum issued by the Consultant. The bidder shall immediately notify the Consultant should Bidding Documents be incomplete or upon finding discrepancies or omission. 4. SITE EXAMINATION - MANDATORY a) The site of the proposed Work is located at Burnaby Hospital, 3935 Kincaid Street, Burnaby. b) A guided site visit will take place on April 21, 2010 at 09:00am at the upper level of the parkade. Attendance at this site visit is mandatory for all prime bidders in order to qualify for bidding. c) Before submitting a tender, each Bidder shall visit and carefully examine the site, the access thereto, all existing conditions, utilities and services which may have to be protected, removed, or relocated, and all limitations and difficulties which may be encountered.

6 Burnaby Hospital 2010 Garage Waterproofing Repairs INSTRUCTIONS TO BIDDERS Project No. BUH Page 2 d) The Bidder shall accept sole responsibility for any error or neglect on his part in respect to the foregoing. No after claim will be allowed or entertained for any work or material that may be required for the proper execution and completion of the work, due to its failure to carefully examine the site. 5. BONDING REQUIREMENTS a) A 10% Bid Bond shall be required and accompanied with the Bid Form. Ensured the bid form is issued on a CCDC 220 Bid Bond form or other form approved by the Surety Association of Canada and issued by a Surety acceptable to the Fraser Health Authority. b) If a successful bidder declines to enter a Contract within the period set out in the Bid Form, or a further agreed period of time, the principal and surety will be required to pay to the Fraser Health Authority a sum equivalent to the difference between the principal s bid and the accepted bid or ten percent (10%) of the principal s bid, whichever is the lesser. c) Provide a Performance Bond and a Labour and Material Payment Bond each in the amount of fifty percent (50%) of the contract Price. d) Provide these bonds within fifteen (15) calendar days of contract award. Maintain bonds in good standing until Contract fulfillment. Ensure requirements of GC12.3-Warranty are met and payment obligations arising under the Contract are made while bonds are still in place. e) Ensure the Performance Bond is issued on CCDC-221 Performance Bond form, and Labour and Material Performance Bond is issued on CCDC-222 Labour and Material Performance Bond form or other forms approved by the Surety Association of Canada and issued by a Surety acceptable to the Fraser Health Authority. f) Include bonding costs in the Bid Price g) Ensure the obligee on the bonds is the Fraser Health Authority h) Certified cheques and Guaranteed Letters of Credit will not be accepted 6. REVISIONS/AMENDMENTS TO BID a) The Fraser Health Authority reserves the right to modify the terms of the Contract documents, including the Invitation to Tender, at any time prior to Tender close. b) Revisions to submitted tenders will be accepted until the time of tender closing. c) The contractor is solely responsible for delivery of the Tender in the manner and time prescribed. d) No adjustments of any kind will be allowed after the closing time. e) The contractor may submit an amendment to a prior submitted tender as follows: I. A hard copy letter from the bidding contractor, endorsed by the same party or parties who signed the offer, date stamped and delivered to the closing location. OR, II. A facsimile (Fax Attn: Elizabeth Zhu) copy of a letter from the bidding contractor, endorsed by the same party or parties who signed the offer. (See Bid Amendment Form attached) f) Revisions/amendments to a previously submitted Tender will be directed to the same location as the closing of Tenders. g) Fraser Health and the Consultant accept no responsibility for the failure of an amendment from being received correctly and/or on time except as properly hand delivered, date & time stamped to the address of tender closing.

7 Burnaby Hospital 2010 Garage Waterproofing Repairs INSTRUCTIONS TO BIDDERS Project No. BUH Page 3 7. ACCEPTANCE OF BID a) Information on Sub-contractors and/or Contractors shall be provided. b) All Information as requested on the Bid Form shall be provided on the Tender. c) The Bid Form must be signed. d) The Contractor must attend site visit/examination. e) The Contractor agrees that this Bid is open for acceptance for a period of Thirty (30) days from Bid closing date. 8. BIDDER S RISK a) Bidders shall be aware this tender is subject to confirmation of full project funding by Fraser Health Authority. Fraser Health Authority may cancel this tender or withhold award of the tender. b) The project may be cancelled or re-tendered and its scope may be revised at Fraser Health Authority s sole discretion. c) Please refer to No Claim clause in terms and conditions included in the invitation to tender. d) Fraser Health Authority will notify registered bidders the confirmation of funding if and when available in the tender process. 9. QUALIFICATION Contractors shall be adept at and have a minimum of 5 years previous project experience relating to the work described herein, with specific attention to concrete repair, elastomeric waterproofing membrane installation, and parkade restoration. The reference information provided in the SPECIFIC EXPERIENCES section of the BID FORM will be reviewed in this regard. It shall be noted that prior to award of the Work a meeting may be held to review the Bid and the Contractor s understanding of the Scope of Work, the conditions which will apply and the requirements of the schedule. 10. SUBMISSION DOCUMENTS Bidders are required to provide the following completed documents with their bid:. Bid Form. List of Subcontractors. Itemized Prices. List of Cash Allowances. List of Separate Prices. Bid Amendment Form (if applicable). Conflict of Interest and Statement of Full Disclosure (Invitation to Tender, Page 12). Concerns with Terms and Conditions (Invitation to Tender, Page 11, if applicable)

8 Burnaby Hospital 2010 Garage Waterproofing Repairs LIST OF SUBCONTRACTORS Project No. BUH Page 1 From (Bidder): We, the above named bidder, propose the following Subcontractors for this project. Bid Depository procedures will be followed by contractors bidding on Fraser Heath projects unless specifically directed not to by FHA Facilities Procurement. Fraser Health reserves the right to approve all subcontractors. Trade Name of Subcontractor Mechanical Plumbing Electrical Electrical Generator (Supply) Painting and Clear Sealer Concrete Supply Concrete Formwork Concrete Reinforcing Concrete Placing and Finishing Waterproofing Membrane

9 Burnaby Hospital 2010 Garage Waterproofing Repairs ITEMIZED PRICES Project No. BUH Page 1 ITEMIZED PRICES From (Bidder): We, the above named bidder, provide the breakdown of items of Work included in our bid price (as entered in the Bid Form) as requested below. It is understood that these itemized prices are provided for information purpose only and will not be used to modify the scope of the Work or adjust our bid price. These prices do NOT include the Goods and Services Tax or HST. NO. ITEM DESCRIPTION ESTIMATED QUANTITY PRICE FOR ITEM A Access and Site Protection lump sum $ B Concrete Repairs B1 Slab top surface up to 90m 2 $ B2 Slab underside up to 12m 2 $ B3 Vertical surfaces up to 5m 2 $ B4 Through-slab up to 5m 2 $ B5 Slab edge up to 5m $ C Reinforcing Steel Repairs C1 Install new reinforcing steel up to 75kg $ C2 Splice weld reinforcing steel up to 3 locations $ C3 Install dowels up to 10 dowels $ D Waterproofing and Drainage Repairs D1 Replace Level A area waterproofing lump sum $ D2 Water test Level B up to 2 tests $ D3 Localized Level B Waterproofing Repairs a) at cracks up to 40m $ b) at deteriorated concrete or membrane up to 230m 2 $ D4 Install new floor drains up to 2 drains $ E Miscellaneous Repairs E1 Bollard replacement up to 1 bollard $ E2 Replace traffic markings lump sum $ E3 Remove evidence of leakage lump sum $ E4 Apply sealer at stairs lump sum $ G Bonding lump sum $ FULL TIME SITE WORK FORCE TO BE PROVIDED workers

10 Burnaby Hospital 2010 Garage Waterproofing Repairs Project No. BUH LIST OF CASH ALLOWANCES Page 1 LIST OF CASH ALLOWANCES From (Bidder): We, the above named bidder, have provided the Cash Allowance (s) included in our bid price (as entered in the bid Form) as requested below. These prices do NOT include the Goods and Services Tax or HST. Description of Cash Allowance Amount 1. Allowance for Testing $5, Canadian Funds 2. Allowance for Permits $2, Canadian Funds 3. Contingency allowance for electrical repairs $4, Canadian Funds 4. Contingency allowance for other repairs $5, Canadian Funds

11 Burnaby Hospital 2010 Garage Waterproofing Repairs Project No. BUH LIST OF SEPARATE PRICES Page 1 LIST OF SEPARATE PRICES From (Bidder): We, the above named bidder, undertake all work associated with the following separate prices. This work is NOT included in the Bid Price (as enter in the Bid Form). These prices do NOT include Value Added Separate Price 1: Waterproof Stairwell Landings Add the sum of $ in Canadian Funds (exclude the Goods and Services Tax or HST) Contract Schedule Extension weeks

