Enclosed is Addendum No. 2 to SEPTA's Sealed Bid No ATMM 5 & Market Station Enhancement Project.

Size: px
Start display at page:

Download "Enclosed is Addendum No. 2 to SEPTA's Sealed Bid No ATMM 5 & Market Station Enhancement Project."

Transcription

1 February 23, 2018 Dear Sir/Madam Enclosed is Addendum No. 2 to SEPTA's Sealed Bid No ATMM 5 & Market Station Enhancement Project. The bid opening date and time scheduled for Wednesday, February 28, 2018 at 2:00 P.M. has been changed to Friday, March 9, 2018 at 10:00 A.M. The bids will be opened at the Procurement, Supply Chain and DBE Office, 1234 Market Street, 11th Floor, Philadelphia, Pennsylvania Any inquiries regarding this bid must be directed to, Thomas Moiani of the Procurement, Supply Chain and DBE at tmoiani@septa.org or (215) Sincerely, Thomas Moiani Contract Administrator Procurement & Supply Chain Management TBM Enclosures

2 February 23, 2018 Page 1 of 1 Sealed Bid No ATMM 5 th & Market Station Enhancement Project ADDENDUM NO. 2 To All Bidders: The following constitutes Addendum No. 2 to SEPTA's Sealed Bid No ATMM 5 th & Market Station Enhancement Project. Addendum No. 2 must be acknowledged by inserting the date of the Addendum on Page 19 of the Bid Forms. Failure to do so may render a bidder's proposal as non-responsive. The bid opening date and time scheduled for Wednesday, February 28, 2018 at 2:P.M. has been changed to Friday, March 9, 2018 at 10:00 A.M. The bids will be opened at the Procurement, Supply Chain and DBE Office, 1234 Market Street, 11th Floor, Philadelphia, Pennsylvania A. General 1. Answers to all questions submitted are hereby incorporated by reference and are made part of the requirements of this bid. 2. Instructions to Bidders a. Deleted pages 14, 16 and 17 b. Added pages 14, 16 and 17 Addenda 2 3. Contract a. Deleted page 55 b. Added page 55 Addenda 2 B. Specifications 1. None C. Drawings 1. None

3 Addendum No. 2 February 23, 2018 Page 2 of 3 Sealed Bid No ATMM 5 th AND MARKET STATION ENHANCEMENT PROJECT Questions and Answers 1. Question The Mechanical Contractor shall provide all labor, materials, equipment, insurance, bonds, permits, and services necessary to complete work including but not limited to the following items. Bidders must bid individual prices on all items for award consideration. ITEM NO. DESCRIPTION TOTAL PRICE 14 Division 16 Electrical We would only be able to provide pricing for Division 1 General Requirements and Division 15 Mechanical. Please confirm. Response: Bidder should review the specifications and submit pricing for all applicable divisions. Schedule A is revised From: Bidders must bid individual prices on all items for award consideration. To: Bidders must bid individual prices for all applicable items for award consideration. 2. Question: CCTV Digital video encoding/recording system and work station, Spec. Ref. Section 16810, Drawing Ref Spec. calls for CCTV Digital video encoding/recording system. Will cameras storage for all cameras be at 2nd & Wyoming OR record locally at station?.please Advise. Response: Storage for all cameras shall be at 2 nd and Wyoming. 3. Question: OTN Node: 7024CF-SEPTA-01, Spec. Ref. Section 16810, Drawing Ref A.3. Spec. call for OTN Node N7024CFSEPTA-01. Is this required in this project? Or is there existing OTN NODE at the station? Please advise. Response: There is an existing OTN node at the station. New nodes or new modules shall be provided to support the new work.

4 Addendum No. 2 February 23, 2018 Page 3 of 3 4. Question: VMS model #, Spec. Ref. Section 16830, Drawing Ref D. As per manufacturer given model # in the spec. for VMS is old and this is with serial communication. Dwg # ET504 shows VMS are connected with cat6. Dwg# ET502 shows VMS are connect to RS485. Please confirm VMS types and communication type? Response: VMS communication is intended to be CAT6. 5. Question: UPS, Drawing Ref. ET503, Network rack parts list, Item # 11 shows two UPS and equipment rack layout shows only one UPS. Please confirm the required UPS quantity. Response: Provide two (2) UPS. 6. Question: UPS in cashier booth racks for OTN switches, Drawing Ref. ET504. Is UPS required for ETS switches in cashier booth racks? Please advise. If required please provide model #. Response: No UPS required for ETS switches in cashier booth racks. The switches receive power via the NRS 19-48/24/12-RR-PSS-1 power supply rack assembly. 7. Question: Item # 8 Part #'s, Drawing Ref. ET503. Item # 8 in drawing # ET503 calls for GBIC FP-LX10-3 and GBIC 6KP2-2G-2. Are these required in this project? If these are required, please provide details and manufacture for these items. Response: These items will not be required.

