SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB

Size: px
Start display at page:

Download "SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB"

Transcription

1 SPECIFICATIONS For Brisbin Family Chiropractic 150 Chippewa Road Sherwood Park AB AS PREPARED BY May 15, 2017

2 TABLE OF CONTENTS Invitation to Provide Pricing Instruction to Bidders Bid Form List of Subcontractors General Requirements 2

3 INVITATION TO PROVIDE PRICING SELECTED CONTRACTORS: Selected General Contractors are invited to provide pricing for the work required to complete the above mentioned project as laid out in the drawings and attached specifications. INSTRUCTIONS TO CONTRACTORS: Pricing packages are to be submitted by in PDF format to: Attn: Lori Cox PRICING TO BE COMPLETED BY: Thursday, June 1, 2017 by 2:00pm (via ONLY). QUESTIONS: Contact, Questions are to be submitted by only and must be received by Tuesday May 30 th at 10am in order to have adequate time to send out Addendums and allow for pricing. NOTE:Mandatory Site walk through of space on Thursday May 25 th at 7:45am INSTRUCTION TO BIDDERS 1. Direct communication to the Owner by any bidder will not be answered. All correspondence will be through unless instructed otherwise. 2. Prospective bidders who have received Bid Documents, but do not intend to submit a Bid, are requested to notify the Consultant within 1 day of receiving the Bid Documents. 3. Bids shall comply with the Drawings and Specifications and include all costs for performance of the Work. 3

4 4. All General Contractors shall provide a list of each subtrade plus each subtrade s quote in the bid submission. Submit bids on forms supplied within the Specification. 5. This will not be a two-stage bid, Bid Form complete with list of subcontractors and price breakdown as well as any supplemental information requested must be submitted with the Bid before bid closing time. Incomplete bids will not be accepted. 6. Complete bid form in its entirety. Any required information that is omitted or illegible, any alterations to the text, or any conditions added on or submitted with the Bid Form, may cause the bid to be declared invalid or rejected. 7. Separate price items shall only indicate an addition to the Contract. The Owner reserves the right to accept any, or none, of the Separate prices. 8. Oral, telephoned or faxed Bids will not be accepted nor acknowledged. 9. The submission of a Bid shall constitute an incontrovertible representation by the Bidder that: i. The Bidder has complied with all bidding requirements ii. The Bidder is qualified and experienced to perform the Work in accordance with the Bid Document iii. The Bid is based upon performing the Work in accordance with the Bid Document, without exception, and iv. The price or prices stated in the Bid Form cover all the Bidder s obligations under the Contract and all matters and things necessary for the performance of the Work in accordance with the Bid Document 10. Bids will be opened immediately after the Bid Closing Time. All information arising from the Bid Opening will be considered confidential and the Owner is not obligated to notify Bidders of the Bid Prices or any other information on the Bid Form. 11. The lowest, or any Bid, will not necessarily be accepted. The Owner will consider the following factors in accepting a Bid: i. Base Bid Price entered on the Bid Form ii. Validity of Bid iii. Bid based on specified materials iv. Acceptance of project completion date in Bid Form 12. A valid Bid will be considered to be a Bid Form that has been completed correctly, having all required information, having no qualifications, and having all properly executed attachments and assurances at time of bid submission. 4

