Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB
|
|
- Derrick Sullivan
- 6 years ago
- Views:
Transcription
1 Interior Construction Specification Dr. Kalinowski 2nd Floor, United Health Centre Street, Edmonton, AB Issued for Tender: May 18, 2017 Mandatory Site Visit: May 23, 2:00 PM Closing Date: June 1, 2:00 PM Reference: , Street, Edmonton, AB T5J 1C9 p f wolskidesign.com
2 Canadian Master Specification (CMS) Section Table of Contents Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 TABLE OF CONTENTS DIVISION # 0 Tender Documents DIVISION NAME SECTION TITLE Table of Contents Instructions to Bidders Bid Form Stipulated Price Agreement Form & Definitions Stipulated Price Definitions Stipulated Price General Conditions Stipulated Price Supplementary Conditions Stipulated Price 1 General Summary of Work Specifications and Documents Payment Procedures Project Managing and Coordination Construction Progress Documentation Submittal Procedures Health and Safety Quality Assurance Quality Control Construction Facilities Product Requirements Product Exchange Procedures Execution Cutting and Patching Cleaning and Waste Processing Waste Managing & Disposal Start-up Procedures Testing, Adjusting, and Balancing Closeout Submittals Maintenance Requirements
3 Canadian Master Specification (CMS) Section Instructions to Bidders Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 BID CALL.1 Offers signed under seal, executed, and dated will be received by Consultant:.1 Located at: #100, Street, Edmonton, AB T5J 1C9.2 Attention: Carrie Sutton.2 carries@wolskidesign.com.3 Before 14:00:00 local time on the 1 st day of June, Bids can be submitted electronically or hand delivered..2 Wolski Design Group cannot guarantee that the internet connections or website will be available at all times and up to the closing time of bid submission - a Bidder submitting an electronic bid does so at its own risk..3 Offers submitted after the above time will not be considered and will be returned to the bidder unopened or will be deleted (for electronic submissions)..4 Submit Document Supplementary Bid Information Form and original Bid Form within twenty four (24) hours after closing time for receiving Bid Form..5 If submitting Bid by , submit original, signed, and sealed document Bid Form Stipulated Price, within twenty four (24) hours after closing time..6 Offers will be opened privately and immediately after the time for receipt of bids..7 Amendments to the submitted offer will be permitted if received in writing with date-time prior to bid closing and if endorsed by the same party or parties who signed and sealed the initial offer. 1.2 BID INTENT.1 The intent of this bid call is to obtain an offer to perform work to complete an office renovation project, located on the 2 nd Floor, United Health Centre, Street for a Stipulated Price contract, in accordance with the Contract Documents. Perform the Work within the time stated in Section Summary of Work. 1.3 PROJECT CONTACTS Owner: Contact: Dr. Cheryl Kalinowski Cheryl Kalinowski Phone: dckalin11@gmail.com Prime Consultant: Contact: Wolski Design Group Ltd. Carrie Sutton Phone: carries@wolskidesign.com 1.4 CONFIDENTIALITY.1 All proposals and any communications with the Bidder will be kept strictly and confidential before, during and after the award..2 All solicitation documentation is proprietary to Wolski Design Group Ltd.; no part thereof, or any information contained therein may be published, used or copied without the prior consent of Wolski Design Group Ltd.
4 Canadian Master Specification (CMS) Section Instructions to Bidders Dr. Kalinowski - 2nd Floor, United Health Centre Page CONTRACT DOCUMENTS IDENTIFICATION.1 The Contract Documents are identified as Dr. Kalinowski - 2nd Floor, United Health Centre as prepared by the Prime Consultant Wolski Design Group Ltd. and their sub-consultants, and listed in the Table of Contents. 1.6 BID AND CONTRACT DOCUMENTS.1 Bid Documents: The Contract Documents supplemented with Instructions to Bidders, Bid Form and Bid Supplementary Forms identified..2 Contract Documents: Defined in: 1.7 DEFINITIONS.1 CCDC Stipulated Price Contract..1 The term: Bid, Offer, or Bidding: An act of submitting an offer under seal..2 The term: Bid Price: Monetary sum identified by the Bidder in the Bid Form. 1.8 DOCUMENT AVAILABILITY.1 Bid Documents will be ed to Wolski Design Group Ltd..1 An electronic version of Bid Documents will be available to General Contract Bidders..2 Bid Documents are made available only for the purpose of obtaining offers for this project. Their use does not confer a license or grant for other purposes. 1.9 DOCUMENT EXAMINATION.1 Upon receipt of Bid Documents verify that documents are complete; notify Consultant should the documents be incomplete..2 Immediately notify the Consultant upon finding discrepancies or omissions in the Bid Documents QUERIES/ADDENDA.1 Direct questions to: Carrie Sutton Phone: carries@wolskidesign.com.2 Addenda may be issued by during the bidding period. All addenda become part of the Contract Documents. Include costs in the Bid Price..3 Verbal answers are only binding when confirmed by written addenda..4 Clarifications requested by bidders must be in writing not less than seven days (7) before date set for receipt of bids. The reply will be in the form of an addendum, a copy of which will be forwarded to invited general contract bidders PRODUCT/SYSTEM OPTIONS.1 Product Exchange Procedures during the Bid Process: When a request to exchange a Product is made, the Consultant may approve the exchange and will issue an Addendum to invited bidders.
5 Canadian Master Specification (CMS) Section Instructions to Bidders Dr. Kalinowski - 2nd Floor, United Health Centre Page BIDDERS BRIEFING.1 A bidders briefing has been scheduled for 2:00 pm on the 23rd day of June, 2017, at the location of 2 nd Floor, United Health Centre, Street, Edmonton, AB. Meet at Main Floor Lobby..2 All general contract, major sub-trade bidders and suppliers are invited..3 Representatives of the Consultants will be in attendance PREQUALIFICATION.1 Any bidder when specifically requested shall complete and submit CCDC 11 - Contractors Qualification Form to the Owner on or before 2:00 pm local time on the 1 st day of June, Acceptance or rejection of this submittal will be made forty-eight (48) hours thereafter SUBCONTRACTORS.1 The Owner (as further described in the General Conditions) reserves the right to reject a proposed subcontractor for reasonable cause..2 Refer to Contract Document CCDC 2 as to Owner rights to accept or dismiss subcontractors BID INELIGIBILITY.1 Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, shall at the discretion of the Owner, be declared non-compliant..2 Bid Forms and enclosures which are improperly prepared shall at the discretion of the Owner, be declared non-compliant..3 Bids which contain qualifying conditions or otherwise fail to conform to these Instructions to Bidders shall be disqualified or rejected. Bids are by invitation only, from Owner selected bidders. Bids from unsolicited bidders shall be returned un-opened..4 The Owner shall however, in its sole discretion, reject or retain for its consideration, bids which are non-conforming because they do not contain the content or form required or for failure to comply with the process for submission as set out in these Instructions to Bidders..5 Failure to provide security deposit, bonding or insurance requirements shall at the discretion of the Owner, be declared informal BID SUBMISSIONS.1 Bidders shall be solely responsible for the delivery of their bids to the instructions herein, in the manner and time prescribed..2 Executed offer on the Bid Forms shall be signed and corporate sealed together in a closed opaque envelope, clearly identified with bidder s name, project name and Owners name on the outside cover of the submission..3 bids shall be sent to the designated representative stated in the bid call..4 Improperly completed information may be cause not to open the bid and declare the bid invalid or informal.