12 Burnaby Hospital 2010 Garage Waterproofing Repairs BID AMENDMENT FORM Project No.: BUH Page 1 BID AMENDMENT FORM To be used to submit bid amendments by fax up to the closing time stated on page 1 of the invitation to tender. The signed original bid must be received in hardcopy by the closing date & time. Project Name 2010 Garage Waterproofing Repairs Project Number BUH FAX Number Date We amend our bid prices in Canadian Funds which include all prime costs, allowances, freight, duties, and government excise or sales taxes in force at this date, except the Goods and Services Tax or HST, as follows: Identify if you are Adding or Subtracting to the previously submitted price. We are amending time as follows: Identify if you are Adding or Subtracting to the previously submitted time. Company Name Telephone Name & Title (please print) Signature

13 CCDC2/ Supplementary Conditions Fraser Health Projects The following Supplementary Conditions are specific to projects contracted with the Fraser Health Authority (FHA). No other conditions apply to Fraser Health CCDC2/2008 contracts. The Articles of Agreement between Owner and Contractor and the General Conditions of the Stipulated Price Contract CCDC2/2008 together with the following alterations and additions shall apply in their entirety to the Contract and form the entire agreement. PART 1 GENERAL PROVISIONS GC 1.18 Delete this clause in its entirety. PART 2 ADMINISTRATION OF THE CONTRACT GC 2.2 ROLE OF THE CONSULTANT GC Delete reference to GC 5.1 Financial Information Required of the Owner. GC 2.3 REVIEW AND INSPECTION OF THE WORK Add, in the first sentence review, before the word tests In the first sentence replace special with review, and add review, before the 3 rd instance of inspections. Add: Should the Consultant be required to make more than one review of rejected work or should the consultant perform additional reviews due to failure of the Work to comply with the application for status of completion made by the Contractor, the Contractor is required to compensate the Owner for such additional Consultant services including expenses incurred. Adjustments for such compensation should be made as outlined under PART 6 CHANGES IN THE WORK. PART 3 EXECUTION OF THE WORK GC 3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTORS GC Delete this clause in its entirety. Add: As it applies to the applicable health & safety legislation & city bylaws, at the place of Work the Contractor shall assume overall responsibility and be designated the Prime Contractor. GC 3.4 DOCUMENT REVIEW Change the word belief to analysis. Delete everything from after the word analysis to the last sentence beginning with If the Contractor does. Supplementary Conditions for CCDC Page 1 of 14 Fraser Health Authority

14 GC 3.5 CONSTRUCTION SCHEDULE Add: Acceleration of the Work.1 If the Consultant determines that the rate of progress of the Work or any part thereof is insufficient to enable the Work or any part thereof to be performed within the Contract Time specified in the Contract Documents, the Consultant will notify the Contractor in writing to promptly accelerate the performance of the Work and to revise the Contractor's construction scheduling to ensure the Work will be performed in conformity with the Contract Time..2 The Contractor shall promptly advise the consultant in writing of the specific changes to the construction scheduling and the process of construction that the Contractor will implement to accelerate the Work..3 If and to the extent that an acceleration of the Work is determined by the Consultant to be the result of contractor's delay, there shall be no extension of time under the Contract, and the Acceleration Cost (as hereinafter defined) will be borne solely by the Contractor, and will not form part of the Contract Price payable by the Owner..4 'Acceleration Cost' means the cost which is reasonably and necessarily incurred by the Contractor in accelerating the performance of the Work pursuant to a notice from the Consultant under this provision, and which is in addition to the cost that would otherwise have been incurred in connection with the performance of that part of the Work that was accelerated, including, without limiting the foregoing, amounts paid on account of, or paid to a Subcontractor or supplier on account of, actual additional labour costs for shift or overtime work in excess of regular or straight time rates, including payroll additives based on gross wages and bonus time paid for second and third shifts, and including overtime costs of the Contractor's supervisory and clerical staff (in excess of regular or straight time rates) which are required to be paid under the applicable employment terms or legislation..5 No decision by the Consultant regarding the necessity to accelerate the Work shall cause the Contractor to delay or in any way impede the progress of the Work pending the result of any dispute resolution relating to the decision to accelerate. GC 3.6 SUPERVISION GC Add after last sentence: The appointed Contractor representative shall not change without consultation with and written acceptance of the Owner. The acceptance shall not be unreasonably withheld unless due cause is shown for withholding of acceptance. GC 3.7 SUBCONTRACTORS AND SUPPLIERS Add at the end of sentence, as outlined in GC 6.3 CHANGE DIRECTIVE. PART 4 ALLOWANCES GC 4.1 CASH ALLOWANCES Add, after the first sentence, Unless noted otherwise, none of the work included in the drawings and specifications is intended to be paid for by the cash allowances. The cash allowances are for the Owners use, at the Owner s sole discretion. Supplementary Conditions for CCDC Page 2 of 14 Fraser Health Authority

15 4.1.3 Replace all instances of any cash allowances with all cash allowances. Add: Expenditure of Cash Allowances are to directed as per GC 6.2 Change Order or GC 6.3 Change Directive, at the owner's discretion. All work under cash allowance is to be competitively bid unless directed otherwise by the owner. The Contractor shall keep records and submit a monthly update on expenditures towards Cash Allowances including unallocated amounts. PART 5 PAYMENT GC 5.1 FINANCING INFORMATION REQUIRED BY THE OWNER GC 5.1 delete this clause in its entirety. GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT Add, after the first sentence: A second schedule, stating the anticipated monthly progress payments, is to be submitted upon request of the owner. Add: An application for payment shall be deemed received only if submitted complete with required supporting documentation as determined by the Consultant. Add: The Contractor shall with each application for payment subsequent to the first, submit a current CCDC9A Statutory Declaration of Progress Distribution by Contractor, which shall be complete and sworn before a Notary Public or a Commissioner for Oaths for the Province of BC. Add: Certification for Work Safe BC coverage plus Insurance and Bond certificates will be provided with the first application. GC 5.3 PROGRESS PAYMENT Delete entirely and replace with: The Owner shall make payments to the Contractor on account as provided in Article A-5 of the Agreement PAYMENT no later than 10 days after the date of a certificate for payment issued by the Consultant. GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK Add: The Owner reserves the right to take possession of and use any completed or partially completed portion of the Work, in addition to occupancy conditions included in the Contract, providing:.1 the portion of the Work is ready to be used for the purpose intended, to the satisfaction of the Consultant and authorities having jurisdiction, and;.2 the Owner s possession and use does not interfere with the Contractor s Work, and;.3 the Consultant conducts a review prior to possession by the Owner.4 any extra costs are borne by the Owner, subject to the provisions of GC 6.5 Delays. Supplementary Conditions for CCDC Page 3 of 14 Fraser Health Authority

16 Such taking possession or use of a portion of the Work shall not be construed in itself as Substantial Performance of the Work, or any part thereof. Add: An application for Substantial Performance of the Work shall be deemed complete only if submitted with required supporting documentation, including those requirements in GC 5.2.8, as determined by the specifications and the Consultant GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK Add: When applying for release of holdback, the Contractor shall submit a current CCDC9B Statutory Declaration of Progress Payment Distribution by Subcontractor from each of the Subcontractors and a Worker s Compensation Board Letter of Good Standing. Delete Clause entirely. GC 5.6 PROGRESSIVE RELEASE OF HOLDBACK Add: An application for progressive release of holdback will not be considered until all related documentation required for the Consultant s review is received, including those requirements in GC GC 5.7 FINAL PAYMENT Replace clause with the following clause: Subject to the Builders Lien Act, from the date of the issuance by the Consultant of the certificate of completion pursuant to paragraph of GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK, an amount equal to the Contract Price less.1 twice the value of any deficiencies shown on the Deficiencies List as determined by the Consultant;.2 the value of incomplete work; and.3 the amount of all previous certificates of payment shall become payable by the owner, in accordance with the provisions of GC "Progress Payment"; shall become payable by the Owner. Add: When applying for release of holdback, the Contractor shall submit a current CCDC 9A Statutory Declaration of Progress Payment Distribution by Contractor and a current CCDC 9B Statutory Declaration of Progress Payment Distribution by Sub-Contractor from each of the Subcontractors and a Workers Compensation Board Letter of Good Standing. Add: Upon the expiration of twenty-eight (28) Working Days from the date of issuance of the Final Certificate of Payment, pursuant to Part 2 of the General Conditions ADMINISTRATION OF THE CONTRACT, the balance of the Contract Price shall become due and payable by the Owner. Partial payment may not be made for the correction of any deficiencies shown on the Deficiencies List prior to the date of issuance of the Final Certificate of Payment. Supplementary Conditions for CCDC Page 4 of 14 Fraser Health Authority