5 13. The Owner reserves the right to request clarifications for minor discrepancies, or to ask for additional information to help assess the acceptability of all Bids. This information will not cause qualification or ambiguity that will cause a conditional Bid. 14. The Owner(s) have the right to award the contract to any of the Contractors bidding. The lowest bid will not necessarily be accepted. 15. The Owner reserves the right to reject any and all Bids, for any reason and without explanation or compensation to the Bidders. 16. Once the Owner has accepted the Bid, the Bidder shall enter into a Contract. The Contract to be executed between the Owner and the successful Bidder is the Stipulated Price Contract, CCDC of the Canadian Construction Documents Committee (or the most recent version). It will be the Bidders (Contractors) responsibility to draft the CCDC 2 document for Client review and approval prior to proceeding with Work. 17. Notify the Consultant of any discrepancies or omissions in or between drawings and specifications, or if any doubt to the meaning or intent therein exists prior to three (3) working days to closing of Bids via Bidder shall, before submitting a bid: i. examine and read the Bid Documents thoroughly ii. iii. iv. visit site and its surroundings and other locations to become familiar with local and other conditions affecting the Work, consider the effect of regulatory requirements applicable to the Work, study and correlate Bidder s observations with the Bid Documents, v. immediately notify Consultant of all perceived omissions and discovered conflicts, errors and discrepancies in the Bid Documents, and vi. be satisfied that Bidder understands the Bid Documents and is competent to undertake and complete the work. 19. Before submitting pricing each contractor must make a careful study of the specification and fully inform himself as to the quality of workmanship required. 20. Prior to the date the Bids are received; any and all interpretation of the Drawings and Specifications will be issued in the form of a written addendum only to ensure that all bidders base their bids on the same information. State all addendum numbers received on the Bid Form. 5

6 21. Any replies to inquiries or interpretations or modifications of the Bid Documents made verbally, by , or by any manner other than in the form of a written Addendum, shall not be binding. 22. A bid may be withdrawn at any time before the bid closing time, provided the request is in written form. A bid may not be withdrawn at or after bid closing time and shall be open to acceptance by the Owner until some other bidder has entered into contract with the Owner for performance of the work or 60 Days after the bid closing time, whichever occurs first. 23. The selected contractor shall submit a schedule within one week of entering into a Contract. 24. The selected contractor must be responsible for weekly reports on the delivery of goods and materials in his contract. 25. All prices and terms quoted must be firm for sixty (60) days from the date pricing is due. 26. The successful contractor shall obtain written confirmation of delivery on all materials, hardware, millwork and flooring material, within one week of signing contract, and suppliers who do not fulfil their delivery commitment shall assume responsibility for costs and losses to the client. 27. The scope of work includes ALL supervision (including that of the millworker), labour, materials, equipment and transportation to remove existing and reinstall new finishes as per drawings. 28. Payment will be made based on details with the awarded contractors contract which shall stipulate the payment schedule. Final inspection will be completed when advised from the contractor that the work is substantially completed. (A Certificate of Substantial Completion must be posted at this time). Payment will be paid in accordance with the latest addition of the Lein Act. 6

7 BID FORM Project: Brisbin Family Chiropractic, From (Bidder): (Name) (Address) To: Attention: Lori Cox Having examined and read the Bid Documents, drawing and specifications, issued for the project of B r i s b i n F a m i l y C h i r o p r a c t i c, O f f i c e R e n o v a t i o n, including Addendum Numbers, and having visited the site (mandatory) and examined all conditions affecting the Work, are satisfied we understand the bid documents and declare ourselves competent to undertake and complete the Work and do hereby irrevocably bid and agree to carry out the Work in accordance with the Bid Documents, for the stipulated price of: (Total in Words, Excluding GST) (Total in Figures, Excluding GST) If notified in writing, by the Owner, of the acceptance of the price, within one week of when the pricing is to be submitted, we will complete substantially, all the work included in these documents within the time frame stated below: Start date: Second week of July 2017, exact date Tbd by client. More exact dates to be determined by Client/Designer/Contractor once awarded. Project completion date: approx. 7-8 weeks. Exact date tbd upon award of contract. Pricing Documents: We hereby acknowledge receipt of all pages of the documents as identified in the table of contents. Drawing package, including Interior Design, and Electrical Drawings # of pages and Specification 16 pages. The following must be included with Bid Submission (Bidder to initial): Comply with project Substantial Completion date above (or indicate alternate) Certificate of Insurance attached NAME OF CONTRACTOR SIGNATURE TITLE DATE 7