5 SCHEDULE A (General Construction) SCHEDULE OF ITEMS Project Name: 5 TH & MARKET STATION ENHANCEMENT PROJECT PART A: All Prices Lump Sum All work in accordance with Sealed Bid No ATMM and Contract Documents. Contract Documents include Specifications 5 th Street/Independence Hall Station Enhancement Project GEH 12B- 18 dated December 1, 2017 and Drawing Set for Computer File No G001, dated 12/01/17. The General Contractor shall provide all labor, materials, equipment, insurance, bonds, permits, and services necessary to complete work including but not limited to the following items. Bidders must bid individual prices on all items for award consideration. ITEM DESCRIPTION TOTAL PRICE NO. 14 Division 16 Electrical $ Subtotal Part A (Sum of Items #1 THRU #14): $ Bid Forms 14 State Construction Contract (Rebuilding w/ocip)

6 SCHEDULE A (General Construction) SCHEDULE OF ITEMS Project Name: 5 TH & MARKET STATION ENHANCEMENT PROJECT PART A: All Prices Lump Sum All work in accordance with Sealed Bid No ATMM and Contract Documents. Contract Documents include Specifications 5 th Street/Independence Hall Station Enhancement Project GEH 12B- 18 dated December 1, 2017 and Drawing Set for Computer File No G001, dated 12/01/17. The General Contractor shall provide all labor, materials, equipment, insurance, bonds, permits, and services necessary to complete work including but not limited to the following items. Bidders must bid individual prices on all applicable items for award consideration. ITEM DESCRIPTION TOTAL PRICE NO. 14 Division 16 Electrical $ Subtotal Part A (Sum of Items #1 THRU #14): $ Bid Forms 14 State Construction Contract (Rebuilding w/ocip) Addendum 2

7 (GC) SCHEDULE A (Mechanical Construction) SCHEDULE OF ITEMS Project Name: 5 TH & MARKET STATION ENHANCEMENT PROJECT PART A: All Prices Lump Sum All work in accordance with Sealed Bid No ATMM and Contract Documents. Contract Documents include Specifications 5 th Street/Independence Hall Station Enhancement Project GEH 12B- 18 dated December 1, 2017 and Drawing Set for Computer File No G001, dated 12/01/17. The Mechanical Contractor shall provide all labor, materials, equipment, insurance, bonds, permits, and services necessary to complete work including but not limited to the following items. Bidders must bid individual prices on all items for award consideration. ITEM NO. DESCRIPTION TOTAL PRICE 14 Division 16 Electrical $ Part A Total Part A (Sum of Items #1 THRU #14): $ Basis of Award: Please refer to instructions to Bidders Item #4 From: Name of Bidder Address of Bidder City, State, Zip Telephone Number Address Bid Forms 16 State Construction Contract (Rebuilding w/ocip)

8 SCHEDULE A (Mechanical Construction) SCHEDULE OF ITEMS Project Name: 5 TH & MARKET STATION ENHANCEMENT PROJECT PART A: All Prices Lump Sum All work in accordance with Sealed Bid No ATMM and Contract Documents. Contract Documents include Specifications 5 th Street/Independence Hall Station Enhancement Project GEH 12B- 18 dated December 1, 2017 and Drawing Set for Computer File No G001, dated 12/01/17. The Mechanical Contractor shall provide all labor, materials, equipment, insurance, bonds, permits, and services necessary to complete work including but not limited to the following items. Bidders must bid individual prices on all applicable items for award consideration. ITEM NO. DESCRIPTION TOTAL PRICE 14 Division 16 Electrical $ Part A Total Part A (Sum of Items #1 THRU #14): $ Basis of Award: Please refer to instructions to Bidders Item #4 From: Name of Bidder Address of Bidder City, State, Zip Telephone Number Address Bid Forms 16 State Construction Contract (Rebuilding w/ocip) Addendum 2