17 PART 6 CHANGES IN THE WORK GC 6.2 CHANGE ORDER Add: The following shall determine Contractor mark-up on Change Orders by percentage:.1 For work performed by Contractor directly: cost of materials, plus cost of the Contractor's actual and necessary expenditures for wages of labour and field supervision, plus labour burden, plus a maximum of 20% mark-up for overhead and profit combined..2 For work performed by Subcontractors for the Contractor: total cost of Subcontractor s work, to which the Contractor may add 5% mark-up for overhead and 5% for profit..3 On work deleted from the Contract, not covered by unit prices, the credit to the Owner shall be the full cost of the work..4 For a detailed list of what the Contractor may include in the cost of the work before adding markups, refer to GC 6.3 Change Directive, article The mark-up for overhead and profit includes estimating costs and other office expenses. Claims for additional bonding or insurance costs, related to an increase in contract value, must be submitted with supporting documentation to be considered for approval. GC 6.3 CHANGE DIRECTIVE Add to To the end of the sentence or to work that has a real or perceived relationship to the integrity of the work or facility as affected by the work." GC 6.4 CONCEALED OR UNKNOWN CONDITIONS Add: The Contractor shall be familiar with the site and existing conditions affecting the Work prior to the submission of bids. No claims for an increase in Contract Price or Contract Time arising from observable conditions will be accepted by the Consultant. GC 6.5 DELAYS Add: The party making claim shall submit to the Consultant, within 10 Working Days from the notice of the event, a detailed account of the Contract Term extension claim and the grounds upon which the claim is based complete with required supporting documentation as determined by the Consultant. Add: Should the Consultant, in consultation with the Contractor, determine the Contractor is delayed in performance of the Work, or any part thereof, by the Contractor s inaction, or by delay or inaction of anyone employed or engaged by the Contractor directly or indirectly, and the Contract Time is compromised:.1 Then the Contractor shall accelerate the Work as required to meet the Contract Time..2 The Consultant will promptly give notice in Writing of such determination to the Owner and the Contractor..3 The Contractor shall the promptly give the Owner and the Consultant Notice in Writing of specific changes to the construction schedule and construction process the Contractor will implement to accelerate the Work..4 The Contractor shall not be entitled to payment for costs to accelerate the Work to meet the Contract Time. GC 6.6 CLAIMS FOR A CHANGE IN CONTRACT PRICE Add in no case more than 10 Working Days from the event or series of events giving rise to the claim. Supplementary Conditions for CCDC Page 5 of 14 Fraser Health Authority

18 PART 7 DEFAULT NOTICE GC 7.2 CONTRACTOR S RIGHT TO STOP THE WORK OR TERMINATE THE CONTRACT Delete GC Delete reference to GC 5.1 Financing Information Required of the Owner in GC PART 9 PROTECTION OF WORK AND PROPERTY GC 9.1 PROTECTION OF WORK AND PROPERTY Add: In the event of a shut down or interruption, the Contractor is to be responsible for the care, protection and maintenance of the Work, subject to the provisions of GC 6.5 Delays. PART 10 GOVERNING REGULATIONS GC 10.1 TAXES AND DUTIES Add All applications for payment shall indicate the GST registration number of the Contractor The Contractor shall provide the Owner when requested with Invoices and receipts which the Owner requires to obtain tax refunds. GC 10.2 LAWS, NOTICES, PERMITS, AND FEES Add: The Contractor shall provide to the Consultant copies of the inspection reports from the various authorities having jurisdiction within 2 Working Days of their receipt. PART 11 INSURANCE AND CONTRACT SECURITY GC 11.2 CONTRACT SECURITY Add: The Contractor must furnish a performance bond and a labor and material payment bond within fourteen (14) days of the date of this contract. Each of these bonds must be in a sum equal to 50% of the total contract price. The performance bond is issued on CCDC-221 Performance Bond form and Labor and Material Payment Bond is issued on CCDC-222 Labor and Material Payment Bond form or other forms approved by the Surety Association of Canada and issued by a Surety acceptable to the Owner. The Contractor must maintain bonds in good standing until Contract fulfillment. Such bonds are to be held by the Owner in order to guarantee the contractor's performance and payments of labor and material of the Contract. Supplementary Conditions for CCDC Page 6 of 14 Fraser Health Authority

19 HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the CCDC Contracts for Health projects with an Estimated Project Cost* of less than $1,000, Insured by the Contractor) *Estimated Project Cost means the total cost of Project excluding the cost of land (e.g. all materials, labour, consulting fees, etc). MODIFICATIONS TO GENERAL CONDITIONS GC11.1 INSURANCE, replace entirely with the following: The Contractor shall, without limiting its obligations or liabilities herein and at its own expense, provide and maintain the following insurances with insurers licensed in British Columbia and in forms and amounts acceptable to the Owner: (a) Commercial General Liability Insurance in an amount not less than: Two Million Dollars ($2,000,000.00) inclusive per occurrence against bodily injury and property damage for projects less than Two Hundred and Fifty Thousand Dollars ($250,000.00); or Five Million Dollars ($5,000,000.00) inclusive per occurrence against bodily injury and property damage for projects greater than Two Hundred and Fifty Thousand Dollars ($250,000.00) but less than One Million Dollars ($1,000,000.00). The Owner is to be added as an additional insured under this policy. Any deductible applicable to property damage shall not exceed Five Thousand Dollars ($5,000.00) or such other reasonable deductible. Such insurance shall include, but not be limited to:.01 Products or Completed Operations Liability;.02 Owner s and Contractor s Protective Liability;.03 Blanket Written Contractual Liability;.04 Contingent Employer s Liability;.05 Personal Injury Liability;.06 Non-Owned Automobile Liability;.07 Cross Liability;.08 Employees as Additional Insureds;.09 Broad Form Property Damage;.10 Broad Form Completed Operations;.11 Elevator and Hoist Liability;.12 Operation of Attached Machinery; and where such further risk exists:.13 Shoring, Blasting, Excavating, Underpinning, Demolition, Piledriving and Caisson Work, Work Below Ground Surface, Tunneling and Grading, as applicable; and.14 Limited Pollution Liability in an amount not less than Two Million Dollars ($2,000,000.00). (b) Automobile Liability on all owned or leased vehicles in an amount not less than Two Million Dollars ($2,000,000.00). Supplementary Conditions for CCDC Page 7 of 14 Fraser Health Authority

20 (c) Aircraft and/or Watercraft Liability, where applicable, for all owned or non-owned craft operating or used in the performance of the Work by the Contractor, in an amount not less than Two Million Dollars ($2,000,000.00) per occurrence and including aircraft passenger hazard liability where applicable. (d) Property insurance which shall cover, on a replacement cost basis, all property, of every description, to be used in the construction of the Work, against All Risks of physical loss or damage, including earthquake and flood, while such property is being transported to the site, and thereafter throughout erection, installation and testing and such insurance shall be maintained until Substantial Performance of the Work. Such policy of insurance shall extend to protect the interest of the Owner, and shall contain a waiver of subrogation against the Owner. Any deductible shall not exceed Five Thousand Dollars ($5,000.00) or such other reasonable deductible for each and every occurrence except for the peril of flood, which may include a maximum deductible of Ten Thousand Dollars ($10,000.00), and earthquake, which may include a maximum deductible of Ten Percent (10%) based upon completed values at the time of loss All the foregoing insurance shall be primary and not require the sharing of any loss by any insurer of the Owner The Contractor shall provide the Owner with evidence of all required insurance prior to the commencement of the Work or services. Such evidence shall be in the form of the Owner s Certificate of Insurance (copy attached-schedule A). When requested by the Owner, the Contractor shall provide certified copies of required insurance policies All required insurance shall be endorsed to provide the Owner with thirty (30) days advance written notice of cancellation or material change The Contractor hereby waives all rights of recourse against the Owner with regard to damage to the Contractor s property The Contractor shall require and ensure that each Subcontractor maintains liability insurance comparable to that required above Unless specified otherwise, the duration of each insurance policy shall be from the date of commencement of the Work until the date of the final certificate for payment. GC 12.1 INDEMNIFICATION, delete GC and and replace with the following: GC 12.1 INDEMNIFICATION Without restricting the parties obligation to indemnify as described in paragraphs and , and excepting always losses arising out of the independent acts of the party for whom indemnification is sought, the Owner and the Contractor shall each indemnify and hold harmless the other from and against all claims, demands, losses, costs, damages, actions, suits, or proceedings whether in respect to losses suffered by them or in respect to claims by third parties that arise out of, or are attributable in any respect to their involvement as parties to this contract, provided such claims are:.1 caused by: (1) the acts or omissions of the party from whom indemnification is sought or anyone for whose acts or omissions that party is liable, or (2) a failure of the party to the Contract from whom indemnification is sought to fulfill its terms or conditions; and.2 made by Notice in Writing within such periods as prescribed by the Limitation Act of the Province of British Columbia. Supplementary Conditions for CCDC Page 8 of 14 Fraser Health Authority