6 Canadian Master Specification (CMS) Section Instructions to Bidders Dr. Kalinowski - 2nd Floor, United Health Centre Page INSURANCE.1 Provide a signed "Undertaking of Insurance" on a standard form provided by the insurance company stating the bidder s intention to provide insurance to the Owner in accordance with the insurance requirements of the Contract Documents BID FORM REQUIREMENTS.1 Completion of Work:.1 State in the Bid Form, the Time required to complete the Work. The completion date in the Agreement shall be this stated completion Time added to the commencement date..2 The bidder, in submitting an offer, accepts the Time period stated in the Contract Documents for performing the Work. The completion date in the Agreement shall be this completion Time, added to the commencement date..3 The bidder, in submitting an offer, agrees to complete the Work by the date indicated in the Contract Documents. The Bidder may suggest a revision to the Contract Time with an adjustment to the Bid Price, but requires pre-approval by the Owner..2 The Owner requires the work of this contract be completed as quickly as possible and consideration will be given to time of completion when reviewing the submitted bids..3 Refer to Supplementary Conditions for inclusion of taxes FEES FOR CHANGES IN THE WORK.1 Include in the Bid Form, the overhead and profit fees applicable for changes in the Work, whether additions to or deductions from the Work on which the Bid Price was based..2 Include in the Bid Form, the fees proposed for subcontract work for changes (both additions and deductions) in the Work..3 The Contractor shall apply fees as noted, to the subcontractor's gross (net plus fee) costs on additional work BID SIGNING.1 The Bid Form shall be signed under seal by the bidder..2 Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" under the signature. Affix seal..3 Partnership: Signature of formal sharing partners in the presence of a witness who will also sign. Insert the word "Partner" under each partner signature. Affix a seal to each signature..4 Limited Company: Signature of a duly authorized signing officer(s) in their normal signatures. Insert the officer's capacity in which the signing officer acts, under each signature. Affix the corporate seal. If the bid is signed by officials other than the President and Secretary of the company, a copy of the by-law resolution of the Board of Directors authorizing them to do so, must also be submitted with the Bid in the Bid envelope.
7 Canadian Master Specification (CMS) Section Instructions to Bidders Dr. Kalinowski - 2nd Floor, United Health Centre Page APPENDICES TO THE BID FORM.1 Appendix 'A' - Contract Documents: A complete listing is scheduled in these Contract Documents - Table of Contents. This should include a complete listing of all documents and information issued, on which the Bid Price was derived..2 Appendix 'B' - Subcontractors: Include the names of all known or pre-determined Subcontractors the dollar value the portion(s) of the Work the Bidder will perform..3 Appendix 'C' Separate Prices: A listing of separate prices as specifically requested in the Contract Documents. But not included in Bid Price..4 Appendix 'D' Breakout Prices: A listing of Breakdown Prices as specially requested in the Contract Documents Pricing including in Bid Documents.5 Appendix 'E' - Alternatives: Include the cost variation to the Bid Price applicable to the work described in Section Appendix 'F' Bidder Contacts: Provide information regarding the assigned project manager and site superintendent.7 Appendix 'G' Construction Schedule: Provide a construction Schedule in a gantt chart format DURATION OF OFFER.1 Bids shall remain open to acceptance and shall be irrevocable for a period of thirty (30) days after the bid closing date ACCEPTANCE OF OFFER.1 The Owner reserves the right in its absolute discretion to accept any bid which it deems most advantageous to itself and the right to reject any or all bids, in each instance without giving such formal notice..2 The lowest or any bid will not necessarily be accepted. In no event will the Owner be responsible for the costs of preparation or submission of a bid..3 After acceptance by the Owner, the Consultant on behalf of the Owner, will issue to the successful bidder, a written bid acceptance. END OF SECTION
8 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 BID INFORMATION Date: Submitted by: (name) (address) To: Project: Dr. Cheryl Kalinowksi Dr. Kalinowski - 2nd Floor, United Health Centre 1.2 OFFER Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by the named Consultants for the above mentioned project, we, the undersigned, hereby offer to enter into a contract using CCDC Contract form, to perform the Work for the price of: $ Bid Price before Taxes $ 5% GST $ Total Bid Price.1 Taxes: 1.3 ACCEPTANCE dollars, in lawful money of Canada..1 Applicable federal taxes GST are included in the Bid Price..1 Refer to Section Instructions to Bidders for Conditions of acceptance..2 This offer shall be open to acceptance and is irrevocable for twenty (20) calendar days from the Bid closing date and time..3 If this Bid is accepted by the Owner within the time period stated above, they will:.1 Execute the 'Agreement' within seven (7) days of receipt of the form of execution..2 Furnish the required insurances within seven (7) days of receipt of the Agreement in the form described in the Supplementary Conditions.
9 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page APPENDICES.3 Commence work within five (5) days after written notification of acceptance of this bid..4 Complete the Work in 8 calendar weeks from notification of acceptance of this Bid by the 1 st day of August, A list of the Contract Documents is appended hereto and identified as 'Appendix A'..2 A list of Subcontractors is appended hereto and identified as 'Appendix B'..3 A list of Separate Prices is appended hereto and identified as 'Appendix C'..4 A list of Breakout Prices is appended hereto and identified as Appendix D..5 A list of Alternative Prices is appended hereto and identified as 'Appendix E'..6 Bidder Contacts: Provide information regarding the assigned project manager and site superintendent Appendix 'F'..7 Construction Schedule: Provide a construction Schedule in a gantt chart format as Appendix 'G'. 1.5 ADDENDA.1 The following Addenda have been received. The modifications to the Contract Documents noted therein have been considered and all costs thereto are included in the Bid Price. 1.6 CHANGES.1 Addendum # Dated..2 Addendum # Dated..3 Addendum # Dated..4 Addendum # Dated..5 Addendum # Dated..6 Addendum # Dated..1 When the Consultant establishes that the method of valuation for Changes in the Work will be net cost, plus a percentage fee in accordance with CCDC 2 - Article GC 12.1 Indemnification of the General Conditions, our percentage fee will be:.1 Where direct costs are less than or equal to $5,000.00:.1 our overhead on the net cost of our own work shall be 10%, and.2 our profit on the net cost of our own work shall be 5%..2 Where direct costs are in excess of $5,000.00:.1 our overhead on the net cost of our own work shall be 5%, and.2 our profit on the net cost of our own work shall be 5%.