9 SCHEDULE A (Electrical Construction) SCHEDULE OF ITEMS Project Name: 5 TH & MARKET STATION ENHANCEMENT PROJECT PART A: All Prices Lump Sum All work in accordance with Sealed Bid No ATMM and Contract Documents. Contract Documents include Specifications 5 th Street/Independence Hall Station Enhancement Project GEH 12B- 18 dated December 1, 2017 and Drawing Set for Computer File No G001, dated 12/01/17. The Electrical Contractor shall provide all labor, materials, equipment, insurance, bonds, permits, and services necessary to complete work including but not limited to the following items. Bidders must bid individual prices on all items for award consideration. ITEM NO. DESCRIPTION TOTAL PRICE 14 Division 16 Electrical $ Part A Total Part A (Sum of Items #1 THRU #14): $ Bid Forms 17 State Construction Contract (Rebuilding w/ocip)

10 SCHEDULE A (Electrical Construction) SCHEDULE OF ITEMS Project Name: 5 TH & MARKET STATION ENHANCEMENT PROJECT PART A: All Prices Lump Sum All work in accordance with Sealed Bid No ATMM and Contract Documents. Contract Documents include Specifications 5 th Street/Independence Hall Station Enhancement Project GEH 12B- 18 dated December 1, 2017 and Drawing Set for Computer File No G001, dated 12/01/17. The Electrical Contractor shall provide all labor, materials, equipment, insurance, bonds, permits, and services necessary to complete work including but not limited to the following items. Bidders must bid individual prices on all applicable items for award consideration. ITEM NO. DESCRIPTION TOTAL PRICE 14 Division 16 Electrical $ Part A Total Part A (Sum of Items #1 THRU #14): $ Bid Forms 17 State Construction Contract (Rebuilding w/ocip) Addendum 2

11 PLANNING, SCHEDULING AND PROGRESS MONITORING SPECIFICATIONS NETWORK (FORMAT A) 1. DEFINITION OF TERMS a. Contract Skeleton Form: A form generated from SEPTA's Capital Program Management System used to record progress and initiate the payment process for each Prime Contractor. b. CPM Schedule (Critical Path Method Schedule): The project management tool used for planning, scheduling and monitoring project progress herein known as the Schedule. c. Value Line Breakdown: A list of cost items (value lines) and associated CPM Schedule activities. Each value line will represent the Prime Contractor s estimate of the value of the Work described by its associated CPM Schedule activity and will include direct costs, overhead and profit. The Value Line Breakdown must total each Prime Contractor's contract price. 2. COORDINATING CONTRACTOR The contractor is designated the Coordinating Contractor for this project. The other Prime Contractors will furnish to the Coordinating Contractor the required data necessary for the Coordinating Contractor to prepare the Schedule. If this project interfaces with one or more other SEPTA projects, and, in the event that two or more designated Coordinating Contractors interface on specific project tasks, the Project Manager shall have the authority to direct that these Contractors conform to a schedule approved by the Project Manager for the interfacing items. The Project Manager can direct one of the involved designated Coordinating Contractors to develop the Coordinated Schedule for these interface items for the Project Manager's review and approval. 3. BASELINE SCHEDULE SUBMISSION REQUIREMENTS The Baseline Schedule shall be a CPM schedule showing the Work of all Prime Contractors for the entire contract period. It is a detailed schedule and shall be delivered to SEPTA no later than twenty-one (21) calendar days after receipt by the Coordinating Contractor of its Notice-To-Proceed. The other Prime Contractors shall supply information to the Coordinating Contractor for preparation of this schedule within seven (7) calendar days after receipt of Notice-to-Proceed. The Baseline Schedule shall include all of the Work, as specified in the Contract Documents. Failure to include any element of Work required for the performance of the Contract shall not excuse any Prime Contractor from completing all of the Work required within the Contract Time. The Coordinating Contractor shall submit to SEPTA for its review and approval the Baseline Schedule using Primavera Project Planner (P3) or Oracle s Primavera P6 Project Management software (P6) using the following criteria: a. Activity numbers shall not exceed eight (8) alphanumeric characters. b. Activity durations shall be each Prime Contractor's estimate, in days, of the time required to perform each activity. c. Activity descriptions shall indicate definable items of work. The use of the words "start," "continue," "complete," general conditions, maintain and similar are not acceptable. The description will include one action for each activity, e.g., furnish, install, etc. d. The Schedule shall include all major design, engineering, mobilization, procurement and construction State Construction Contract (Rebuilding w/ocip) 55