21 The obligation of either party to indemnify as set forth in paragraph shall be limited as follows:.1 In respect to losses suffered by the Owner and the Contractor for which insurance is to be provided by the owner pursuant to GC 11.1 INSURANCE, the limit of the GENERAL LIABILITY COVERAGE GC (a) or the limit of the PROPERTY COVERAGE GC (b) whichever is pertinent to the loss..2 In respect to losses suffered by the Owner and the Contractor for which insurance is not required to be provided by either party in accordance with GC 11.1 INSURANCE, the greater of the Contract Price as recorded in Article A- 4 CONTRACT PRICE or $2,000,000.00, but in no event shall the sum be greater than $20,000, In respect to claims by third parties for direct loss resulting from bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, the obligation to indemnify is without limit. In respect to all other claims for indemnity as a result of claims advanced by third parties, the limits of indemnity set forth in paragraphs and shall apply. Supplementary Conditions for CCDC Page 9 of 14 Fraser Health Authority

22 HEALTH OWNER INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the CCDC Contracts for Health projects insured by the Owner with an Estimated Project Cost* of $1,000, or greater) *Estimated Project Cost means the total cost of Project excluding the cost of land (e.g. all materials, labour, consulting fees, etc). MODIFICATIONS TO GENERAL CONDITIONS GC11.1 INSURANCE, replace entirely with the following: Without restricting the generality of GC12.1 INDEMNIFICATION, insurance and coverage will be arranged and paid for as under-noted: (a) Commercial General Liability insurance 1) The Owner shall provide, maintain and pay for Commercial General Liability Insurance with a limit of Ten Million Dollars ($10,000,000.00), inclusive per occurrence, Twenty Million Dollars ($20,000,000.00) general aggregate for bodily injury, death, and damage to property including loss of use thereof, product/completed operations liability with a limit of Ten Million Dollars ($10,000,000.00) annual aggregate. 2) The insurance shall cover the Owner, Contractors & Subcontractors, Architects, Engineers, Consultants and anyone employed by them to perform a part or parts of the Work but excluding suppliers whose only function is to supply and/or transport products to the project site. The insurance does not extend to any activities, works, jobs or undertakings of the insureds other than those directly related to the Work of this Contract. 3) The insurance shall preclude subrogation claims by the insurer against anyone insured hereunder. 4) The insurance shall include coverage for:.01 Premises and Operations Liability;.02 Products or Completed Operations Liability;.03 Blanket Contractual Liability;.04 Cross Liability;.05 Elevator and Hoist Liability;.06 Contingent Employer s Liability;.07 Personal Injury Liability;.08 Shoring, Blasting, Excavating, Underpinning, Demolition, Piledriving and Caisson Work, Work Below Ground Surface, Tunneling and Grading, as applicable;.09 Liability with respect to Non-Owned Licensed Vehicles ($5,000,000.00);.10 Broad Form Property Damage;.11 Broad Form Completed Operations;.12 Limited Pollution Liability ($2,000,000.00);.13 Employees as Additional Insureds;.14 Broad Form Tenants Legal Liability ($1,000,000.00); and.15 Operation of Attached Machinery. 5) Any applicable deductibles shall not exceed Ten Thousand Dollars ($10,000.00) except with respect to loss or damage arising from hot roofing operations where the deductible shall not exceed Fifty Thousand Dollars ($50,000.00). 6) This insurance shall be maintained continuously from commencement of the Work until the date of final certificate for payment is issued or when the insured project is completed and accepted by Supplementary Conditions for CCDC Page 10 of 14 Fraser Health Authority

23 or on behalf of the Owner, whichever occurs first, plus with respect to completed operations cover a further period of twenty-four (24) months. (b) Property Coverage 1) The Owner shall provide, maintain and pay for Course of Construction coverage, against All Risks of physical loss or damage, and will cover all materials, property, structures and equipment purchased for, entering into, or forming part of the Work whilst located anywhere within Canada and continental United States of America (excluding Alaska) during construction, erection, installation and testing, but such coverage shall not include coverage for Contractor s equipment of any description. Such coverage shall be maintained until Substantial Performance of the Work. There will be a deductible of Ten Thousand Dollars ($10,000.00) for each and every occurrence on projects valued at less than Ten Million Dollars ($10,000,000.00) and a deductible of Twenty Five Thousand Dollars ($25,000.00) on projects valued at more than Ten Million Dollars ($10,000,000.00) except for the perils of flood which shall have a deductible of One Hundred Thousand Dollars ($100,000.00), testing and commissioning and water damage to interior of buildings which shall have a deductible of Fifty Thousand Dollars ($50,000.00) and earthquake which shall have a five percent (5%) (subject to minimum Two Hundred Fifty Thousand Dollars ($250,000.00)) deductible based upon the total project value insured. A one day waiting period for each month of the project subject to a minimum waiting period of 30 days shall apply with respect to soft costs. 2) The coverage shall include as a protected entity, each Contractor, Subcontractor, Architect or Engineer who is engaged in the Project. 3) The coverage will contain a waiver of the Owner's rights of subrogation against all protected entities except where a loss is deemed to have been caused by or resulting from any error in design or any other professional error or omission. 4) The Contractor shall, at his own expense, take special precaution to prevent fires occurring in or about the Work and shall observe, and comply with, all insurance policy warranties and all laws and regulations in force respecting fires. (c) Automobile Liability Insurance The Contractor shall provide, maintain and pay for, and require all Subcontractors to provide, maintain and pay for Automobile Liability Insurance in respect of all owned or leased vehicles, subject to limits of not less than Two Million Dollars ($2,000,000.00) inclusive per occurrence. The insurance shall be placed with such company or companies and in such form and deductibles as may be acceptable to Owner. (d) Aircraft and/or Watercraft Liability Insurance The Contractor shall provide, maintain and pay for liability insurance with respect to owned or non-owned aircraft and watercraft if used directly or indirectly in the performance of the Work, subject to limits of not less than Two Million Dollars ($2,000,000.00) inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof and including Aircraft Passenger Hazard where applicable. The insurance shall be placed with such company or companies and in such form and deductibles as may be acceptable to Owner Unless specified otherwise, the duration of each coverage and insurance policy shall be from the date of commencement of the Work until the date of final certificate for payment The Owner shall, upon request, provide the Contractor with proof of insurance for those coverages and insurances required to be provided by the Owner prior to commencement of the Work. Supplementary Conditions for CCDC Page 11 of 14 Fraser Health Authority