8 LIST OF SUBCONTRACTORS We submit herein a list of Trades we proposed to use, reserving, however, the right to substitute other Trades for any section in the event of any Trade withdrawing his tender or becoming bankrupt after the date hereto. Any such substitution is subject to the approval of the Owner contingent upon evidence of withdrawal or bankruptcy. Form MUST BE INCLUDED with tender submission. FILL IN APPLICABLE AMOUNTS WORK BASE COST SUBTRADE General Conditions. What's included? Permits Demolition Gypsum Board & Framing Painting Millwork inc all counters & upholstery cushions. Do not inc for 3 millwork screen/slats 3 Millwork screen slats inc. slats that go onto ceiling over kids area Interior signage (all vinyl and acrylic) Washroom Accessories (only ones inc on plans, some are by client) All LVT, carpet tile & base (except CPT3); don t inc in base price for LVT on waiting area ceiling as noted LVT on face/sides of waiting room ceiling as noted on plans CPT 3 (vestibule carpet) Wall finishes (WS and T1) Cost to lock off exterior entrance door into empty space Ceiling tbar/tiles 8

9 Doors & Hardware Brisbin Family Chiropractic Plumbing supply & install Mechanical supply/install/relocate Electrical, including light fixtures as noted (some fixtures are to be supplied by Designer, but all install is by GC). Misc Items of Work-what s inc.? Final Clean up Contractor fee (dollar amount) SUB TOTAL GST TOTAL SEPARATE PRICE ITEMS DO NOT INCLUDE IN BASE PRICE Price to remove existing entrance doors into empty space and fill in with new exterior wall materials to match existing Price to provide to install TFL8 on waiting room ceiling instead of LVT 9

10 General Requirements All work as per standard construction methods and procedures for this building. If Landlord guidelines and procedures differ from the items below, the Landlords guidelines shall supersede Scope This contract is for a complete job, including Mechanical and Electrical, as called for on the drawings and specifications Materials, Equipment, Etc. The contractor shall furnish all necessary materials, labor, plan, equipment, scaffolding, tools, utensils, power, water, etc., and all other items of every description required for the proper execution and completion of all the work of this contract. All materials and equipment and articles incorporated in the work shall be new, not damaged or defective and of the best quality (compatible with specifications) for the purpose intended. Defective materials and equipment will be rejected Layout The contractor is responsible for the correct performance/procedure of his work and the work of the subcontractors. If necessary, he shall employ a competent engineer to lay out the work Care of the Building The Contractor shall assume responsibility for the care and control of property assigned to him for performance of the Work. The Contractor is to have full charge of the work until complete. Contractor shall assume responsibility for and shall make good damage to existing property or stolen property while the building is in his care Protection of the Work All possible care must be taken to protect the work and adjacent tenants against damage, accident or injury from fire, theft, accident or other causes, as the entire work of the contract is at the contractor s risk and he will be held responsible for all accidents or injury that may happen to the work, individuals or property until the contract is complete Responsibility and Coordination Be responsible for the coordination of all aspects of the work. Include the cost of all such coordination in the contract price The responsibility as to which sub-trade provides required work to be built-in or supplied rests entirely with the contractor. Differences in interpretation of the specifications of drawings as to which trade shall provide certain work shall not be grounds for payment of extras 10

11 Be fully aware of the requirements of every section of the specifications and drawings and make preparations for all trades to perform Where installation of one part of the Work is dependent on installation of other components, either before or after its own installation, schedule and coordinate construction activities in the sequence required to obtain the best results Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement Do the cutting and remedial work required to make the several parts of the Work come together properly Coordinate the use of construction plant and equipment, including cranes, hoists, ladders, scaffolding, etc., with the work of the various trades. The cost of such use by the various trades is subject to whatever arrangement exists between the Contractor and the trades. Include all costs with respect to construction plant and equipment in contract price Coordinate the work of each trade to ensure that such work is consistent with the requirements for the work of all trades. Before commencing any work, each trade must report to the contractor any inconsistency between the work of another trade and the requirements for its work. Any cost incurred by the contractor of trades to rectify such inconsistencies is included in the contract price Coordinate the work of the various trades and personnel to minimize the spread of dust and dirt, and to eliminate the possibility of damage to the work of other trades. All work damaged is to be made good as set out herein 1.7. Building Codes All workmanship, materials and design shall comply with the most current version of the Alberta Building Code, and the National Building Code requirements and approvals, and other relevant laws, codes and requirements. Contractor shall submit, obtain and pay for all permits or licenses required for execution of Work. 11