12 PLANNING, SCHEDULING AND PROGRESS MONITORING SPECIFICATIONS NETWORK (FORMAT A) 1. DEFINITION OF TERMS a. Contract Skeleton Form: A form generated from SEPTA's Capital Program Management System used to record progress and initiate the payment process for each Prime Contractor. b. CPM Schedule (Critical Path Method Schedule): The project management tool used for planning, scheduling and monitoring project progress herein known as the Schedule. c. Value Line Breakdown: A list of cost items (value lines) and associated CPM Schedule activities. Each value line will represent the Prime Contractor s estimate of the value of the Work described by its associated CPM Schedule activity and will include direct costs, overhead and profit. The Value Line Breakdown must total each Prime Contractor's contract price. 2. COORDINATING CONTRACTOR The general contractor is designated the Coordinating Contractor for this project. The other Prime Contractors will furnish to the Coordinating Contractor the required data necessary for the Coordinating Contractor to prepare the Schedule. If this project interfaces with one or more other SEPTA projects, and, in the event that two or more designated Coordinating Contractors interface on specific project tasks, the Project Manager shall have the authority to direct that these Contractors conform to a schedule approved by the Project Manager for the interfacing items. The Project Manager can direct one of the involved designated Coordinating Contractors to develop the Coordinated Schedule for these interface items for the Project Manager's review and approval. 3. BASELINE SCHEDULE SUBMISSION REQUIREMENTS The Baseline Schedule shall be a CPM schedule showing the Work of all Prime Contractors for the entire contract period. It is a detailed schedule and shall be delivered to SEPTA no later than twenty-one (21) calendar days after receipt by the Coordinating Contractor of its Notice-To-Proceed. The other Prime Contractors shall supply information to the Coordinating Contractor for preparation of this schedule within seven (7) calendar days after receipt of Notice-to-Proceed. The Baseline Schedule shall include all of the Work, as specified in the Contract Documents. Failure to include any element of Work required for the performance of the Contract shall not excuse any Prime Contractor from completing all of the Work required within the Contract Time. The Coordinating Contractor shall submit to SEPTA for its review and approval the Baseline Schedule using Primavera Project Planner (P3) or Oracle s Primavera P6 Project Management software (P6) using the following criteria: a. Activity numbers shall not exceed eight (8) alphanumeric characters. b. Activity durations shall be each Prime Contractor's estimate, in days, of the time required to perform each activity. c. Activity descriptions shall indicate definable items of work. The use of the words "start," "continue," "complete," general conditions, maintain and similar are not acceptable. The description will include one action for each activity, e.g., furnish, install, etc. d. The Schedule shall include all major design, engineering, mobilization, procurement and construction State Construction Contract (Rebuilding w/ocip) 55

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

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

More information

September 13, Enclosed is Addendum No. 6 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2.

September 13, Enclosed is Addendum No. 6 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2. September 13, 2016 Dear Sir/Madam Enclosed is Addendum No. 6 to SEPTA's Sealed Bid No. 16-00138-AMJP Frazer Shop & Yard Expansion Contract 2. The bid opening date and time scheduled for Monday, September

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

Distribution. Michael Piselli

Distribution. Michael Piselli 1234 Market Street,11 th Floor Philadelphia, PA 19107-3780 TO: FROM: SUBJECT: Distribution Michael Piselli RFP 15-00245-AMJP - Consultant Engineering & Administrative Support Services for ACS-64 Locomotives

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 16, 2017 RE: BID/RFP #: BID/RFP TITLE: Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County OPENING DATE: May

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

SECTION NETWORK ANALYSIS SCHEDULES (NCA)

SECTION NETWORK ANALYSIS SCHEDULES (NCA) PART 1- GENERAL 1.1 DESCRIPTION: SECTION 01 32 16.13 NETWORK ANALYSIS SCHEDULES (NCA) SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Coordinate this section with the paragraphs of FAR