24 The Contractor and/or his Subcontractors, as may be applicable, shall be responsible for any deductible amounts under the policies of coverage and insurance except for perils of flood and earthquake The Contractor shall provide, maintain and pay for any additional insurance which he is required to provide by law or which he considers necessary to cover risks not otherwise covered by coverage/insurance specified in this section The Contractor shall provide the Owner with proof of insurance for those insurances required to be provided by the Contractor prior to the commencement of the Work in the form of a completed Certificate of Insurance (copy attached Schedule C) The Owner shall not be responsible for injury to the Contractor s employees or for loss or damage to the Contractor s or to the Contractor s employees machinery, equipment, tools or supplies which may be temporarily used or stored in, on or about the premises during construction and which may, from time to time, or at the termination of the contract, be removed from the premises. The Contractor hereby waives all rights of recourse against the Owner or any other contractor with regard to damage to the Contractor s property. GC 12.1 INDEMNIFICATION, delete GC and and replace with the following: GC 12.1 INDEMNIFICATION Without restricting the parties obligation to indemnify as described in paragraphs and , and excepting always losses arising out of the independent acts of the party for whom indemnification is sought, the Owner and the Contractor shall each indemnify and hold harmless the other from and against all claims, demands, losses, costs, damages, actions, suits, or proceedings whether in respect to losses suffered by them or in respect to claims by third parties that arise out of, or are attributable in any respect to their involvement as parties to this contract, provided such claims are:.1 caused by: (1) the acts or omissions of the party from whom indemnification is sought or anyone for whose acts or omissions that party is liable, or (2) a failure of the party to the Contract from whom indemnification is sought to fulfill its terms or conditions; and.2 made by Notice in Writing within such periods as prescribed by the Limitation Act of the Province of British Columbia The obligation of either party to indemnity as set forth in paragraph shall be limited as follows:.1 In respect to losses suffered by the Owner and the Contractor for which insurance is to be provided by the owner pursuant to GC 11.1 INSURANCE, the limit of the GENERAL LIABILITY COVERAGE - GC11.1(a) or the limit of the PROPERTY COVERAGE GC11.1(b) whichever is pertinent to the loss..2 In respect to losses suffered by the Owner and the Contractor for which insurance is not required to be provided by either party in accordance with GC 11.1 INSURANCE, the greater of the Contract Price as recorded in Article A-4 CONTRACT PRICE or $2,000,000, but in no event shall the sum be greater than $20,000, In respect to claims by third parties for direct loss resulting from bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, the obligation to indemnify is without limit. In respect to all other claims for indemnity as a result of claims advanced by third parties, the limits of indemnity set forth in paragraphs and shall apply. Supplementary Conditions for CCDC Page 12 of 14 Fraser Health Authority

25 British Columbia Government Course of Construction Insurance Program ENDORSEMENT NO. 4 SOFT COST ENDORSEMENT ATTACHED TO AND FORMING PART OF THIS POLICY In consideration of the premium paid and subject to a sub-limit of Insurance as specified in the individual certificate, if any, It is hereby agreed that this Insurance is extended to apply to Soft Costs as specified below. This extension applies to only ADDITIONAL costs and expenses actually sustained by the Insured Project Owner as a consequence of direct physical loss or damage which is otherwise insured under this Policy, SOFT COST insured hereunder are limited to, and defined as follows: 1. Financial Costs limited to Commitment Fees, Standby Fees, Letter of Credit, Land Rent and Construction Loan Fees. Construction Loan Fees are defined as the additional costs incurred to rearrange loans necessary for completion of construction. 2. Additional Interest Expenses are monies charged by lenders for the extension or renewal of loans necessary for completion of the Insured Project, including financing of repairs or reconstruction following an insured loss, 3. Additional Legal and Accounting Expenses are costs to arrange refinancing, accounting work necessary to restructure financing and legal work necessary to prepare new documents, 4. Additional Leasing and Marketing Expenses are defined as the costs incurred by the Insured for the releasing and re-marketing of the project due to the delay in the opening date, 5. Miscellaneous Carrying Costs are property taxes, building permits and insurance premiums. INDEMNITY PERIOD: Soft Costs insured hereunder shall not be limited by the date of expiration of this Policy, but recovery is limited to costs incurred within the first 12 months following the date of physical loss or damage for which insurance is provided by the Policy. DEFINITION: INSURED PROJECT OWNER within the context of this endorsement means solely the persons or entities who are both the owner of the Insured Project and are listed as Named Insured on the Declarations Page of the Policy of which this endorsement forms a part. Breakdown per item on individual project to apply as sub-limits. EXCEPT AS OTHERWISE STATED ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED BC-GOW-COC... WOR(MOH) 1300NI-ar-Q6 END OF STANDARD FHA SUPPLEMENTARY CONDITIONS FOR CCDC Supplementary Conditions for CCDC Page 13 of 14 Fraser Health Authority

26 Supplementary Conditions for CCDC Page 14 of 14 Fraser Health Authority

27 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION General 1.1 Accept instructions only from the Consultant and/or sources designated by the Consultant. 1.2 The building shall remain in use in areas not immediately affected by the work. Ensure that normal building operations and maintenance may be carried out without disruption, except as otherwise noted herein or stated in the Bid. 1.3 Work shall be allowed only from 7a.m. to 7p.m., Monday to Friday. The work shall be performed according to the start date and duration given in the Bid Document. 2. Protection of Work, Property and Persons 2.1 Supply, install and maintain a construction barrier around work area as follows: Exterior: 8ft high portable fencing similar to TD1-12. Interior (beneath through slab repair): Full height plywood or waferboard boarding, with poly sheathing, as per TD Maintain all emergency and service access routes clear at all times. Provide barricades and signs necessary to direct vehicular and pedestrian traffic around construction areas at all times. 2.3 Before commencing work, identify all paths for dust, fumes or odours generated by the work to penetrate interior spaces. These shall include make-up air intakes, ventilation/exhaust openings for service rooms such as generator or hydro vault rooms, doors, windows, and pipe or cable penetrations. Take measures such as enclosing, sealing and/or providing sustained negative pressure to prevent dust, fume or odour ingress. If required, coordinate temporary shut-down of mechanical equipment by Owner. 2.4 Be responsible for damage caused or clean-up required by dispersion of dust generated by the work. 2.5 Before commencing work, inspect all building components, including drains, lights, windows, etc. within the area of the work. Submit a written list if there is existing damage, or items not functioning. 2.6 Receive, be responsible for, and promptly arrange all details of compensation for all damage existing after the work which was not recorded prior to the work. Unless dealt with promptly by the Contractor, the Contractor will be responsible for costs for time of Owner's or Consultant's personnel and other costs incurred for claims not handled by the Contractor. This includes costs for correction of deficiencies paid for by the Owner.

28 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION The Contractor shall assume all responsibility for any damages incurred resulting from the use of the building s drainage system to dispose of construction water irrespective of the drain system condition. 3. Submittals 3.1 Prior to the agreed date of commencement of the work, submit a construction schedule in a form acceptable to the Consultant. Specify the activities of most importance to timing and their completion dates. Indicate allowances for inclement weather. Allow for an increase of 30% in unit price item estimated quantities to establish the critical path. Provide details of size of workforce for each activity. 3.2 At least two weeks prior to delivery to site, submit:.1 Technical literature and Material Safety Data Sheets (MSDS) on each material to be used on the project;.2 Proposed colours or finishes for all exposed materials; and.3 Product samples and all other information as called for in other specification sections. 3.3 Submit all shop drawings as required by these specifications. Costs for additional time required by the Consultant to repeat shop drawing review as a result of the Contractor failing to correct non-compliance previously identified by the Consultant shall be deducted from the Contract amount. 3.4 Engineers preparing any design and submitting shop drawings required by these specifications are required to have Professional Liability Insurance in the amount of $1 Million Dollars. The Contractor shall submit proof of their Engineer's insurance with the project start-up documents. 3.5 Engineers submitting stamped drawings required by these specifications shall submit the following to the Consultant:.1 British Columbia Building Code (BCBC) Schedule B-1(Assurance of Design and Commitment for Field Review);.2 BCBC Schedule B-2 (Summary of Design and Field Review Requirements); and.3 BCBC Schedule C-b (Assurance of Professional Field Review and Compliance). 4. Progress of Work and Schedule 4.1 Monitor compliance with the contract schedule on an ongoing basis. Submit updated schedules monthly indicating progress to date and compliance. 4.2 At no time shall the size of the work crew be decreased from the size indicated on the project schedule.

