City of Forest Park Urban Redevelopment Agency (URA) Request for Proposal
|
|
- Janice Curtis
- 6 years ago
- Views:
Transcription
1 City of Forest Park Urban Redevelopment Agency (URA) Request for Proposal INTERIOR DEMOLITION AND REMOVAL OF MOLD, LEAD-BASED PAINT, AND ASBESTOS- CONTAINING MATERIALS Building First Army Headquarters Contact: Mr. Jeff Eady Director of Public Works City of Forest Park (404) jeady@forestparkpw.com RFP Issuance: April 30, 2018 Mandatory Pre-Bid Meeting & Site Walk: RFP Response Deadline: May 14, 9:00 a.m. May 30, 2:00 p.m. 1. INTRODUCTION The City of Forest Park (City) is seeking a contractor to perform demolition/abatement services for Building st Army Headquarters at the Former Fort Gillem Army Base (now Gillem Logistics Center). The building was built in 1942 and has undergone several interior renovations over the past several years. Most recently the City of Forest Park Urban Redevelopment Agency (URA), the current owner, has a lead-based paint (LBP) and asbestos-containing materials (ACM) Operation and Maintenance (OM) Plan which was developed by Oasis Consulting Services (Oasis), their environmental consultant. The OM Plan establishes methods to encapsulate the LBP and ACM within the building in order to allow for rent or lease of the building. A copy of this report is provided in Attachment A. The report does note lead paint and asbestos in various areas on all four floors of the building. Approximately 2 months ago the building was vandalized by the cutting and removal of copper water lines within the building. The water leakage resulting from the vandalism was impacted by the ongoing lack of power to the building. Without the HVAC in operation, the moist conditions in the building were unconstrained, and mold began to spread throughout the building. Because of the extent of the mold damage, the City of Forest Park URA determined that the best option for addressing the LBP, ACM, and mold would be an interior demolition 1
2 approach (i.e., an interior scrape) on all four floors of the building. Each floor is approximately 30,000 sq.ft. The remainder of this RFP outlines the scope of work and requirements for this work. The Contractor will perform this interior demolition/abatement for all 4 floors of Building SCOPE OF WORK The Scope of work is as follows: Remove all ceiling tile & grid systems, including all HVAC flex ducting and branch lines back to main trunk ducting; Remove all drywall wall systems and associated framing & office doors throughout; Remove/abate all carpet and asbestos-containing floor tile & mastic throughout; Remove all raised metal platform flooring throughout (data centers, control rooms); Remove all destroyed furniture/abandoned office equipment/cubicles throughout; Remove bathroom fixtures and flooring; Scrape all loose paint and plaster from deteriorating surfaces observed in stairwells and hallways/corridors (original plaster wall finishes) back to feathered-out intact finishes (paint ready or plaster repair ready); Remove all electrical conduit back to panel-boxes in mechanical rooms; Treat remaining intact plaster wall and ceiling surfaces with antimicrobial solution and Mold inhibitor (main hallways and stairwells throughout). Molding, plaster ceilings and walls, decorative columns, and light fixtures located in the south wing and main entrance of the first floor are intended to be salvated and should be properly cleaned and preserved when possible. Each Work Area/Floor to be fully contained, placed under negative pressure with HEPA filtration, with adequate commercial de-humidifiers installed for the duration of the Mold Remediation. Contractor to provide generator(s) to power their electrical equipment, and water adequate for wetting asbestos for proper removal and disposal. Contractor to provide/deliver their crew(s) on-site Porto-Potties for duration of project. Asbestos Air Clearance criterion will be the T.E.M. Standard per each work area/floor, Mold Air Clearance criterion will be inside genera and concentrations being like-kind to 2
3 outside readings at time of testing. Contractor to provide a detailed Work Plan and Sequence regarding their approach to both the asbestos and Mold scopes of work. Please note the following: All workers are required to be certified asbestos workers. All workers are required to don proper PPE. All workers are required to separate asbestos waste for proper disposal and provide documentation. The City of Forest Park URA will label any furniture, fixtures (ground floor hallway light fixtures), craftsman s finish (main entrance area), etc., to be saved/moved/salvaged/ restored, etc. The City of Forest Park URA will repair elevator(s) in order to expedite the demolition/ abatement scope. The progress of the entire job must be documented from start to finish with before/during/after photos. Contractor must obtain all necessary permits to complete the work. To ensure that remediators have successfully removed the mold contamination and thoroughly cleaned following remediation efforts, Oasis will obtain post-remediation verification samples which will be paid for by the City. These samples will be tested prior to final payment. Failure of these tests will result in the requirement for additional remediation by the Contractor. Additional tests beyond the initial test will be paid for by the Contractor. Please see the following attachments for additional information about the Scope of Work: Attachment A - OM Plan by Oasis Consulting Services dated November 2016 Attachment B - Photographs Attachment C - Building 101 Floor Plan Layouts 3. QUALIFICATIONS All bidders must be licensed, qualified, and understand how to identify the most effective and efficient methods to complete this project. 3