10 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page BID FORM SIGNATURE(S) The Corporate Seal of (Seal) (Bidder - please print) was here-unto affixed in the presence of: Authorized signing officer Title Authorized signing officer Title If this Bid is a joint venture or partnership, add additional forms of execution for each member of the joint venture on the appropriate form or forms, as above.
11 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 4 Appendix A: The following is the list of Contract Documents referred to in the Bid Form submitted by: (Bidder) (Owner) dated to which this Appendix is an integral part of the Bid Form. The list of Contract Documents include the following:.1 Documents and Specifications cited in the Table of Contents..2 Drawings List cited at or near the beginning of the package of drawings.
12 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 5 Appendix B - Subcontractors: The following is the list of Subcontractors referred to in the Bid Form submitted by: (Bidder) (Owner) dated to which this Appendix is an integral part of the Bid Form. Section of Item of Work Subcontractor's Name Subcontractor's Price Demolition Framing, Drywall and T-Bar Millwork and Wood Doors/Frames Hardware Glazing Ceramic Wall Tile & Flooring & Wall Base Painting Mechanical Electrical
13 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 6 Appendix C Separate Prices: The following is the list of Separate Prices referred to in the Bid Form submitted by: (Bidder) (Owner) dated to which this Appendix is an integral part of the Bid Form. Refer to Section Payment Procedures: We submit the following Separate Prices for additions or deletions to the contract. Prices are NOT include in base bid. All prices include materials, cost of labour, performance of work, overhead, profit/together within all related charges exclusive of GST. Separate Item Description Price $ Separate #1 $ Separate #2 $ Separate #3 $ Separate #4
14 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 7 Appendix D Breakout Prices: The following is the list of Breakout Prices referred to in the Bid Form submitted by: (Bidder) (Owner) dated to which this Appendix is an integral part of the Bid Form. We submit the following Breakout Prices for additions or deletions to the contract. Prices are include in base bid. All prices include materials, cost of labour, performance of work, overhead, profit/together within all related charges exclusive of GST. Breakout Item Description Price $ Breakout #1 $ Breakout #2 $ Breakout#3 $ Breakout #4
15 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 8 Appendix E - Alternatives: The following is the list of Alternatives referred to in the Bid Form submitted by: (Bidder) (Owner) dated to which this Appendix is an integral part of the Bid Form. Refer to Section Payment Procedures: Item Description Alternate Price Price of Specified Item Alternative # 1 (Add) (Deduct) $ $ Section: Alternative # 2 (Add) (Deduct) $ $ Section:
16 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 9 Appendix F: Bidder Contacts Project Manager: Name: Phone: Number of Years with Company: Attach curricula (CV) to Appendix G Site Superintendent: Name: Phone: Number of Years with Company: Attach curricula (CV) to Appendix G
17 Canadian Master Specification (CMS) Section Bid Form - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 10 Appendix G: Construction Schedule Attach a construction schedule outlining all phases or work, subtrade breakdown with timelines. END OF BID FORM - STIPULATED PRICE DOCUMENT
18 Canadian Master Specification (CMS) Section Agreement - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 AGREEMENT DECLARATION.1 CCDC Edition, Stipulated Price Contract, as may be amended, forms the basis of Agreement between the Owner and Contractor..2 This Agreement is bound to the CCDC Edition, Definitions and CCDC 2 General Conditions. END OF DOCUMENT
19 Canadian Master Specification (CMS) Section Definitions - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 DEFINITIONS DECLARATION.1 CCDC Edition, Stipulated Price Contract as may be amended, forms the basis of Definitions between the Owner and Contractor..2 These Definitions are bound to the CCDC 2 Definitions and CCDC 2 General Conditions. 1.2 SUPPLEMENTARY WORDS AND TERMS TO CCDC The following words and terms are additional to the CCDC 2 Definitions..2 Addendum: A document that amends the Bid Documents during the Bidding Period and becomes part of the Contract Documents when a Contract is executed. (Plural: Addenda)..3 Agreement: The signed and sealed legal instrument binding parties in a Contract, describing in strict terms their mutual arrangement, roles and responsibilities, commencement, and completion responsibilities..4 Alternative Price: The amount stipulated by a Bidder for an Alternative and stated as an addition, a deduction, or no change to the Bid Price..5 Bid: To offer as a Bid stating for what price a Contractor will assume a Contract..6 Bid Documents: A set of documents consisting of the Instructions to Bidders, Bid Form, Contract Documents, and other information issued for the benefit of Bidders to prepare and submit a Bid..7 Bid Form: The specific and detailed form used to collect information about a Bid..8 Bidding: The process of preparing and submitting a Bid..9 Construction Documents: The Drawings and Project Manual. When combined with a Contract and Contract conditions, these documents form the Contract Documents..10 Contingency Allowance: An additional monetary amount added to a Project cost estimate and designated to cover unpredictable or unforeseen items of Work. The amount is usually based on some percentage of the estimated cost and expended and adjusted by Change Order. It is not intended to cover additions to the scope of Work..11 Cost Plus Contract: A Contract under which a Contractor is reimbursed for the direct and indirect costs for the performance of a Contract and, in addition, is paid a Fee for services. The Fee is usually stated as a stipulated price or as a percentage of cost..12 General Conditions: That part of the Contract Documents which sets forth many of the rights, responsibilities and relationships of the parties involved in a Contract..13 Instructions To Bidders: Instructions contained in the Bid Documents to convey an Owner's expectations and criteria associated with submitting a Bid..14 Section: A portion of a Project Specification covering one or more segments of the total Work or requirements. Sections are included in a Project manual as required to meet Project requirements..15 Standard: A document describing a grade or a level of quality, which has been established by a recognized agency or organization, utilizing an internal voting process..16 Separate Price: A separate price for work to be added to the base price if selected by the Owner. This price type is not a part of the base bid price.