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

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

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

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732) THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ 08904 PHONE (732)572-4420 February 10, 2017 Window Replacements at Samuel J Kronman Building and Park Terrace

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202 Procurement Department Bid Office Customer Center 1 st Floor, Room 002 21 W. Church Street Jacksonville, Florida 32202 June 28, 2017 ADDENDUM NUMBER: TWO (2) TITLE: Riverview Water Main Extension Phase

More information

March 6, 2015 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Addendum No. 1/RFP Y15-1023-CH DISASTER DEBRIS MONITORING SERVICES Proposal Opening Date: March 17, 2015 This addendum is hereby incorporated

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 01310 - Project Control Schedule C O N T E N T S PART 1 - SCHEDULE REQUIREMENTS PROGRESS SCHEDULE... 1 PART 2 - SUBMITTAL PROCEDURES... 2 PART 3 - DEFINITIONS...

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

INSTRUCTIONS FOR COMPLETING SCHEDULE OF PRICES, ESTIMATE FOR VOUCHER, RETENTIONS SUMMARY, AND CONTRACTOR'S INVOICE

INSTRUCTIONS FOR COMPLETING SCHEDULE OF PRICES, ESTIMATE FOR VOUCHER, RETENTIONS SUMMARY, AND CONTRACTOR'S INVOICE INSTRUCTIONS FOR COMPLETING SCHEDULE OF PRICES, ESTIMATE FOR VOUCHER, RETENTIONS SUMMARY, AND CONTRACTOR'S INVOICE 1. Print out these instructions first, then follow them in completing the worksheets.

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH ADDENDUM NO. 1 TO CONTRACT DOCUMENTS DATED FEBRUARY 12, 2015 FOR ADDITION TO ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH Located at 8910 Gap Newport Pike Avondale, PA 19311 ARCHITECT 270 South Main Street,

More information

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL SECTION 01310 COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 SCOPE: A. COST LOADED CONSTRUCTION SCHEDULE (Construction Schedule): The WORK under this Contract shall be planned, scheduled, executed,

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205428 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for

More information

RFP IP-Based Surveillance Camera System

RFP IP-Based Surveillance Camera System RFP IP-Based Surveillance Camera System The Clinton Community School District (referenced as the DISTRICT throughout this proposal) desire to implement a district wide,tcp/ip based surveillance camera

More information

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES Solutions for Today Vision for Tomorrow ADDENDUM 5 DATE: June 16, 2016 PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES PROJECT NO. 115111 TO: ALL PLAN HOLDERS OF RECORD

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

AGENDA STAFF REPORT. CLERK OF THE BOARD Pending Review COUNTY COUNSEL REVIEW. Approved Agreement to Form. Current Year Cost: NI A

AGENDA STAFF REPORT. CLERK OF THE BOARD Pending Review COUNTY COUNSEL REVIEW. Approved Agreement to Form. Current Year Cost: NI A Agenda Item AGENDA STAFF REPORT ASR Control 16-001333 MEETING DATE: 02/14/ 17 LEGAL ENTITY TAKING ACTION: Board of Supervisors BOARD OF SUPERVISORS DISTRICT(S): 2 SUBMITTING AGENCY/DEPARTMENT: John Wayne

More information

Elmhurst Community Unit School District 205 Invitation to Bid

Elmhurst Community Unit School District 205 Invitation to Bid Elmhurst Community Unit School District 205 Invitation to Bid Bidders are invited to submit bids in conformance with the requirements established by the specifications herewith: Bid Number: 15-02 Item

More information

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion Page 1 of 5 REQUEST FOR PROPOSALS Syracuse City is seeking the services of a qualified engineering consultant

More information

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503)

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503) NORWEST ENGINEERING Consulting Engineers 4110 N.E. 122nd Ave., Suite 207 Portland, Oregon 97230 (503) 254-0110 ATTACHMENT B Request For Bid General Site Construction Bid Form Project: Location: Tacoma,

More information

REQUEST FOR PROPOSAL

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

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

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

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

More information

Bid may not be materially altered after the bids have been opened. Only the Director of Procurement can determine what a material alteration is.