12 1.8. Workmanship and Materials All materials used in the execution of this contract are to be new and of the best of their respective kinds, and all labor shall be executed in accordance with the best standard practice in the construction industry by skilled, qualified workmen. All materials, equipment, etc., noted on the drawings and specifications shall be as noted, or approved alternatives Approved Alternatives The approval of any materials, equipment, etc., as equal to that specified shall in no way relieve the contractor of his responsibility of allowing for any other changes necessitated by that approval. No extras will be considered for changes to any part of the design necessitated by and approved alternative. Requests for alternates shall be substituted in writing to the Designer. If approved, the Designer will provide written approval to proceed with the alternate Standard of Materials Unless otherwise specified, all material, fixtures, parts, apparatus, etc., shall be to A.S.T.M., C.S.A. and C.M.H.C. minimum standards Shop Drawings The Contractor shall submit to the Consultant for approval one set of detailed shop drawings for all work built offsite and for materials; plumbing, lighting, hardware, etc.; or any other specified work for which these drawings may be required. These shop drawings shall be amended until they are approved, for as often as may be required Approval of material, methods, design or shop drawings shall in no way relieve the contractor of his responsibility for the accuracy of the work and adherence to the specifications All measurements for the work shall be obtained on site and shall be the responsibility of the Contractor and/or Subcontractor to access the site and verify all conditions which may affect the production, delivery and installation of work Approval shall be for design and general arrangement only, and not to figured dimensions, numbers, quantity, etc. All dimensions to be site confirmed. Any discrepancies shall be reported to the Design Consultant immediately Contractor is to submit shop drawings to designer for reiew of hardware, plumbing fixtures, washroom accessories, and light fixtures prior to ordering as well as all millwork prior to fabrication. Designer review is for the limited purpose of checking for conformance with information and design intent. It is the contractors responsibility for review and approval of information 12

13 but not limited to, site measurements, materials, fabrication, installation and all coordination Operations and Maintenance Instructions At the substantial Performance of the job, the contractor shall turn over maintenance and operations instructions complete with warranties Extras No claim for extra work or materials of any nature will be recognized at any time, or entertained by the owners, unless the contractor has first obtained written approval from the Designer for the extra work or materials (request for change to be completed and approved by the Owner and the Designer) Drawings All drawings are intended to cooperate with and form part of this specification and the accompanying contract. Where figures are given, they are to take precedence over measurements by scale. DO NOT SCALE DRAWINGS. All lettering on the drawings shall be considered part of the specification and contract Security The contractor is responsible for security on the job site. Security refers to General Contractor s site and area of work. Contractor is not responsible for general security of West End Medical Professional Building Safety The Contractor must do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with the Act and its regulations, as required to ensure the health and safety of all persons at the "work site" Job site Meetings Prior to start of any work, a pre-construction meeting shall be held with the Owner, Design Consultant and the Contractor to examine and discuss the Work of the Contract. Product and materials should not be ordered prior to this meeting until a Contract has been signed by both parties unless the Design Consultant and Owner have indicated otherwise via written documentation Schedule regular construction progress meetings, at the site, every # of weeks for the duration of the contract, or as otherwise directed by the Owner and Design Consultant. All site meetings will be based on quantity provided within the client fee letter. 13