20 Canadian Master Specification (CMS) Section Definitions - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 2.17 Stipulated Price: An amount set forth in a Stipulated Price Contract as the total payment for the performance of the Work. Sometimes referred to as a stipulated sum or a lump sum stipulated price..18 Tender: A term that was formally abandoned by CCDC and the Canadian Construction industry in the early 1980's in favour of the preferred term Bid..19 Unit Price: The amount payable for a single unit of Work as stated in a Schedule of Prices..20 Install: To remove from site storage, move or transport to intended location, install in position, connect to utilities, repair site caused damage, and make ready for use..21 Supply: To acquire or purchase, ship or transport to the site, unload, remove packaging to permit inspection for damage, re-package, replace damaged items, and safely store on-site. END OF SECTION
21 Canadian Master Specification (CMS) Section General Conditions - Stipulated Price Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 GENERAL CONDITIONS DECLARATION.1 CCDC The General Conditions of the Stipulated Price Contract; is the General Conditions between the Owner and Contractor. 1.2 SUPPLEMENTARY CONDITIONS.1 Refer to Document Supplementary Conditions for amendments to these General Conditions. END OF SECTION
22 Canadian Master Specification (CMS) Section Supplementary Conditions - Stipulated Dr. Kalinowski - 2nd Floor, United Health Centre Price Page 1 Part 1 General 1.1 GC CONTRACT DOCUMENTS.1 CCDC , Paragraph 1.1.7: Revise this paragraph on Precedence of Documents, as follows:.1 In the event of conflict within and between the Contract Documents, the order of priority within specifications and drawings are - from highest to lowest:.2 The Agreement between the Owner and the Contractor..1 Supplementary Conditions..2 The General Conditions..3 Division 1 of the Specifications..4 Technical Specifications:.1 Specifications specifically indicated on Drawings..5 Material and finishing schedules and keynotes:.1 Schedules within the Specifications..2 Schedules on Drawings..6 Drawings:.1 Drawings of larger scale shall govern over those of smaller scale of the same date..2 Dimensions shown on Drawings shall govern over dimensions scaled from Drawings..3 Location of utility outlets indicated on architectural detail Drawings takes precedence over positions or mounting heights located on mechanical or electrical Drawings..7 Later dated documents shall govern over earlier documents of the same type..3 In the event of conflict between documents, the decision of the Consultant shall be final. 1.2 GC INSURANCE.1 Provide construction insurance to requirements of CCDC 41 - CCDC Insurance Requirements. END OF SECTION
23 Canadian Master Specification (CMS) Section Summary of Work Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 SECTION INCLUDES.1 Documents and terminology..2 Associated requirements..3 Work expectations..4 Premises usage. 1.2 RELATED SECTIONS.1 Section Closeout Submittals..2 This section describes requirements applicable within the drawings. 1.3 RELATED DOCUMENTS.1 Section Agreement and Definitions..2 Section General Conditions..3 Section Supplementary Conditions..4 All other Division 01 specification sections. 1.4 WORDS AND TERMS.1 Refer to and acknowledge other words, terms, and definitions in CCDC 2 Definitions. Additional words and terms are cited in Section described in Supplementary Conditions. 1.5 COMPLEMENTARY DOCUMENTS.1 Refer to Section for words and terms..2 Drawings, specifications, and schedules are complementary each to the other and what is called for by one to be binding as if called for by all. Should any discrepancy appear between documents which leave doubt as to the intent or meaning, abide by Precedence of Documents article below or obtain direction from the Consultant..3 Drawings indicate general location and route of conduit and wire/conductors. Install conduit or wiring/conductors and plumbing piping not shown or indicated diagrammatically in schematic or riser diagrams to provide an operational assembly or system..4 Install components to physically conserve headroom, to minimize furring spaces, or obstructions..5 Locate devices with primary regard for convenience of operation and usage..6 Examine all discipline drawings, specifications, and schedules and related Work to ensure that Work can be satisfactorily executed. Conflicts or additional work beyond work described to be brought to attention of Consultant.
24 Canadian Master Specification (CMS) Section Summary of Work Dr. Kalinowski - 2nd Floor, United Health Centre Page DESCRIPTION OF THE WORK.1 Work of this Contract comprises renovation, demolition and general construction of office space, located on the 2 nd Floor, of United Health Centre; and identified as Dr. Kalinowski..2 Division of the Work among suppliers or vendors, subcontractors and other contractors is solely the Contractor's responsibility. Neither the Owner nor Consultant assumes any responsibility to act as an arbiter to establish subcontract terms between sectors or disciplines of work. 1.7 CONTRACT METHOD.1 Construct Work under single, stipulated price contract..2 Relations and responsibilities are between the Contractor and the Owner..3 Provide the required liability insurance to ensure such specified assurances to the Owner..4 Contract Documents were prepared by the Consultant for the Owner. Any use which a third party makes of the Contract Documents, or any reliance on or decisions to be made based on them, are the responsibility of such third parties. The Consultant and Owner accepts no responsibility for damages, suffered by any third party as a result of decisions made or actions based on the Contract Documents..5 For purposes of reference in these Contract Documents, the term "Contractor" shall mean the party in contract with the Owner. 1.8 DOCUMENTS PROVIDED.1 Owner will not supply the Contractor with sets of Contract Documents for construction purposes..2 The Contractor may obtain Contract Documents at the cost of printing, handling and shipping..3 An electronic set of documents will be provided at the beginning of the Project for building permit, construction and as-built documents to the record documents. 1.9 PERFORMANCE OF THE WORK.1 Substantial Performance of the Work is required for Owner occupancy before August 1, WORK SEQUENCE.1 Construct Work in to accommodate Owner's usage requirements during the construction period, coordinate construction schedule and operations with Consultant and Owner..2 Construct Work in phases during the construction period, coordinate construction schedule and operations with Consultant and Owner..3 Coordinate Progress Schedule and with Owner use during construction..4 Maintain fire access and control of fire protection equipment CONTRACTOR USE OF PREMISES.1 Contractor has unrestricted use of site until Substantial Performance of the Work..2 Construction Operations: Limited to areas noted on Drawings.