4 4. HEALTH & SAFETY Contractor is responsible for all safety precautions for employees and subcontractors. Contractor must be prepared to submit Health & Safety Plan upon contract award. Removal methods and all related work must be in conformance with U.S. Occupational Safety and Health Administration (OSHA) regulations and all applicable state and local regulatory requirements. 5. GENERAL BID INFORMATION A. The Contractor will be working under the direction of Jeff Eady, Director of Public Works, with input from Oasis Consulting Services. B. It is anticipated that project award of Building First Army Headquarters will occur by May 25, C. A mandatory site visit will be held at 9:00 a.m. on May 14, 2018 at Building First Army Headquarters. Bidders shall wear proper protection if they would like to enter the facilities for inspection. 6. SCHEDULE OF KEY DATES April 30, 2018 Request for Proposals May 14, 2018 Mandatory Site Visit at 9:00 a.m. (wear proper equipment) May 30, 2018 Questions are due by 4:00 p.m. June 5, 2018 City Response to Questions June 8, 2018 Bid Due Date & Bid Opening 2:00 June 28, 2018 Contractor Selected, 2018 Completion of the Remediation Work for Building First Army Headquarters 7. PRE-PROPOSAL MEETING A mandatory pre-proposal conference will allow for a detailed discussion of the staff and use patterns, our services, and the City's expectations. At this time, bidders will have an opportunity to address any questions and to communicate the feasibility of the City's expectations. Bidders who do not attend this conference but submit a bid package will be disqualified and their bids will not be considered valid and they will not be considered for award. The pre-proposal conference will be held on May 14, 2018 and will begin promptly at 9:00 a.m. on-site at Building 101 of the Gillem Logistics Center, formerly known as Ft. Gillem, Forest Park, Georgia You should be at the Moreland Avenue Guard Shack by 9:00 a.m. where you will be escorted to the meeting location. 4
5 8. COST A. Bid Form The contractor is required to estimate the square footage per floor for each of the items in the following Bid Form, which must be completed and submitted with Contractor's Proposal: Description Unit of Measure Cost Demolition of interior walls or ceilings with sheet rock surface. Demolition as necessary of interior walls or ceilings with plaster surface. Demolition of interior wall or ceiling insulation, including removal from site. Demolition of carpet and pad or glued-down carpet, including removal from site. Demolition of wall base materials (vinyl or wood), including removal from site. Per ln.ft. Chemical treatment of affected area. Cost to stabilize lead-based paint on interior and exterior windows. Carpet Extraction and remediation, including all equipment, fans, blowers, etc. Cost of containment, including all supplies needed with cost of man-hours to tape off and visqueen penetrations, doors, windows, and other items as needed for a safe remediation and protection of property and others. Demolition of HVAC ducts. B. CONTRACTOR RATE SHEET Cost per hour/per man; include materials. Per ln.ft. In addition, please provide a complete listing of all services offered by your company, with an accompanying rate sheet. This should be included behind the Bid Form. C. VALUE ADDED CONCESSIONS Please list any value-added concessions your company has offered in the proposal costs and best value. These concessions clearly indicate reasons your company stands out against the competition. 9. INSURANCE REQUIREMENTS A. Statutory Workers Compensations Insurance 5
6 Employers Liability Bodily Injury Accident - $100,000 Each Accident Bodily Injury by Disease - $500,000 Policy Limit Bodily Injury by Disease - $100,000 Each Employee B. Comprehensive General Liability Insurance $500,000 Limit of Liability per Occurrence for bodily injury and property damage C. Auto Liability Insurance $500,000 Limit of liability per occurrence for bodily injury and property damage Comprehensive form covering all owned, non-owned and hired vehicles D. Umbrella Liability Insurance $1,000,00 limit of liability 10. BID, PAYMENT & PERFORMANCE BOND Each BID must be accompanied by a BID Bond payable to the OWNER for five percent of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsible BIDDERS. When the Agreement is executed the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the payment BOND and performance BOND have been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A PERFORMANCE BOND and a PAYMENT BOND each in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorney in fact who sign BID BONDS, PAYMENT BONDS and PERFORMANCE BONDS must file with each BOND a certified and effective dated copy of their power of attorney. 11. DEBARMENT Submission of a signed bid in response to this solicitation is certification that your firm (or any subcontractor) is not currently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any State or Federal department or agency. Submission is also agreement that the City will be notified of any change in this status. 12. AFFIDAVIT Bidder shall make an oath in writing that he/she has not engaged in any collusive or anticompetitive practices in the responding to the bid. Declaration of non-collusion is a statement that the bid submitted is a bona fid bid prepared independent of other bidders, without collusion or fraud (bid rigging, price fixing, rotation of award, etc.) 6