14 1.18. Temporary Light, Power and Waste Disposal Bin The contractor shall provide all power, temporary lights, wiring, equipment, etc., required for the proper execution of the work as required during the progress of contract and maintain same in good working order during this period. There will be no charge for utilities. Waste disposal bin to be located on the North East side of the building beside the existing bins Water Supply The contractor shall provide a continuous supply of clean water for all trades. 14

15 1.20. Workers Compensation The contractor shall comply with the provisions of the Workers Compensation Act and supply the designer with a certificate of good standing at the commencement of the contract, before final payment is made, and at such other times as may be required Vacation with Pay The contractor shall comply with all applicable regulations and Acts covering Vacation with pay Unemployment Insurance The contractor shall comply with all applicable regulations of the Unemployment Insurance Commission of Canada Discrepancies and Omissions Contractors finding discrepancies in or omissions from the drawings, specifications, or other documents, or having any doubt as to the meaning or intent of any part thereof, shall immediately notify the Designer, who will send written instructions or explanations to all Contractors. Neither the Owners nor the Designer will be responsible for verbal instructions. Addenda or corrections issued during the time of pricing are to be covered in the proposal and shall become part of the contract documents Manufacturers Instructions Unless otherwise specified, the manufacturers latest printed instructions shall be rigidly complied with in regard to methods, materials and installation. The Designer shall be notified in writing if these specifications and/or drawings conflict with the manufacturers instructions. The Designer will then rule which specification is to be followed Protection All necessary measures shall be taken to properly protect all persons and property against any and all injury and damage - hoarding, barriers and barricades, warning signs, artificial lighting, etc Superintendent The Contractor shall keep on the site, during its progress, a competent superintendent and any assistance, as satisfactory to the Designer. The superintendent shall not be changed except with the consent of the Designer, unless the superintendent proves to be unsatisfactory to the contractor or ceases to be in his employment. The superintendent shall represent the contractor in his absence, and directions given to him shall be held to be given to the contractor. Any directions resulting in a change to contract documents shall be given in writing to the Contractor. 15

16 1.27. Contractors Liability Insurance The Contractor shall protect himself and indemnify and save the owner harmless from any and all claims which may arise form the Contractor s operations under the contract, and shall maintain comprehensive general liability insurance. The Property Manager/Client is to be co-insured in general liability insurance for policy for a minimum of $5,000, General Contractor s require Wrap up Liability insurance for a total of $10,000, General Contractor is required to enter into a CCDC2 contract upon contract award. Provide proof of insurance with your pricing package. All liability insurance policies shall be written in such terms as will fully protect the Contractor, notwithstanding his assumption of liability and indemnify covenant under the contract. In the event of a loss, the Contractor shall act on behalf of the owner and himself for the purpose of adjusting the amount of such a loss with the insurer. On completion of such adjustment, the Contractor shall repair the damage and complete the work, and shall be entitled to receive from the owner (in addition to any sum due under the contract) the amount at which the owner s interest has been appraised in the adjustment, to be paid as the work of restoration proceeds. Damage not affecting the rights and obligations of either party under the contract shall entitle the Contractor to such reasonable extension of time for completion of the work as the owner may decide Evaluation of changes on Stipulated Price Work The value of a change, and the change in Contract Price and Contract Time, shall be as agreed upon in writing, before the Contractor to proceed with the change in the Work. If a change results in a net increase in the Contractor's costs, the Contract Price shall be increased by the amount of the net increase in costs, plus an allowance for overhead and profit, as follows: For work performed by Contractor's own forces, including work performed to accommodate work performed by Subcontractors, the Contractor shall be entitled to a mark-up of 10% on its actual Direct Costs related to the change in the work for overhead costs and profit For work performed by Subcontractors, including work performed to accommodate work performed by Sub-subcontractor:.1 Each Subcontractor shall be entitled to a mark-up of 10% on actual Direct Costs related to the change in the work for overhead and profit..2 Contractor shall be entitled to 10% on the Subcontractors' total price to cover their Administrative Fee and profit If a change results in a decrease in cost, amount of credit given shall be amount of actual decrease, without overhead and profit If a change involves both extras and credits and results in an increase in cost, overhead and profit shall be allowed on increase only. 16