29 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION If repair quantities increase by more than 30%, or should unusual weather or other unforseen conditions affect the project schedule, submit a revised schedule to reflect approved changes to the project schedule. 4.4 If the Owner or Consultant, at any time, considers the number of workers, equipment or materials to be insufficient to maintain the Contract schedule, the Owner, through the Consultant, may, in writing, order the Contractor to work weekends/and or additional hours or provide additional workers, equipment, or materials as the Owner and Consultant may think necessary and in such longer period as may be fixed by any such order at no additional cost to the Owner in order that the Work be performed according to the terms of the Contract. Should the Contractor fail to comply with the order, the Contractor shall be considered to be in default of the Contract. 4.5 Should the Contractor fail to meet the project schedule as a result of conditions under their control, the Owner reserves the right to deduct costs for additional time required by the Consultant from amounts owed to the Contractor. 4.6 Where temperature sensitive work must take place and environmental conditions are not likely to be within the specified limits, and where it is not feasible to provide heat (as agreed to by the Contractor and Consultant), and where the Manufacturer has provided the Contractor with approval to proceed with the work, proceed only with written authorization from the Consultant. At least five days before the work is to take place, submit Manufacturer s written instructions to the Consultant. The Manufacturer s written instructions must include the revised environmental condition limits, details of required modifications to products or application procedures, and risks associated with proceeding under the revised conditions. The Consultant is not obliged to authorize the change. 5. Project Supervision and Coordination 5.1 Ensure that a qualified foreman, capable of communicating effectively in the English language, familiar with the requirements of these specifications, is on site at all times, including during subcontractors activities. 5.2 Be aware that the breakdown of the specification into sections does not represent any actual division of the work. Be responsible for coordination between items of work which would be covered under separate specification sections. Coordinate and be responsible for the work of the various sub-trades. 5.3 Take reasonable measures to control noise, dust, smoke, and odours during construction. Control execution of all work to minimize interference of occupants' use of the building. Be responsible for workers' activities while on the site. 5.4 Conform to all By-Laws and all Legislated requirements including those related to labour, noise and the environment.

30 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION Maintain at the job site one copy, including all amendments, of each of the following:.1 Contract drawings and specifications.2 Site Visit Reports issued by Consultant.3 Additional Drawings issued by Consultant.4 Contemplated Change Orders and Change Orders.5 Material Test Reports.6 Accurate daily records of all work performed, weather and labour force.7 Manufacturer's specifications for all products to be used.8 Proof of WHMIS training for all site personnel.9 Product data sheets to meet the WHMIS requirements.10 Occupational Health and Safety Regulation and Site Specific Safety Plan.11 Shoring Design 5.6 Notify all staff and sub-contractors that the Contractor is entirely responsible for site safety. No actions or lack of action by the Owner or Consultant shall be deemed to be an instruction related to safety of the workplace. 5.7 Drawings are, in part, diagrammatic and are intended to convey the scope of work and indicate general and approximate locations and arrangement of work. Obtain more accurate information about locations, arrangements and sizes from actual conditions on site. 5.8 When site conditions require reasonable changes to the drawings, obtain the Consultant's approval prior to making such changes. 6. Applicable Laws, Regulations and Standards 6.1 Perform all work in accordance with current Code requirements and local and municipal by-laws. 6.2 All Standards referred to shall be the current editions as amended at the date of issue of Contract Documents. 6.3 The Contractor is responsible for obtaining and paying for all building permits, street permits, power line protection, damage deposits, etc., as required. 6.4 The Contractor is responsible for notifying the proper municipal inspector in advance (as specified by the inspector) to complete review of any project component the local municipal authority requires. Ensuring that correct municipal reviews are completed shall be solely the Contractor's responsibility. Additional work to expose or re-do uninspected work shall be completed by the Contractor at their expense.

31 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION Substitutions 7.1 Submit in writing, using the Request for Substitution form approved by the Consultant, any requests for substitutions to materials and/or installations specified and/or stated in the bid documents, at least ten working days prior to the intended application. 7.2 Submit information regarding the proposed substitution, including the reason for the change, the benefit to the Owner, manufacturer data sheets, independent test reports, performance differences compared with the specifications, and the amount of credit offered. 7.3 Should the number of Requests for Substitutions be unreasonable, the Consultant may refuse to consider further requests unless the Contractor agrees to pay for the Consultant s evaluation. The agreed fee will be deducted by the Owner from the amounts owed to the Contractor and paid to the Consultant. 8. Project Meetings 8.1 At least one week prior to start of work, attend a meeting between the Consultant, the Owner and /or Owner s representative and the Contractor's Project Manager and Site Superintendent to discuss the work. 8.2 Attend regular site meetings with the Consultant, the Owner and /or Owner s representative at a mutually agreeable time for the discussion of progress of the work and to resolve any difficulties. 9. Quality Assurance 9.1 Make all measurements required to perform the work. Determine site dimensions and levels so that all new work is installed to correct sizes. 9.2 Maintain all work completed or in progress in its condition as accepted. 9.3 All work shall meet or exceed the more stringent of the manufacturer's requirements or the requirements of this Specification. 10. Construction Review 10.1 The Contractor shall notify the Consultant and inspection and testing agents not less than 48 hours prior to each part of work being ready for review or testing. Work which requires review or testing shall not be performed on weekends or holidays unless previously agreed to The Contractor shall be responsible for payment of costs if the work is not ready when stated and if the Consultant and inspection and testing agency are not given sufficient notice of such delay.

32 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION The Owner reserves the right to deduct from the Contractor amounts for extra inspection and testing by the Consultant as required for certification of payment of work done to repair a deficiency. 11. Temporary Facilities 11.1 Provide a means of direct communication with the site to permit continuous contact on a daily basis Provide temporary sanitary facilities and maintain in a sanitary condition. Site facilities shall not be used by the Contractor's forces Temporary electrical power for hand held equipment will be provided free of charge by the Owner. Arrange and pay for any usage and connection costs required for all other equipment. Do not connect to the building's power supply without written permission of building management The existing water supply from existing hose bibs at the site may be used free of charge. Any water required in excess of this supply shall be metered and paid for by the Contractor. Be responsible for connecting to the existing services. Do not use fire system without written permission of building management. Advise Building Operations/Property Management of any procedures that may cause fire alarms to activate With the exception of safety/instruction signs and notices, no signs or advertising shall be permitted on the site or equipment except as authorized by the Owner. Safety/instruction signs and notices shall be posted in accordance with current Code requirements and local and municipal by-laws. Maintain approved signs and notices in good condition for duration of work. 12. Materials and Equipment 12.1 Deliver all materials to the site in their original unopened containers, with labels intact. Where applicable, check material expiry dates. Immediately dispose of all materials older than their expiration date away from the site Store all materials and equipment in accordance with manufacturer s written requirements, and in a dry, secure and protected manner which will not overload the structure and shall prevent vandalism or unauthorized use. Storage locations shall be approved in advance by the Owner Be responsible for the security of all materials and equipment. Make no claims for theft or damage to the Owner Non-specified materials shall not be brought to site. Remove any non-specified materials from site within 24 hours upon request by the Consultant.

33 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION Waste Management 13.1 Unless otherwise specified, salvaged material resulting from the Construction shall become the property of the Contractor who must dispose of it away from the site in a timely manner. Storage locations shall be approved in advance by the Owner Separate recyclable and toxic waste materials from the waste stream. Deliver to a local waste management facility. 14. Deficiencies 14.1 For any deficiencies in the work, the Contractor shall submit a written proposal for the repair of the deficiency. If engineering design is required, a qualified Professional Engineer shall be engaged by the Contractor. All testing required shall be paid for by the Contractor. 15. Project Closeout 15.1 Flush clear all drains affected by the work Clean site of all materials and debris created by the Construction. Power wash all ceilings, walls and floors adjacent to the work of dust and materials generated during the work. Remove all caulking, paints, cementitious material or the like from windows. Damaged or scratched windows must be replaced at the Contractor s cost Submit written acceptance that utility companies have inspected services to their satisfaction Provide the Consultant with copies of as-built drawings illustrating all repair locations Attend a final walk-through with the Owner and Consultant. The Consultant will record identified incomplete and deficient work on a punchlist Make good all known deficiencies in the work Notify Consultant of readiness for final inspection only after completion of these items The Consultant will review completion of punchlist items during one review. Additional reviews required to check un-rectified deficiencies or work that remains incomplete will be charged back to the Contractor. These charges will be deducted by the Owner from the Contractor s progress payments and paid from those funds to the Consultant.