25 Canadian Master Specification (CMS) Section Summary of Work Dr. Kalinowski - 2nd Floor, United Health Centre Page 3.3 Time Restrictions for Performing Interior Work: Business hours, noisy work after hours as required. END OF SECTION
26 Canadian Master Specification (CMS) Section Specifications and Documents Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 SECTION INCLUDES.1 Words and terms..2 Complementary documents..3 Precedence of Documents..4 Specification grammar. 1.2 RELATED DOCUMENTS.1 Section Summary of Work..2 This section describes requirements applicable within the drawings. 1.3 WORDS AND TERMS.1 Conform to definitions and their defined meanings in the Agreement and Definitions portion of CCDC 2 for supplementary words and terms..2 The following words and terms are applicable to the Contract Documents for this project:.3 Addendum: A document that amends the Bid Documents during the Bidding Period and becomes part of the Contract Documents when a Contract is executed. (Plural: Addenda)..4 Agreement: The signed and sealed legal instrument binding parties in a Contract, describing in strict terms their mutual arrangement, roles and responsibilities, commencement, and completion responsibilities..5 Alternative Price: The amount stipulated by a Bidder for an Alternative and stated as an addition, a deduction, or no change to the Bid Price..6 Bid: To offer as a Bid stating for what price a Contractor will assume a Contract..7 Bid Documents: A set of documents consisting of the Instructions to Bidders, Bid Form, Contract Documents, and other information issued for the benefit of Bidders to prepare and submit a Bid..8 Bid Form: The specific and detailed form used to collect information about a Bid..9 Bidding: The process of preparing and submitting a Bid..10 Construction Documents: The Drawings and Project Manual. When combined with a Contract and Contract conditions, these documents form the Contract Documents..11 Contingency Allowance: An additional monetary amount added to a Project cost estimate and designated to cover unpredictable or unforeseen items of Work. The amount is usually based on some percentage of the estimated cost and expended and adjusted by Change Order. It is not intended to cover additions to the scope of Work..12 Cost Plus Contract: A Contract under which a Contractor is reimbursed for the direct and indirect costs for the performance of a Contract and, in addition, is paid a Fee for services. The Fee is usually stated as a stipulated price or as a percentage of cost..13 General Conditions: That part of the Contract Documents which sets forth many of the rights, responsibilities and relationships of the parties involved in a Contract.
27 Canadian Master Specification (CMS) Section Specifications and Documents Dr. Kalinowski - 2nd Floor, United Health Centre Page 2.14 Instructions To Bidders: Instructions contained in the Bid Documents to convey an Owner's expectations and criteria associated with submitting a Bid..15 Section: A portion of a Project Specification covering one or more segments of the total Work or requirements. Sections are included in a Project manual as required to meet Project requirements..16 Standard: A document describing a grade or a level of quality, which has been established by a recognized agency or organization, utilizing an internal voting process..17 Separate Price: A separate price for work to be added to the base price if selected by the Owner. This price type is not a part of the base bid price..18 Stipulated Price: An amount set forth in a Stipulated Price Contract as the total payment for the performance of the Work. Sometimes referred to as a stipulated sum or a lump sum stipulated price..19 Tender: A term that was formally abandoned by CCDC and the Canadian Construction industry in the early 1980's in favour of the preferred term Bid..20 Unit Price: The amount payable for a single unit of Work as stated in a Schedule of Prices..21 Install: To remove from site storage, move or transport to intended location, install in position, connect to utilities, repair site caused damage, and make ready for use..22 Supply: To acquire or purchase, ship or transport to the site, unload, remove packaging to permit inspection for damage, re-package, replace damaged items, and safely store on-site. 1.4 COMPLEMENTARY DOCUMENTS.1 Generally, drawings indicate graphically, the dimensions and location of components and equipment. Specifications indicate specific components, assemblies, and identify quality..2 Drawings, specifications, diagrams and schedules are complementary, each to the other, and what is required by one, to be binding as if required by all..3 Should any conflict or discrepancy appear between documents, which leaves doubt as to the intent or meaning, apply the Precedence of Documents article below or obtain guidance or direction from Consultant..4 Examine all discipline drawings, specifications, schedules, diagrams and related Work to ensure that Work can be satisfactorily executed..5 All specification sections of the Project Manual and Drawings are affected by requirements of Division 01 sections. 1.5 PRECEDENCE OF DOCUMENTS.1 In the event of conflict within and between the Contract Documents, the order of priority within specifications and drawings for this project are - from highest to lowest:.1 The Agreement and Definitions between the Owner and the Contractor;.2 The Defined Terms;.3 Supplementary Conditions;.4 The General Conditions;.5 Sections of Division 01 of the specifications;.6 Schedules and Keynotes:
28 Canadian Master Specification (CMS) Section Specifications and Documents Dr. Kalinowski - 2nd Floor, United Health Centre Page 3.1 Material and finishing schedules within the specifications, then;.2 Material and finishing schedules on drawings, then;.3 Keynotes and definitions thereto, then;.7 Diagrams..8 Drawings:.1 Drawings of larger scale shall govern over those of smaller scale of the same date, then;.2 Dimensions shown on drawings shall govern over dimensions scaled from drawings, then;.3 Location of utility outlets indicated on architectural detail drawings takes precedence over positions or mounting heights located on mechanical or electrical Drawings..9 Later dated documents shall govern over earlier documents of the same type..2 In the event of conflict between documents, the decision of the Consultant shall be final. 1.6 SPECIFICATION GRAMMAR.1 Specifications are written in the imperative (command) mode, in an abbreviated form..2 Imperative language of the technical sections is always directed to the Contractor identified as a primary constructor, as sole executor of the Contract, unless specifically noted otherwise..1 This form of imperative (command) mode statement requires the primary constructor to perform such action or Work..2 Perform all requirements of the Contract Documents whether stated imperatively or otherwise..3 Division of the Work among subcontractors, suppliers, or others is solely the prime constructor's responsibility. The Consultant(s) and specification authors assume no responsibility to function or act as an arbiter to establish subcontract scope or limits between sections or divisions of Work. END OF SECTION