17 1.29. Use of Premises The contractor shall not load or permit to be loaded any part of the work with a weight that will endanger its safety. A Structural Engineer and Landlord approval will be required prior to proceeding with work Fire Protection The contractor shall, unless otherwise required, supply and keep on the worksite fire extinguishing facilities of a type and size suitable to give adequate protection Clean-up Remove all waste material and rubbish from the site daily. Coordinate the work of the various trades in this respect. The cost of such removal by various trades is subject to arrangement between the contractor and the trades. Do not permit any waste materials or rubbish to accumulate. Cost of all bins and removal for garbage is by the Contractor and is part of this contract Selected Contractor to apply for permit with the City of Edmonton for waste disposal bin. Bin is to be located in the loading dock on the east side of the building. Loading dock will be shared with existing tenants; accessibility must be maintained for deliveries and pickups Conduct cleaning and disposal operations to comply with local ordinances and regulations Use only cleaning materials recommended by the manufacturer of surface, to clean and be compatible with material to be used by owner following completion of the work Use experienced workers or professional cleaners for final cleaning.in preparation for inspection for substantial performance, do final cleaning of applicable items to meet the following conditions; 1) ceramic or porcelain tile work -cleaned, finished/or sealed as per manufacturers recommended methods and products, (grout to be sealed) 2) Other floors, scrubbed, washed and polished where required, and all other stains removed, or vacuumed. 3) Finish hardware - free from stains and polished 4)Aluminum work - cleaned 5) Glass - cleaned and polished 6) All scratched or broken glass replaced 7) Painted, decorated and stained work - all marks, stains, fingerprints and other soil or dirt removed 17

18 8) Built-in fixtures and equipment - fully cleaned and touched up 9)Electrical and other panels - fully labeled 10) Light fixture lenses - cleaned 11) Work under mechanical division - fully operational 12) Work under electrical division - fully operational Substantial Performance / Final billing Contractor to provide Owner with the following, after inspection at substantial completion and final billing is submitted. a) WCB (workman s compensation board) clearance b) Statutory Declaration c) Certificate of Substantial Completion (also posted on site) d) List of outstanding deficiencies and schedule to finish. e) Maintenance manuals for all equipment and finishes 18

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

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

More information

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

DEAN + TYLER + BURNS ARCHITECTURE

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

More information

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

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

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

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

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: CITY OF HOPKINSVILLE COMMERCIAL CLEANING MAINTENANCE

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

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

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

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

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More 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 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

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

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

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

More information

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

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME: Anna High School Additions and Renovations CLIENT NAME: Anna ISD LOCATION: PROJECT NUMBER: 1772-01-01 PROPOSAL DATE: Thursday, June 14, 2018,

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

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

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

2018 REQUEST FOR PROPOSAL FOR JANITORIAL SERVICES. Alberta Construction Safety Association (ACSA)

2018 REQUEST FOR PROPOSAL FOR JANITORIAL SERVICES. Alberta Construction Safety Association (ACSA) 2018 REQUEST FOR PROPOSAL FOR JANITORIAL SERVICES Alberta Construction Safety Association (ACSA) CLOSING DATE: February 9 th, 2018 SECTION 1 PURPOSE AND CONTENT 1.1 We are Alberta s partner in construction

More information

SPPL RFQ Ref No.: REPLACEMENT OF BALL FLOAT VALVE FOR WATER TRANSFER TANK AT SINGAPORE POOLS BUILDING

SPPL RFQ Ref No.: REPLACEMENT OF BALL FLOAT VALVE FOR WATER TRANSFER TANK AT SINGAPORE POOLS BUILDING SPPL RFQ Ref No.: 2200001220 REPLACEMENT OF BALL FLOAT VALVE FOR WATER TRANSFER TANK AT SINGAPORE POOLS BUILDING Company Name: Contact Person for this RFQ: Contact No.: Email: Lead Time: Target completion

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

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

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

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK FLATWORK

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK FLATWORK Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK FLATWORK A. SCOPE OF WORK In performing the Designated Tasks, Work and Product Specifications, the Subcontractor shall strictly comply with all

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

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

The University of Alabama General Requirements for Purchase Orders Involving Public Works

The University of Alabama General Requirements for Purchase Orders Involving Public Works The University of Alabama General Requirements for Purchase Orders Involving Public Works Revised January, 2011 The following items are to be included in the scope of each Purchase Order individually,

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

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

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

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

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

Specific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16.