Bid may not be materially altered after the bids have been opened. Only the Director of Procurement can determine what a material alteration is. UNIVERSITY OF MASSACHUSETTS-AMHERST Procurement Department 407 Goodell Bldg., 140 Hicks Way Amherst, MA 01003-9334 voice: 413-545-0361 fax: 413-545-1643 email: procurement@admin.umass.edu Web Page: www.umass.edu/procurement

More information

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

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

More information

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

UMBC PAHB II AV Classroom Systems BID # BC R ADDENDUM #4

UMBC PAHB II AV Classroom Systems BID # BC R ADDENDUM #4 Department of Procurement University of Maryland, Baltimore County 1000 Hilltop Circle Baltimore, MD 21250 DATE: August 7, 2013 TO: All Prospective Bidders Cc: Procurement File PHONE: 410-455-2273 FAX:

More information

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015 T S G TSG Architects AIA 427 Saint George, Suite 300 Gonzales, Texas 78629 8 3 0. 6 7 2. 7 8 0 1 8 3 0. 6 7 2. 4 3 4 0 f a x Member of the American Institute of Architects To: All Approved Contractors

More information

SEALED BID No AJEB Southern Depot Stormwater Retrofits. ADDENDUM No. 6

SEALED BID No AJEB Southern Depot Stormwater Retrofits. ADDENDUM No. 6 Addendum #6 December 9, 2016 SEALED BID No. 16-00235-AJEB Southern Depot Stormwater Retrofits ADDENDUM No. 6 To All Bidders: The following constitutes Addendum No. 6 to SEPTA's Sealed Bid No. 16-00235-AJEB

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

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

More information

Exhibit A Scope of Services and Deliverables

Exhibit A Scope of Services and Deliverables Exhibit A Scope of Services and Deliverables Attachment to MnDOT Contract No. for Project Name Project # 16-TZ dated Scope of Services includes: Programming / Schematic Design Phase Design Development

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS Mr. & Mrs. FL Schlagle Library Improvements Kansas City Kansas Public Schools USD 500 IFB 16-043 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

DOCUMENT BID FORM - STIPULATED SUM

DOCUMENT BID FORM - STIPULATED SUM DOCUMENT 004113 BID FORM - STIPULATED SUM Architect s Project No. 2007024EXC Project: Excell Academy for Tenant: Excell Academy for Higher Learning, Inc. Higher Learning Interiors Package 6510 Zane Avenue

More information

Maintenance, Repair, and Operations JOC Program

Maintenance, Repair, and Operations JOC Program Maintenance, Repair, and Operations JOC Program Pre-Proposal Meeting CSP #16-11-07 Building Automation Systems CSP #16-11-08 Glass and Glazing Service CSP #16-11-09 HVAC / Mechanical CSP #16-11-10 Plumbing

More information

Finance & Technology Administrator (815) ext 223

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

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

EDS Upgrades and CBRA Improvements. Addendum No. 2 DATE OF ADDENDUM: 08/17/2016

EDS Upgrades and CBRA Improvements. Addendum No. 2 DATE OF ADDENDUM: 08/17/2016 EDS Upgrades and CBRA Improvements Addendum No. 2 DATE OF ADDENDUM: 08/17/2016 The following changes, additions, and/or deletions are considered as Addendum No. 1, and are hereby made a part of the contract

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

ANNE ARUNDEL COUNTY Department of Public Works DATE: 01/25/2017 FROM: Rich Osborn, P.E., Prof.L.S., Project Manager, Bureau of Engineering SUBJECT: Minutes for Pre-Bid Meeting January 19, 2017 South Shore

More information

House Doctor Consulting Services Application Package

House Doctor Consulting Services Application Package Public Facilities Department House Doctor Consulting Services Application Package For FY2013 FY2015 House Doctor Consulting Services Project #7005 City of Boston Thomas M. Menino, Mayor Michael Galvin

More information

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

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

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

E-5 PROCUREMENT OF GOODS UNDER NATIONAL SHOPPING PROCEDURES

E-5 PROCUREMENT OF GOODS UNDER NATIONAL SHOPPING PROCEDURES E-5 PROCUREMENT OF GOODS UNDER NATIONAL SHOPPING PROCEDURES (For Contracts valued less than the equivalent of US $30,000 each) INVITATION FOR QUOTATIONS FOR SUPPLY OF GOODS UNDER NATIONAL SHOPPING PROCEDURES

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO. SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION ADDENDUM NO. 1 PROJECT: 450 CHURCH STREET DATE: 13 FEBRUARY 2015 San Francisco, 94114 OWNER:

More information

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011 TO: All Bidders From: Gila River Indian Community, Property and Supply Department The following addendum to the George Webb Village Subdivision Infrastructure construction project is made. Acknowledgment

More information

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

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

More information

TRAFFIC MONITORING CCTV GAP CLOSURE PROJECT, PL-004

TRAFFIC MONITORING CCTV GAP CLOSURE PROJECT, PL-004 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR TRAFFIC MONITORING CCTV GAP CLOSURE PROJECT, PL-004 CITY OF CULVER CITY BID NO. #1601 Public Works Department City of Culver City 9770 Culver Boulevard Culver

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

HORTICULTURE SITE IMPROVEMENTS PROJECT

HORTICULTURE SITE IMPROVEMENTS PROJECT HORTICULTURE SITE IMPROVEMENTS PROJECT PROJECT NUMBER: 16-007A June 9, 2016 TITLE PAGE DOCUMENT 00 01 01-1 TABLE OF CONTENTS 00 00 00 Procurement and Contracting Requirements 00 10 00 Solicitation 00 01

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

INVITATION FOR BIDS PEST CONTROL SERVICES

INVITATION FOR BIDS PEST CONTROL SERVICES INVITATION FOR BIDS PEST CONTROL SERVICES The Housing Authority of East Baton Rouge Parish is accepting bids for PEST CONTROL services for the thirteen (13) public housing apartment complexes located in

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

The time and attendance system is separate from the payroll system therefore it interfaces with Sage ABRA to fully process various payrolls.

The time and attendance system is separate from the payroll system therefore it interfaces with Sage ABRA to fully process various payrolls. The Philadelphia Parking Authority 701 Market Street, Suite 5400 Philadelphia, PA 19106 Request for Information No. 17-16 Time and Attendance System Introduction: The Philadelphia Parking Authority (PPA)

More information

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

I. General Information. A. Project Team & Contacts: Role Company Name Phone  City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department I. General Information Civil Engineering Surveying Environmental Consulting Tysinger, Hampton & Partners, Inc. OPTIONAL PRE-BID MEETING MINUTES Austin Springs Road Water Line Replacement Project ITB #6190

More information

Colorado Mesa University (CMU) Dominguez Hall Classroom Audiovisual (AV) Systems Upgrade Project

Colorado Mesa University (CMU) Dominguez Hall Classroom Audiovisual (AV) Systems Upgrade Project CMU-16-2552 Request for Proposal for Audiovisual (AV) Systems Upgrade for CMU Dominguez Hall Published: June 9, 2016 Request for Substitutions due: June 14, 2016, 2:00 PM Notice of Acceptable Substitutions:

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

Richard J. Long, P.E.

Richard J. Long, P.E. Richard J. Long, P.E. LONG INTERNATIONAL Long International, Inc. 5265 Skytrail Drive Littleton, Colorado 80123-1566 USA Telephone: (303) 972-2443 Fax: (303) 200-7180 www.long-intl.com Construction Contract

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

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids CITY OF THREE RIVERS, MICHIGAN Specifications for Bids Tree and/or Stump Removal Performance Bids The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

Southeastern Pennsylvania Transportation Authority

Southeastern Pennsylvania Transportation Authority 1234 Market Street Philadelphia. PA 19107-3780 Southeastern Pennsylvania Transportation Authority Courtesy Cleanliness * Communication Convenience January 19, 2016 Dear Sir/Madam: Subject: Sealed Bid No.

More information

Call for Quotations - for the Data Collection of surveys in relation to Pembroke Gardens & St. Paul s Bay Promenade

Call for Quotations - for the Data Collection of surveys in relation to Pembroke Gardens & St. Paul s Bay Promenade Call for Quotations - for the Data Collection of surveys in relation to Pembroke Gardens & St. Paul s Bay Promenade Closing deadline for bids Tuesday, 25th November 2014 at 10.00hrs Details related to

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

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

More information

ANNEX III - BID FORMS

ANNEX III - BID FORMS ANNEX III - BID FORMS The forms below must be completed and returned with your Bid: III (A): III (B): III (C): III (D): III (E): III (F): III (G) Bid Submission Form Bill of Quantity (BoQ) (financial bid,