29 Canadian Master Specification (CMS) Section Payment Procedures Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 SECTION INCLUDES.1 Applications for progress payments..2 Substantial performance procedures..3 Release of hold-back procedures..4 Price adjustments. 1.2 RELATED DOCUMENT.1 Refer to CCDC for specific requirements. 1.3 RELATED SECTIONS.1 Section Product Exchange Procedures. 1.4 APPLICATIONS FOR PROGRESS PAYMENT.1 Submit a CCDC 24 electronic form using an authorized electronic signature or printed copy with an authorized signature..2 Make applications for payment on account as monthly or provided in Agreement as Work progresses..3 Accompany applications with a CCDC 9A-2001 Statutory Declaration form..4 Date applications for payment last day of agreed payment period and ensure amount claimed is for value, proportionate to amount of Contract, of Work performed and Products delivered to Place of Work as of that date..5 Submit to Consultant for review, minimum five (5) days before first application for payment, schedule of values for parts of Work, aggregating total amount of Contract Price, so as to facilitate evaluation of applications for payment..6 Submit required support documentation with applications for payment, including workers' compensation clearance certificates and statutory declarations. 1.5 PROGRESS PAYMENT.1 Submit a progress payment schedule on CCDC 24 printed copy with an authorized signature. Electronic form using an authorized electronic signature..2 Accompany applications with a CCDC 9A Statutory Declaration form..3 Consultant will issue to Owner, no later than ten (10) days after receipt of an application for payment, certificate for payment in amount applied for or in such other amount as Consultant determines to be properly due..4 If Consultant amends application, Consultant will give notification in writing giving reasons for amendment. 1.6 PROGRESSIVE RELEASE OF HOLD-BACK.1 Where legislation permits, if Consultant has certified that Work has been performed prior to Substantial Performance of the Work, Owner will pay hold-back amount retained for
30 Canadian Master Specification (CMS) Section Payment Procedures Dr. Kalinowski - 2nd Floor, United Health Centre Page 2 such Work, or products supplied, on day following expiration of hold-back period for such Work stipulated in lien legislation applicable to Place of the Work..2 Notwithstanding provisions of preceding paragraph, and notwithstanding wording of such certificates, ensure that Subcontract Work or Products is protected pending issuance of final certificate for payment and be responsible for correction of defects or Work not performed regardless of whether or not such was apparent when such certificates were issued. 1.7 SUBSTANTIAL PERFORMANCE OF THE WORK.1 Submit a schedule of payments on CCDC 24 printed copy with an authorized signature or electronic form using an authorized electronic signature..2 Accompany applications with a CCDC 9A-2001 Statutory Declaration form..3 Prepare and submit to Consultant a comprehensive list of items to be completed or corrected. Failure to include an item on the list does not alter responsibility to complete the Contract..4 Request Consultant review to establish Substantial Performance of the Work..5 Where permitted by local lien legislation, Contractor may apply for substantial performance of a designated portion of the Work, subject to Owner acceptance of that portion of the Work being substantially performed..6 No later than ten (10) days after receipt of list and application, Consultant will review Work to verify validity of application, and no later than seven (7) days after completing review, will notify Contractor if the Work, or the designated portion of the Work, is substantially performed..7 Consultant will state in their certificate the date of Substantial Performance of the Work, or the date of the designated portion of the Work, as applicable..8 Immediately following issuance of certificate of Substantial Performance of the Work, in consultation with Consultant, establish reasonable date for finishing Work. 1.8 PAYMENT OF HOLD-BACK ON SUBSTANTIAL PERFORMANCE OF THE WORK.1 After issuance of Certificate of Substantial Performance of the Work:.1 Submit an application for payment of hold-back amount..2 Submit sworn statement that all accounts for labour, subcontracts, products, construction machinery and equipment, and other indebtedness which may have been incurred in Substantial Performance of the Work and for which Owner might in any way be held responsible have been paid in full, except for amounts properly retained as hold-back or as identified amount in dispute..2 After receipt of application for payment and sworn statement, Consultant will issue certificate for payment of hold-back amount..3 Where hold-back amount has not been placed in a separate hold-back account, Owner will, within ten (10) days prior to expiry of hold-back period stipulated in lien legislation applicable to Place of the Work, place hold-back amount in bank account in joint names of Owner and Contractor..4 Amount authorized by certificate for payment of hold-back amount is due and payable on day following expiration of hold-back period stipulated in lien legislation applicable to Place of the Work.
31 Canadian Master Specification (CMS) Section Payment Procedures Dr. Kalinowski - 2nd Floor, United Health Centre Page 3.1 Where lien legislation does not exist or apply, hold-back amount is due and payable in accordance with other legislation, industry practice, or provisions which may be agreed to between parties..2 Owner may retain out of hold-back amount any sums required by law to satisfy any liens against Work or, if permitted by lien legislation applicable to Place of the Work, other third party monetary claims against Contractor which are enforceable against Owner. 1.9 FINAL PAYMENT.1 Submit an application for final payment on a CCDC 24 printed form copy with an authorized signature or electronic form using an authorized electronic signature..2 Consultant will, no later than ten (10) days after receipt of an application for final payment, review Work to verify validity of application. Consultant will give notification that application is valid or give reasons why it is not valid, no later than seven (7) days after reviewing Work..3 Consultant will issue final certificate for payment when application for final payment is determined valid. END OF SECTION
32 Canadian Master Specification (CMS) Section Project Managing and Coordination Dr. Kalinowski - 2nd Floor, United Health Centre Page 1 Part 1 General 1.1 SECTION INCLUDES.1 Coordination Work with other contractors and work by Owner under administration of Consultant..2 Scheduled progress and pre-installation meetings. 1.2 RELATED SECTIONS.1 Section Construction Progress Documentation..2 Section Submittal Procedures..3 This section describes requirements applicable within the drawings. 1.3 COORDINATION.1 Perform coordination of progress schedules, submittals, use of site, temporary utilities, construction facilities and construction Work, with progress of Work of other contractors, others, under instructions of Consultant. 1.4 PROJECT MEETINGS.1 Schedule and administer bi-weekly project meetings throughout progress of Work as determined by Consultant..2 Schedule and administer pre-installation meetings when specified in sections and when required to coordinate related or affected Work..3 Prepare agenda for meetings..4 Distribute written notice of each meeting four (4) days in advance of meeting date to Consultant and Owner..5 Provide physical space and make arrangements for meetings..6 Preside at meetings..7 Record minutes. Include significant proceedings and decisions. Identify action by parties..8 Reproduce and distribute copies of minutes within three (3) days after each meeting and transmit to meeting participants, affected parties not in attendance, Owner and Consultant. 1.5 CONSTRUCTION ORGANIZATION AND START-UP.1 Within five (5) days after award of Contract, request a meeting of parties in contract to discuss and resolve administrative procedures and responsibilities..2 Consultant, Senior Representatives of the Owner, Contractor and major Subcontractors, field inspectors and supervisors are to be in attendance..3 Establish time and location of meeting and notify parties concerned minimum five (5) days before meeting..4 Incorporate mutually agreed variations to Contract Documents into Agreement, prior to signing.