Specific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16. SECTION 01 77 00 - PROJECT CLOSE-OUT PART 1 - GENERAL DESCRIPTION OF REQUIREMENTS: Definitions: Project close-out is the term used to describe certain collective project requirements, indicating completion

More information

Request for Quotations Airport Secure Access System

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

More information

City of Greenville 411 S. Lafayette St. Greenville, MI Phone Fax

City of Greenville 411 S. Lafayette St. Greenville, MI Phone Fax City of Greenville 411 S. Lafayette St. Greenville, MI 48838 616.754.8887 Phone 616.754.5885 Fax REQUEST FOR QUOTE GREENVILLE AREA COMMUNITY CENTER (GACC) THEATRE SEATING & FLOORCOVERING PROJECT The City

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

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

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

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

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

More information

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and Town of Milton No. 17 and Milton Fire Station No. 5 Tender No. 19-500-1 and 19-500-2 BID SUBMISSION 19-500-2 Part Two In accordance with Tender No. 19-500-2, Tender Form Part Two must be submitted electronically

More information

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH SPECIFICATIONS FOR TENDER #0171-1807 SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH CLOSING DATE: 20th of March, 2018 CLOSING TIME: 2:00 PM (Newfoundland Time) Invitation to Tender

More information

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017 Addendum No. 1 DATE: October 16, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: IT Office Remodel JJC PROJECT NO.: B17027

More information

OSNI PONCA OFFICE REMODEL

OSNI 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 information

T Simcoe Street Parking Garage Elevator Cylinder Replacement

T Simcoe Street Parking Garage Elevator Cylinder Replacement Department: Corporate Services Fax: 705-876-4607 To: Distribution List From: Bernadette Lawler/Marla Sutherland Fax: Date: March 27, 2015 Phone: Pages: 9 including this cover page Re: T-16-15- 190 Simcoe

More information

SECTION PROJECT CLOSEOUT

SECTION PROJECT CLOSEOUT PART 1 - GENERAL 1.01 SCOPE OF WORK A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to: 1. Close-out procedures 2. Final cleaning 3.

More information

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

Cattaraugus 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 information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

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

More information

EXHIBIT A - INSTRUCTIONS TO BIDDERS

EXHIBIT A - INSTRUCTIONS TO BIDDERS 1.01 GENERAL INFORMATION Neiman Marcus, Oak Brook, IL Oak Brook Center Remodel Project 2 EXHIBIT A - INSTRUCTIONS TO BIDDERS PROJECT: OWNER: CONSTRUCTION MANAGER: Neiman Marcus Oak Brook Remodel Project

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

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

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

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

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

More information

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

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

More information

Itt UNITE EDUCATE EMPOWER. SAN JUAN school

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

More information

1.4 USE OF EXISTING ELEVATORS FOR CONSTRUCTION PURPOSES (NO ELEVATOR CONTRACTOR IS CONTRACTED FOR THE PROJECT)

1.4 USE OF EXISTING ELEVATORS FOR CONSTRUCTION PURPOSES (NO ELEVATOR CONTRACTOR IS CONTRACTED FOR THE PROJECT) 1.4 USE OF EXISTING ELEVATORS FOR CONSTRUCTION PURPOSES (NO ELEVATOR CONTRACTOR IS CONTRACTED FOR THE PROJECT) The use of an existing elevator during construction shall be strictly prohibited. Any deviation