34 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION Emergencies 16.1 In an emergency affecting or threatening the safety of life, the work or adjoining property, the Owner and Consultant have authority to stop the progress of the work Provide the Owner and Consultant with the name and telephone number of a person that is available and may be contacted during off hours, weekends and holidays in case of emergency. 17. Cash Allowances 17.1 Expend cash allowances only on written instructions from the Consultant. Use only Testing Agencies approved by Consultant Include in each expenditure from cash allowances applicable taxes as specified in the General Conditions of the Contract Payment shall be made only for actual charges and only at the rate for work performed during normal business hours. No overhead or profit for the Contractor will be included in these amounts. Charges for stand by time or non-productive visits caused by the Contractor or the Contractors forces will be the Contractors responsibility Cash allowances for permits shall be used only for the cost of the permit. All other costs associated with obtaining any permit shall be included elsewhere. End of Section

35 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC SCOPE - SECTION Objective Work under this Contract is to repair concrete and waterproofing at the east Burnaby Hospital parkade (3935 Kincaid Street, Burnaby), within defined areas on Levels A and B, including the salt shed on Level A and all parkade stairwells. The purpose of this work is to address current leakage and deterioration and defer major repairs. The work shall take place between July 1, 2010 and September 1, General Description There are four suspended parking slabs, Levels A through D from top to bottom. The parkade is constructed of conventionally reinforced concrete with a thin liquid applied membrane (believed to be manufactured by Qualideck) on Levels A and B. Repairs have already been completed to a portion of Level A. Refer to Drawing Nos. 1 and 2 for Level A and Level B work areas. 3. Scope of Work - Base Bid The work includes, but is not limited to, the following: 3.1 Access and Site Protection (Section ).1 Construction Barrier: Supply, install and maintain construction barriers around work areas at all times. Exterior construction barriers shall consist of portable wire fencing as per TD1-12. Provide full height poly tarps on secure framing as per TD1-1 beneath all through slab concrete repairs..2 Embedded Electrical Conduit: During concrete removals, take care not to damage embedded conduit. The Contractor will not be held responsible for damage to embedded conduit where locations are unknown. Be responsible for contacting the Owner s electrical contractor when conduit has been exposed in the slab. Refer to Section for additional protection requirements..3 Phasing: The work must be performed in phases. A maximum of 35 parking stalls may be occupied by the work at any one time. Notify the Consultant a minimum of 7 days prior to moving phases to allow sufficient time for the Owner to manage parking allocations..4 Traffic Flow: Access for garbage removal, emergency routes, and parking in areas not affected by the work must be maintained at all times. Supply, install and maintain traffic lights, signage, mirrors, and flags-people as necessary to ensure smooth traffic flow through the garage.

36 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC SCOPE - SECTION Concrete Repairs (Sections ,.50 and.60).1 Remove Existing Traffic Deck Waterproofing: Remove the existing waterproofing membrane within the Level A work area prior to mark-outs in Item Level B repairs will consist of local membrane removal only at locations of deteriorated membrane or delaminated concrete, as per Item Mark-out Concrete Repairs: Identify and mark all delaminated concrete within the work areas, including suspended slab topside and underside, slab edges, and stairwells (including walls, nosings, topside and underside). Do not proceed with concrete removals until review by the Consultant..3 Concrete Repair: Where designated by the Consultant, remove and repair delaminated concrete as per TD3-1, TD3-1A, TD3-1C and TD3-1F. 3.3 Reinforcing Steel Repairs (Section ).1 Install new Reinforcing Steel: As directed by the Consultant, supply and install new epoxy coated reinforcing steel..2 Splice Weld Reinforcing Steel: Where required and as agreed to by the Consultant, splice weld new steel onto the existing as per TD Install Dowels: As directed by the Consultant, supply and install new black steel dowels. Use Hilti HIT-RE500 adhesive with minimum 200mm embedment into parent concrete. Exposed portion of dowel (not in parent concrete) to be epoxy coated on site. 3.4 Waterproofing and Drainage Repairs (Section ).1 Waterproofing Mockup: Prepare a 1m x 1m mockup of the new traffic deck waterproofing wear course on both Levels A and B, prior to completing repairs. The colour of shall match the existing membrane on each level..2 Traffic Deck Waterproofing Replacement (Level A): Supply and install a new elastomeric traffic deck waterproofing system, where removed at the Level A work area. Include all surface preparation, placement of new bonded system, detailing at cracks, columns, walls, joints, drains, pipe penetrations and tie-in to the adjacent system, as per PD-1 and TD15-2A. Include additional wear course at severe turning area indicated on Drawing No. 1, and in the Level A salt shed.

37 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC SCOPE - SECTION Water Test and Mark-Out Waterproofing Repairs (Level B): Water test Level B. Mark-out all ponding, leaking cracks, joints, drains and other locations of leakage on the slab topside for review by the Consultant. Also mark-out debonded, cracked, worn or otherwise deteriorated areas of existing waterproofing..4 Local Traffic Deck Waterproofing Repairs (Level B): Where designated by the Consultant, locally repair leaking and deteriorated Level B waterproofing locations as per TD7-3B and TD7-3C..5 Crack Repairs: At large cracks which have been previously routed and filled with mortar, remove any debonded or cracked mortar. Shotblast crack and fill with Cryl-A-Tex polymer by Dur-A-Flex Inc. in accordance with the manufacturer s recommendations. Once cured, grind down to ensure level with adjacent slab and rout out crack above crack location in slab. Fill routed area with sealant compatible with the membrane system and install waterproofing over as per TD7-3B..6 Install New Drains: Where designated by the Consultant, install new drains on Levels A and B, including waterproofing around drain as per TD15-2B and new drainage piping connected to the existing system..7 Water Test: Upon completion of repairs and the installation of new drains, water test repair areas to confirm the completeness and effectiveness of the waterproofing. Make good all deficiencies. 3.5 Miscellaneous Repairs.1 Bollard Replacement: Where designated by the Consultant, replace existing deteriorated steel bollards with Impact Recovery System s Tuff Post to match similar parkade bollard installations, complete with stainless steel hardware..2 Replace Traffic Markings: Reinstate traffic markings and parking stall lines..3 Remove Evidence of Leakage: Remove evidence of leakage from soffits and walls on all levels by lightly sandblasting..4 Apply Sealer to Stairs: Seal all suspended stairs with a penetrating sealer in accordance with Section

38 BURNABY HOSPITAL PAGE KINCAID ST., BURNABY, BC SCOPE - SECTION Other Minor Repairs: Complete minor repairs to address unanticipated conditions as found to be necessary and as directed by the Consultant in writing. Payment for this work shall be from a Contingency Allowance on the basis of time and materials or quoted fixed price, as agreed to prior to work proceeding. 3.6 Separate Prices.1 Stairwell Landing Waterproofing: In lieu of sealer installation, supply and install elastomeric waterproofing to the Level A landing of both stairwells. End of Section 01000

39 BURNABY HOSPITAL 3935 KINCAID ST., BURNABY, BC GENERAL REQUIREMENTS - SECTION STANDARD INSTRUCTIONS TO CONTRACTORS Contractors are required to adhere to the following instructions with regard to employee conduct and work standards while on Fraser Health (FH) - Burnaby Hospital (BH) property. The following is a list of FHA - BH Plant Services contact persons and numbers: Regional Director Mitch Weimer Manager, Plant Services Rick Russell GENERAL RULES AND REGULATIONS All work carried out in BH - Plant Services must be in compliance with the WCB Occupational Health & Safety Regulation, BH - Plant Services requirements and all other governing codes, regulations etc. Dependent upon the nature of the work, relevant to BH - Plant Services requirements will be provided prior to the commencement of work. It is the responsibility of BH - Plant Services to ensure safety requirements and expectations are communicated to contractors and that contractor s understand their work requirements and responsibilities. BH - Plant Services will monitor work activities to ensure compliance. Contractors have primary responsibility to ensure work is carried out in a safe manner and in compliance with WCB regulations. They are responsible for the conduct and work practices of their workers and any sub-contractors they may bring onsite and to coordinate the work activities of workers and contractors. Issues of non-compliance will be dealt with directly with the principle contractor or service provider as they are noted. There will also be consequences for continued non-compliance, including the following: a. Verbal report of the non-compliant issue with an expectation of immediate compliance. b. Written report of the non-compliant issue with an expectation of immediate compliance. c. Temporary work stoppage until compliance is achieved. d. Termination of contract. Serious safety infractions may result in the immediate termination of contracts! Page 1 of 14

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

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

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

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

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

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

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

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

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

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

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

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

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

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

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 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

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

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

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

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

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

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

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

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

November 26, 2009 File: TP#3A TO ALL POTENTIAL BIDDERS. Bid Package No. 3A Glazing, Curtain Wall and Windows LEDCOR CONSTRUCTION LIMITED Suite 370, 4243 Glanford Avenue Victoria, British Columbia Canada V8Z 4B9 Telephone: 250-477-1831 Facsimile: 250-477-1846 November 26, 2009 File: 1213025 09.3.3 TP#3A TO ALL