More information

SECTION I: Corrections, Deletions, Revisions to RFP

SECTION I: Corrections, Deletions, Revisions to RFP For which Proposals are scheduled to be received no later than 10 a.m., Central Standard Time on Wednesday, June 21, 2017 (pursuant to the Request of Proposal (RFP): Temporary Staffing Services for 2018

More information

Purchasing Department Finance Group INVITATION TO BID

Purchasing Department Finance Group INVITATION TO BID Purchasing Department Finance Group December 10, 2014 INVITATION TO BID The City of Norwalk s Information Technology Department is soliciting bids for Computer Servers & Computer Software. Your firm has

More information

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION From: TO THE CITY COUNCIL CITY OF CARLYLE, ILLINOIS EQUIPMENT FOR AUTOMATIC METER READING SYSTEM AND HOSTING SERVICES for the MUNICIPAL ELECTRIC and WATER UTILITY. The undersigned, having familiarized

More information

CITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS

CITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS CITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS It is the City of Roseville s policy to provide all contractors and subcontractors with equal access to procurement opportunities.

More information

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to submit bids which

More information

State of West Virginia TABLE OF CONTENTS

State of West Virginia TABLE OF CONTENTS Request for Best and Final Offer for Enterprise Resource Planning (ERP) Software and Services August 5, 2011 TABLE OF CONTENTS SECTION ONE: GENERAL INFORMATION... 1 1.1 Purpose... 1 1.2 Relationship to

More information

A , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

A , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum A101 2007, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AIA Document A101 2007 is a standard form of agreement between owner and contractor for

More information

All Plan Holders 3/3/

All Plan Holders 3/3/ All Plan Holders 3/3/2017 14-044 Marina Middle School Window Replacement and Seismic Retrofit 5 Window Replacement and Seismic Retrofit 11 DSA No. 01-116273 San Francisco Unified School District 16 SFUSD

More information

Stand-up Fork Lift Bid #PR-09-07

Stand-up Fork Lift Bid #PR-09-07 November 25, 2008 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road Oglesby, Illinois 61348 Stand-up Fork Lift - Bid # PR-09-07 Illinois Valley Community College (IVCC) is accepting

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION BID NUMBER DATE 18-006-ELHS 04/03/18 LAWRENCE COUNTY BOARD OF EDUCATION 14131 MARKET ST. MOULTON, ALABAMA 35650 THIS IS NOT AN ORDER: The bid number must appear on all quotations

More information

Request for Quotation

Request for Quotation NYCTA-0000046080 08/23/2012 Borello, Michael 1 1 05-35-8180 TOUCHSCREEN, ELO, INCLUDES TOUCHSCREEN SENSOR GLASS, WITH ATTACHED WIRING HARNESS, REPLACES CARROLL TOUCHSCREEN, FOUND IN MVM ENCLOSURE 500.0000

More information

TECHNOLOGY SPECIFICATIONS

TECHNOLOGY SPECIFICATIONS TECHNOLOGY SPECIFICATIONS 2012 ST. CROIX RIVER EDUCATION DISTRICT VOICE-OVER-INTERNET-PROTOCOL (VOIP) SYSTEM FOR ST. CROIX RIVER EDUCATION DISTRICT (SCRED) RUSH CITY, MINNESOTA February 15, 2012 Project

More information

Southeastern Pennsylvania Transportation Authority 1234 Market Street* Philadelphia, PA SEPTA

Southeastern Pennsylvania Transportation Authority 1234 Market Street* Philadelphia, PA SEPTA BUILDING THE FUTURE Southeastern Pennsylvania Transportation Authority 1234 Market Street* Philadelphia, PA 19107-3780 SEPTA October 25,2016 Dear Sir/Madam: Subject: Sealed Bid No. 16-00221-AMZK/ 69"'

More information

Job Order Contracting (JOC) ITB JE Overview August 2016

Job Order Contracting (JOC) ITB JE Overview August 2016 Job Order Contracting (JOC) ITB 16-14204-JE Overview August 2016 Job Order Contracting (JOC) What is JOC? Using general and specialty trade contractors to perform a series of projects on an as-needed basis.

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

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR TAXIWAY Y BRIDGE REINFORCEMENT FOR GROUP VI AIRCRAFT CONTRACT NO. 9500498 November 30, 2017 The Request

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information