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

Maintenance and Refurbishment Works of Quarters Two (2) at FEA s National Control Center, Vuda. Tender Number: MR 334/2017

Maintenance and Refurbishment Works of Quarters Two (2) at FEA s National Control Center, Vuda. Tender Number: MR 334/2017 ` Maintenance and Refurbishment Works of Quarters Two (2) at FEA s National Control Center, Vuda. Tender Number: MR 334/2017 1 Fiji Electricity Authority (FEA) is a statutory body vested with the responsibility

More information

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom Overview The (CBW) requests sealed bids from interested and qualified firms to provide a, on a one-time basis. Supplier shall furnish all labor, materials, tools, and equipment necessary for supplying

More information

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

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

More information

Colour Plotter / Scanner

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

More information

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

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

More information

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

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

More information

SECTION 50 CONTROL OF WORK

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

More information

Via Internet Site Posting- 1 Page + attachments. Addendum No. 3 Tender Call No Closing Date: 12:00 NOON (LOCAL TIME) December 19, 2017

Via Internet Site Posting- 1 Page + attachments. Addendum No. 3 Tender Call No Closing Date: 12:00 NOON (LOCAL TIME) December 19, 2017 Michael Pacholock Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe Manager Construction Services December

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

ADDENDUM # 1 TENDER # CR Addition to scope of work Carmelite House, Grand Falls- Windsor location.

ADDENDUM # 1 TENDER # CR Addition to scope of work Carmelite House, Grand Falls- Windsor location. ADDENDUM # 1 TENDER # CR-1098 Sweeping and Line Painting for Various Sites Operated by Central Health. Addition to scope of work Carmelite House, Grand Falls- Windsor location. Same Specifications Apply.

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

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

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

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

More information

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO I. INVITATION AND INTENT The City of Salida invites all interested, qualified persons or firms capable of providing

More information

ATTACHMENT D SCOPE OF SERVICES

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

More information

REQUEST 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 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 information

Request for Proposal. February 6, 2017

Request for Proposal. February 6, 2017 Request for Proposal Holy Redeemer Medical Office Building 1648-1650 Huntingdon Pike Huntingdon Valley, PA 19046 MANDATORY CONTRACTOR WALK-THRU: Wednesday, February 8, 2017 at 8:30 AM BIDS DUE: Monday,

More information

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

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

More information

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

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

More information

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

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

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

SECTION BID FORM

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

More information

WOOD FLOORING WOOD FLOORING

WOOD FLOORING WOOD FLOORING 09550 - WOOD FLOORING 09550-1 PART ONE: GENERAL 1.1 Description WOOD FLOORING 1.1.1 Work in this Section, as shown or specified, shall be provided by the Interior Contractor and shall be in accordance

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

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

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

More information

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

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

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

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

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

Residential Sewer Backup Prevention Program

Residential Sewer Backup Prevention Program City of Wheaton Residential Sewer Backup Prevention Program Please Note: The City reserves the right to modify the policies, procedures and rules of this program or discontinue the program in its entirety

More information

Town of Saugeen Shores Department of Community Services

Town of Saugeen Shores Department of Community Services Town of Saugeen Shores Department of Community Services TENDER- Supply and Delivery of Janitorial/ Maintenance Supplies (Reference No: 2015.6760.4710) Purpose: The Town of Saugeen Shores invites companies

More information

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to:

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-1 INSTRUCTIONS TO BIDDERS PART ONE: GENERAL 1.1 Bid Proposals/Invitation to Tender 1.1.1 Sealed proposals shall be addressed to: and delivered enclosed in

More information

Chapter 2 Parties to the Contract

Chapter 2 Parties to the Contract Chapter 2 Parties to the Contract 2.1 Introduction Construction work may include building of a new structure, additions, alterations, expansion, replacement, dismantling, erection, commissioning, rehabilitation,

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

NORTHERN COLLEGE DRY HYDRANT

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

More information

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

August 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 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

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

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

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

More information