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

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

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

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

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

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

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

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

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More 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

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

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

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

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

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

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE These terms and conditions of service constitute a legally binding contract between the "Company" and the "Customer". In the event MR Global Logistics

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

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

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

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

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More 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

BUILDING PERMIT SUBMISSION CHECKLIST NEW MULTIPLE-FAMILY RESIDENCE NEW COMMERCIAL BUILDING

BUILDING PERMIT SUBMISSION CHECKLIST NEW MULTIPLE-FAMILY RESIDENCE NEW COMMERCIAL BUILDING BUILDING PERMIT SUBMISSION CHECKLIST NEW MULTIPLE-FAMILY RESIDENCE NEW COMMERCIAL BUILDING PROJECT SITE ADDRESS CHECKLIST PREPARED BY: ZONING DISTRICT PREPARER S PHONE NO.: ALL ITEMS BELOW MUST BE CHECKED

More information

BUILDING PERMIT SUBMISSION CHECKLIST NEW SINGLE-FAMILY RESIDENCE NEW TWO-FAMILY RESIDENCE NEW MULTIPLE SINGLE FAMILY (TOWNHOUSE)

BUILDING PERMIT SUBMISSION CHECKLIST NEW SINGLE-FAMILY RESIDENCE NEW TWO-FAMILY RESIDENCE NEW MULTIPLE SINGLE FAMILY (TOWNHOUSE) BUILDING PERMIT SUBMISSION CHECKLIST NEW SINGLE-FAMILY RESIDENCE NEW TWO-FAMILY RESIDENCE NEW MULTIPLE SINGLE FAMILY (TOWNHOUSE) PROJECT SITE ADDRESS CHECKLIST PREPARED BY: ZONING DISTRICT PREPARER S PHONE

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

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

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

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

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

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

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

BARBADOS WATER AUTHORITY

BARBADOS WATER AUTHORITY BARBADOS WATER AUTHORITY TENDER FOR BILL PRINTING SERVICES November 2016 1. GENERAL On October 17, 2013, the Barbados Water Authority (BWA) and the Canadian Commercial Corporation (CCC) signed an Agreement

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #:

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #: US 1 LOGISTICS, LLC AMERICA 1 LOGISTICS, LLC, FREEDOM 1, LLC WHITE RIVER TRANSPORTATION, LLC TRANSPORT LEASING SYSTEMS, LLC LONGBOW TRANSPORTATION & LOGISTICS, LLC LIONHART TRANSPORTATION, LLC HOMELAND

More information

The Tender Documents shall be amended and will become part of the Contract Documents.

The Tender Documents shall be amended and will become part of the Contract Documents. Tender No. MET17-103 Mulgrave Park Exterior Upgrades: Repairs to Retaining Walls, Stairs, and Rail ADDENDUM NO. 04 11 October 2017 The Tender Documents shall be amended and will become part of the Contract

More information

HALIFAX REGIONAL MUNICIPALITY BY-LAW NUMBER B-201 RESPECTING THE BUILDING CODE

HALIFAX REGIONAL MUNICIPALITY BY-LAW NUMBER B-201 RESPECTING THE BUILDING CODE HALIFAX REGIONAL MUNICIPALITY BY-LAW NUMBER B-201 RESPECTING THE BUILDING CODE BE IT ENACTED by the Council of the Halifax Regional Municipality under the authority of the Building Code Act as follows:

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

More information

Installation of playground equipment at. Armstrong School & MacArthur School. Concrete work at Freedom Run Dog Park & Armstrong School Park

Installation of playground equipment at. Armstrong School & MacArthur School. Concrete work at Freedom Run Dog Park & Armstrong School Park Bidder Name: Address: Telephone #: Email: Installation of playground equipment at Armstrong School & MacArthur School Concrete work at Freedom Run Dog Park & Armstrong School Park BID DATE: March 13, 2018

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

VILLAGE OF BETHUNE BYLAW NO. 3/2010

VILLAGE OF BETHUNE BYLAW NO. 3/2010 VILLAGE OF BETHUNE BYLAW NO. 3/2010 A BYLAW OF THE VILLAGE OF BETHUNE RESPECTING BUILDINGS The Council of the Village of Bethune, in the Province of Saskatchewan enacts as follows: 1.0 Title 1.1 Short

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

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

OAKTON COMMUNITY COLLEGE DOMESTIC WATER PRESSURE BOOSTER SYSTEM 1600 GOLF ROAD DES PLAINES, ILLINOIS 60016

OAKTON COMMUNITY COLLEGE DOMESTIC WATER PRESSURE BOOSTER SYSTEM 1600 GOLF ROAD DES PLAINES, ILLINOIS 60016 PROJECT MANUAL FOR OAKTON COMMUNITY COLLEGE DOMESTIC WATER PRESSURE BOOSTER SYSTEM 1600 GOLF ROAD DES PLAINES, ILLINOIS 60016 OWNER OAKTON COMMUNITY COLLEGE 1600 GOLF ROAD DES PLAINES, ILLINOIS 60016 ARCHITECT

More information

Project Location: 2220 E. League City Parkway, League City, Texas 77573

Project Location: 2220 E. League City Parkway, League City, Texas 77573 DOCUMENT 00020 - INVITATION TO BIDDERS TO FROM ALL INVITED BIDDERS Houston Methodist Medical Office Buildings 6550 Fannin Street, Suite SM201 Houston, Texas 77030 The bidders list for this Project has

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

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation. a r c h i t e c t u r e d e s i g n p l a n n i n g m a n a g e m e n t 27 March 2019 27 March 2019 Addendum 01 Sumner County Administration Building Reroof To All Holders of the Contract Documents: The

More information

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

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

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO. MET Building Restoration, 20 Gordon Court

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO. MET Building Restoration, 20 Gordon Court METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO. Building Restoration, 20 Gordon Court CLOSING DATE: Tuesday, May 1, 2018 Tender No. Building Restoration, 20 Gordon Court TABLE

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 1: Stairs DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project

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

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

Installation of Playground Equipment at Sheffield, Canterbury Park Place Parks and Concrete work at Prairie Stone Wellness

Installation of Playground Equipment at Sheffield, Canterbury Park Place Parks and Concrete work at Prairie Stone Wellness 1 Bidder Name: Address: Telephone #: Facsimile: Installation of Playground Equipment at Sheffield, Canterbury Park Place Parks and Concrete work at Prairie Stone Wellness Center, Triphahn Center & Bridges

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More 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

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

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

THE CITY OF EDMONTON PROJECT AGREEMENT VALLEY LINE LRT STAGE 1. Schedule 11. Project Safety Requirements

THE CITY OF EDMONTON PROJECT AGREEMENT VALLEY LINE LRT STAGE 1. Schedule 11. Project Safety Requirements THE CITY OF EDMONTON PROJECT AGREEMENT VALLEY LINE LRT STAGE 1 Schedule 11 Project Safety Requirements VAN01: 3666008: v7 SCHEDULE 11 PROJECT SAFETY REQUIREMENTS TABLE OF CONTENTS 1. SAFETY... 1 1.1 Safety

More information

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL CONTRACT DOCUMENTS AND SPECIFICATIONS TRUE Consulting August 2011 Job No. 302-706 PLANHOLDER REGISTRATION FORM Request for Tender No. 302-706 PERIMETER

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

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

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES This Agreement, approved on January 20 th, 2009 by and between the Monroe County Community School Corporation, 315 North Drive, Bloomington, Indiana (hereinafter

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

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 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

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

John Barton Architect, LLC

John Barton Architect, LLC John Barton Architect, LLC Bid Addendum # One Via email, please confirm receipt Re: RIO RANCHO HIGH SCHOOL WINDOWS AND EXTERIOR IMPROVEMENTS PROJECT #: 083006-15- 001 ITB #: 2016-001- FAC RIO RANCHO PUBLIC

More information

HVAC SYSTEM REPLACEMENT PHASE 1 PROJECT MANUAL Durham, NH

HVAC SYSTEM REPLACEMENT PHASE 1 PROJECT MANUAL Durham, NH HVAC SYSTEM REPLACEMENT PHASE 1 PROJECT MANUAL Durham, NH August 2018 OYSTER RIVER COOPERATIVE SCHOOL DISTRICT MAST WAY ELEMENTARY SCHOOL DURHAM, NH 03842 COPY # P.O. Box 297, Freeport, ME 04032/Tel. (207)

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

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