33 Canadian Master Specification (CMS) Section Project Managing and Coordination Dr. Kalinowski - 2nd Floor, United Health Centre Page 2.5 Agenda to include following:.1 Appointment of official representative of participants in Work..2 Schedule of Work, progress scheduling as specified in Section Schedule of submission of shop drawings, samples, colour chips as specified in Section Delivery schedule of specified equipment as specified in Section Site safety as specified in Section Proposed changes, change orders, procedures, approvals required, mark-up percentages permitted, time extensions, overtime, and administrative requirements..7 Owner-furnished Products..8 Record drawings as specified in Section Maintenance material and data as specified in Section Take-over procedures, acceptance, and warranties as specified Section Monthly progress claims, administrative procedures, photographs, and holdbacks..12 Appointment of inspection and testing agencies or firms as specified in Section and Insurances and transcript of policies..6 During construction, coordinate use of site and facilities through Consultant's procedures for intra-project communications: Submittals, reports and records, schedules, coordination of drawings, recommendations, and resolution of ambiguities and conflicts..7 Comply with instructions of Consultant for use of temporary utilities and construction facilities..8 Coordinate field engineering and layout work with Consultant. 1.6 ON-SITE DOCUMENTS.1 Maintain at job site, one copy each of the following:.1 Contract drawings..2 Specifications..3 Addenda..4 Reviewed shop drawings..5 Change orders..6 Other modifications to Contract..7 Field test reports..8 Copy of approved Work schedule..9 Manufacturers' installation and application instructions..10 Labour conditions and wage schedules..11 Applicable current editions of municipal regulations and by-laws. Current building codes, complete with addenda bulletins applicable to the Place of the Work.
34 Canadian Master Specification (CMS) Section Project Managing and Coordination Dr. Kalinowski - 2nd Floor, United Health Centre Page SCHEDULES.1 Submit preliminary construction progress schedule as specified in Section to Consultant coordinated with Consultant's project schedule..2 After review, revise and resubmit schedule to comply with revised project schedule..3 During progress of Work revise and resubmit as directed by Consultant. 1.8 CONSTRUCTION PROGRESS MEETINGS.1 During course of Work to project completion, schedule progress meetings monthly..2 Contractor, major subcontractors involved in Work Owner and Consultant are to be in attendance..3 Notify parties minimum four (4) days prior to meetings..4 Record minutes of meetings and circulate to attending parties and affected parties not in attendance within three (3) days after meeting..5 Agenda to include following:.1 Review, approval of minutes of previous meeting..2 Review of Work progress since previous meeting..3 Field observations, problems, conflicts..4 Problems which impede construction schedule..5 Review of off-site fabrication delivery schedules..6 Corrective measures and procedures to regain projected schedule..7 Revision to construction schedule..8 Progress schedule, during succeeding work period..9 Review submittal schedules: expedite as required..10 Maintenance of quality standards..11 Review proposed changes for affect on construction schedule and on completion date..12 Review site safety and security issues..13 Other business. 1.9 SUBMITTALS.1 Prepare and issue submittals to Consultant for review..2 Submit preliminary Shop Drawings, product data and samples as specified in Section for review for compliance with Contract Documents; for field dimensions and clearances, for relation to available space, and for relation to Work of other contracts. After review, revise and resubmit for transmittal to Consultant..3 Submit requests for payment for review, and for transmittal to Consultant..4 Submit requests for interpretation of Contract Documents, and obtain instructions through Consultant..5 Process substitutions through Consultant..6 Process change orders through Consultant..7 Deliver closeout submittals for review and preliminary inspections, for transmittal to Consultant.
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 informationDEAN + TYLER + BURNS ARCHITECTURE
DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3
More informationBidding 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 informationOxford & 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 informationSTANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction
STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.
More informationThe 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 informationBidding 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 informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More informationBIDDING 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 informationGENERAL 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 informationNORTHERN COLLEGE DRY HYDRANT
NORTHERN COLLEGE DRY HYDRANT Prepared for: NORTHERN COLLEGE 4715 Highway 101 East South Porcupine, ON P0N 1H0 Prepared by: J.L. RICHARDS & ASSOCIATES LIMITED 834 Mountjoy Street S, PO Box 10 Timmins, ON
More informationDocument B252TM 2007
Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation
More informationREQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components
REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility RFP Components CLIENT: TradePort International Corporation, Operators of John C. Munro
More informationThis 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 informationADDENDUM 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 informationBERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX
BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY
More informationDocument 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 informationINSTRUCTIONS 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 informationATTACHMENT D SCOPE OF SERVICES
ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationThis is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order
This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes
More informationFORRENCE RECREATION CENTER ROOF REPLACEMENT
136 Clinton Point Drive, Plattsburgh, NY FORRENCE RECREATION CENTER ROOF REPLACEMENT PROJECT MANUAL AES PROJECT NO. 4101 August 18, 2014 SET NO. PROJECT ENGINEER PROJECT ARCHITECT CLINTON COMMUNITY COLLEGE
More informationInvitation 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 informationA 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 informationTENDER ROOFING, GYM BLEACHER & GYM PARTITION REPLACEMENT AND FIN RADIATION UPGRADES WEST FERRIS INTERMEDIATE & SECONDARY SCHOOL
TENDER ROOFING, GYM BLEACHER & GYM PARTITION REPLACEMENT AND FIN RADIATION UPGRADES WEST FERRIS INTERMEDIATE & SECONDARY SCHOOL The Near North District School Board invites qualified vendors to submit
More informationCITY 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 information2. Clarification: The building address is 801 Henderson Street.
East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction
More informationPW # 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 informationSAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL
DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of
More informationLOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department
Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College
More informationAttachment 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 information1.1 THE ARCHITECT S SPECIFICATIONS AND DRAWINGS 1.2 THE BIDDING CONTRACTORS
GENERAL The commercial bidding process is a well-defined path of positioning oneself to be the successful bidder amongst a group purporting to offer the same quality materials and labor. There are certain
More informationOSNI PONCA OFFICE REMODEL
OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING
More information6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents
Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3
More informationDocument B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project
TM Document B105 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)
More informationADDENDUM 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 informationREQUEST 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 informationRefer 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 informationPROJECT 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 information270 Prince Street, Suite 202 Montréal (Québec) H3C 2N3 Tel: (514) Fax: (514) NOTICE OF TENDER
G.C.C.E.E.I. est. 1974 Grand Council of the Crees (Eeyou/Eenou Istchee) Grand Conseil des Cris (Eeyou/Eenou Istchee) ᐄᓅ/ᐄᔨᔫ ᒋᔐᐅᒋᒫᐤ CREE NATION GOVERNMENT GOUVERNEMENT DE LA NATION CRIE Capital Works and
More informationBoth envelopes must have the following information in the lower left hand corner:
SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including
More informationSECTION ADVERTISEMENT FOR BIDS
George FROM: SECTION 00 1113 ADVERTISEMENT FOR BIDS 1.01 THE OWNER (HEREINAFTER REFERRED TO AS OWNER): A. Ogden School District B. 1950 Monroe Boulevard C. Ogden, Utah 84401 1.02 AND THE ARCHITECT (HEREINAFTER
More informationRequest for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION
Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for
More informationMARYLAND STADIUM AUTHORITY
MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY
More informationSunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735
Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375
More informationBULLETIN 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 informationCALL 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 informationUNIVERSITY 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 informationAppendix 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 informationDOCUMENT 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 informationAugust 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY
The City University Of New York August 19, 2010 Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY600-006 This Addendum is for the purpose of conveying the below Documents
More informationNOTICE 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 information1997 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 informationREQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY
REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &
More informationTownship of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement
Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director
More informationCOUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016
WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center
More informationPLANNING AND EVALUATION PRELIMINARY DESIGN
PLANNING AND EVALUATION Project Initiation Discuss and refine client requirements Project brief, Schedule, Budget Confirm client's space needs and program Establish scope of work Obtain client-supplied
More informationSupply and Delivery of Boltless Metal Shelving Units
T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department ADDENDUM No. 2 DATED JULY 2, 2013 TO THE PROJECT MANUAL and PLANS
More information155 North Beech, Casper, WY * (307) * (307) Fax INDEX
INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT
More informationPUBLIC CONTRACT CODE SECTION
PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized
More informationPHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119
PHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119 545 11TH STREET EAST, PRINCE ALBERT, SASKATCHEWAN PROJECT No. 15.041 ISSUED FOR TENDER JUNE
More informationRFQ 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 informationSAN 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 informationINVITATION TO BID (Request for Proposal)
INVITATION TO BID (Request for Proposal) February 16, 2017 PROJECT Facilities Master Plan - Phase 1 Interior Renovations PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,
More informationMEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.
MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included
More informationAs a state agency, the College administration is required to develop procedures for Construction Manager selection.
COLLEGE of CENTRAL FLORIDA ADMINISTRATIVE PROCEDURE Title: Construction Management Selection Process Page 1 of 2 Implementing Procedure For F.S. 1013.45 Date Approved: 09/11/02 Division: Administration
More informationDocument Synopses by Series
Document Synopses by Series AIA Contract Documents are divided into six alphanumeric series by document use or purpose: A Series: Owner/Contractor Agreements B Series: Owner/Architect Agreements (p. 13)
More informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested
More informationREQUEST 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 informationSection IX. Bidding Forms TABLE OF CONTENTS
Section IX. Bidding Forms TABLE OF CONTENTS Bid Form... 2 Form of Contract Agreement... 4 Omnibus Sworn Statement... 6 Bid Form Date: IAEB 1 N o : To: [name and address of PROCURING ENTITY] Address: [insert
More informationIssued for Tender Architectural Specifications Regional District of North Okanagan Mission Hill WTP Office Renovation
Architectural Specifications Regional District of North Okanagan Mission Hill WTP Office Renovation Thinkspace Project No. 16541 RDNO Project No. 2016-E372.15.03 2016-05-25 RDNO Mission Hill WTP Office
More informationTENDER Window & Door Hardware Replacement, Exterior Cladding & Washroom Upgrades Northern S. S. Sturgeon Falls, ON
TENDER Window & Door Hardware Replacement, Exterior Cladding & Washroom Upgrades Northern S. S. Sturgeon Falls, ON The invites qualified vendors to submit tenders for the above project. Documents may be
More informationREQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017
NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request
More informationDOCUMENT BID FORM. Village of Middle Point
DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191
More informationPREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR
1. PROJECT TICE PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR York Hall Biology/Chemistry Renovation UNIVERSITY OF CALIFORNIA SAN DIEGO a) BNBuilders, Inc. (BNB) intends to award lump sum contracts
More informationCoastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina
Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464
More informationThe Greater Toronto Electrical Contractors Association endorses the following CCDC/CCA Documents
The Greater Toronto Electrical Contractors Association endorses the following CCDC/CCA Documents CCDC Standard Construction Documents CCDC 2-1994 Stipulated Price Contract Standard prime contract between
More informationSPECIFICATIONS. Community Park Concession/Washroom Building Alterations. Issued for Tender February 23, Prepared by: zeidler
SPECIFICATIONS Issued for Tender February 23, 2015 Community Park Concession/Washroom Building Alterations Prepared by: zeidler For: City of Parksville Community Park Concession/Washroom Building Alterations
More informationExhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction
- State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES... 1 ARTICLE 2 - PROGRAM VERIFICATION STAGE... 2 ARTICLE 3 - SCHEMATIC DESIGN
More informationWINTER 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 informationMemphis 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 informationTEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL
TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL
More informationSupply and Delivery. Chromebase All-in-One Computers
T E N D E R Supply and Delivery Of Chromebase All-in-One Computers Closing Date: Tuesday, March 13, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board
More informationIOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS
PROJECT MANUAL IOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS DES MOINES, IOWA K/O Project No. 160802.00 KEFFER/OVERTON ASSOCIATES, INC. ARCHITECTS 650 SOUTH PRAIRIE VIEW DRIVE,
More informationSpecifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE
Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries
More informationADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.
ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or
More informationCattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY
140 John James Audubon Parkway, Suite 201, Amherst, New York 14228 P 716.688.0766 F 716.625.6825 ADDENDUM NO. 1 Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley,
More informationBIDDING PROCEDURES FOR GOODS PURCHASES
Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that
More informationBIDDING PROCEDURES FOR GOODS PURCHASES
Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that
More informationAboriginal 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 informationRequest for Quotations Airport Secure Access System
- Request for Quotations 2015-39 Airport Secure Access System The City of Dawson Creek requests written quotes for the supply and installation of a new secure key/card/fob access control system at the
More informationINSTRUCTIONS FOR USING THE MICHIGAN SCHOOL BUSINESS OFFICIALS ( MSBO ) PROTOTYPE FORM OWNER/ARCHITECT AGREEMENT WITH CONSTRUCTION MANAGER COORDINATION
INSTRUCTIONS FOR USING THE MICHIGAN SCHOOL USINESS OFFICIALS ( MSO ) PROTOTYPE FORM OWNER/ARCHITECT AGREEMENT WITH CONSTRUCTION MANAGER COORDINATION Please be advised that the purpose of this Instruction
More information700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION
700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single
More informationBARBADOS 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 informationNorth American Development Bank. Engagement of Consultants
North American Development Bank Engagement of Consultants ENGAGEMENT OF CONSULTANTS This Note has been prepared by the North American Development Bank (the Bank) to assist staff and borrowers in the implementation
More informationCITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM
CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN
More informationSECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT
ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services
More informationTown 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 information1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.
PROJECT NO. 13-130.03 Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No. 13-130.03 OWNER: City of Pell City 1905 First Ave. North Pell City, AL 35125 ph. (205)338-2244
More information