7 13. E-VERIFY All Vendors must submit an affidavit to certify that they participate in the Federal Employment Eligibility Verification. Participation in the E-Verify program must commence before the proposal deadline, and E-Verify affidavit is included in the package. 14. COMMUNICATION It is the responsibility of the bidder to inquire about any requirement of this RFP which is not understood. Responses to inquiries, if they change or clarify the RFP in a substantial manner, will be forwarded by Addenda which will be ed to all parties that attended the pre-proposal meeting. The City will not be bound by oral responses to inquiries or written responses other than addenda. Inquiries about the RFP must be made to Mr. Jeff Eady, Public Works Director at jeady@forestparkpw.com or Michael Monteleone, P.E. oasis Consulting Services at mmonteleone@oasis-cs.com All questions are due by 4:00 p.m. May 30, ADDENDA Answers to questions will be provided in an Addendum which must be signed and submitted with Contractor's proposal. 16. PROPOSAL FORMAT Proposal must clearly illustrate Contractor's qualifications for LBP, ACM, Mold, and Remediation. Proposal should be outlined as follows: Cover Letter Table of Contents Description of Company with Primary Contact Information Understanding of Scope of Work Credentials of Relevant Staff including Licenses and Professional Certifications Industry Experience for similar projects over the past 5 years, to include the following: Project Name with Location Project Start/Completion Dates Project Description 7
8 References - to include the following: Project Name with Dates Client Company Name Client Contact Name with Title Phone Safety Records - Include the following: OSHA 300 Logs over the past 3 years; EMR verification over the past 3 years; Overview of Contractor's Health & Safety Manual (HASP TOC will suffice) Payment & Performance Letter from Surety Certificate of Insurance E-Verify Affidavit List of Proposed Subcontractors (if any), with accompanying Subcontractor E-Verify Affidavits Addenda (if necessary) Fee Proposal, to include the following: Bid Form Contractor's Rate Sheet Value Added Concessions Basis for Pricing 17. PROPOSAL SUBMITTAL Proposals are to be submitted in a sealed envelope, clearly marked BUILDING FIRST ARMY HEADQUARTERS INTERIOR DEMOLITION AND REMOVAL OF MOLD, LEAD-BASED PAINT, AND ASBESTOS-CONTAINING MATERIALS." Contractor s name, address, and phone number must also be clearly marked on the envelope. Proposals received after the stated deadline shall not be accepted. Proposal packages are to be delivered to: Mr. Jeff Eady Director of Public Works City of Forest Park 745 Forest Parkway Forest Park, GA
9 The City reserves the right to award the work to the Contractor they deem the most qualified. The City may also waive informalities and reject all proposals at its sole discretion. Contractors are encouraged to keep their proposals brief and relevant to the specific work required. All proposals become the property of the City of Forest Park, Georgia upon submission. The expense of preparing and submitting a proposal is the sole responsibility of the Contractor. The City reserves the right to reject any or all proposals received, to negotiate with any qualified source, or to cancel in part or in its entirety this RFP as in the best interest of the City of Forest Park. This solicitation in no way obligates the City to award a contract. 18. BID OPENING The bid packages will be opened and bid amounts recorded immediately after the deadline for submittal at Forest Park City Hall, 745 Forest Parkway, Forest Park, Georgia For all bids that clearly identify a primary contact and provide an address, a list of the submitted bids with company name and bid amount will be sent via EVALUATION CRITERIA Proposals shall be evaluated by a committee designated by the City of Forest Park Procurement Services Department. Evaluation criteria for this RFP shall be as follows: Qualifications Industry Experience References Fee Proposal 9
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 informationState Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund
State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous
More informationArchitectural 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 informationSelection of Contractor Step 5. June 2013
Selection of Contractor Step 5 June 2013 Project Management Concept Step 1: Needs Development Step 2: Scope Development Step 3: Procurement of Design Team Step 4: Design Step 5: Bid/Procurement of Contractor
More informationSEMINOLE TRIBE OF FLORIDA INVITATION TO BID
Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting
More informationREQUEST 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 informationREQUEST 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 informationDocument B252TM 2007
Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation
More informationAsbestos Removal at Forest Blvd., Hugo, MN
Request for Bids for Asbestos Removal at 14383 Forest Blvd., Hugo, MN This Request for Bids ( RFB ) is for the services of a qualified and licensed contractor to provide removal of Asbestos contaminated
More informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More informationLEVEL 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 informationDate: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:
SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00
More informationHOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)
HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018
More informationPLANNING AND EVALUATION PRELIMINARY DESIGN
PLANNING AND EVALUATION Project Initiation Discuss and refine client requirements Project brief, Schedule, Budget Confirm client's space needs and program Establish scope of work Obtain client-supplied
More informationINVITATION TO BID. WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226
INVITATION TO BID WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226 February 23, 2016 DESCRIPTION OF SERVICES The intent of this invitation
More informationSAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL
DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of
More informationREQUEST 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 informationREQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320
REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE 2015 2016 ROOF AND HVAC REPLACEMENT PROJECT PW1320 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202
More informationCOMMUNITY 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 informationLEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION
Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North
More informationREQUEST 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 informationNC State University OESAD GUIDELINES Contract Year
July 1, 2014 NC State University OESAD GUIDELINES Contract Year 2014-2016 I. Informal Projects A. Preface Based on the North Carolina Administrative Code (NCAC), Title 01, Subchapter 30D Section.0300 Selection
More informationBID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION
BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION The City of Zion is requesting bids for cleaning and maintenance services to be performed at: Zion City Hall, 2828 Sheridan Road,
More informationADDENDUM NO.: 1 TO THE CONTRACT DOCUMENTS For SCC SWING SPACE FOR MOHR HALL MODERNIZATION (Existing Temps)
Los Rios Community College District Sacramento City College ADDENDUM NO.: 1 TO THE CONTRACT DOCUMENTS For SCC SWING SPACE FOR MOHR HALL MODERNIZATION (Existing Temps) GENERAL This addendum forms a part
More informationREQUEST 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 informationRequest For Proposal (RFP) For Architectural/Design Services. Ski Hi Park Multi-Purpose Building
Request For Proposal (RFP) For Architectural/Design Services Ski Hi Park Multi-Purpose Building REQUEST FOR PROPOSALS The Ski Hi Multi-Purpose Improvement Committee (Committee), a sub-committee of the
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,
More informationRebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.
FEMA 50% RULE - SUBSTANTIAL IMPROVEMENT SUBSTANTIAL IMPROVEMENT/DAMAGE Z101-0410 NOTICE TO PROPERTY OWNERS Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information
More informationMay 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS
May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred
More informationRequest for Proposal Robstown Independent School District ERate
Request for Proposal Robstown Independent School District ERate 2016 2017 Wireless Upgrades at Three Campuses, Local and Long Distance Phone Service, and POTS Lines Bid Due Date: February 23, 2016 at 5:00
More informationREQUEST FOR PROPOSAL FOR. CONSTRUCTION MANAGER and DESIGN TEAM FOR. Downtown Preservation Project URBAN RE DEVELOPMENT AUTHORITY OF PITTSBURGH
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER and DESIGN TEAM FOR Downtown Preservation Project URBAN RE DEVELOPMENT AUTHORITY OF PITTSBURGH December 2010 I. GENERAL The Urban Redevelopment Authority of
More informationDUQUESNE UNIVERSITY ASBESTOS OPERATIONS & MAINTENANCE PROGRAM
DUQUESNE UNIVERSITY ASBESTOS OPERATIONS & MAINTENANCE PROGRAM Revised January 2017 Prepared by: Environmental Health and Safety Department TABLE OF CONTENTS Page Introduction 1 Scope 1 Policy Statement
More informationCity 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 informationREQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES
REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES If your home or business incurred damage, the engineering department, in conjunction with the Flood Mitigation Officer, will
More informationCONTRACTOR S PREQUALIFICATION FORM
Toronto Catholic District School Board Materials Management Department 80 Sheppard Avenue East, Toronto, ON M2N 6E8 Phone: 416/222-8282 Fax: 416/512-3440 www.tcdsb.org CONTRACTOR S PREQUALIFICATION FORM
More informationReview of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid
Report No. 13-08 February 2013 Office of the Inspector General Bureau of Internal Audit Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid Executive Summary At
More informationATTACHMENT D SCOPE OF SERVICES
ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.
More informationLimited Asbestos Demolition Survey
Limited Asbestos Demolition Survey Limited Asbestos Demolition Survey Former Fire Station Facility 25 to 45 S. Orlando Avenue Cocoa Beach, Florida Client: City of Cocoa Beach Public Works Department 1600
More informationRequest for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION
Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for
More informationADVERTISEMENT 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 informationNORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017
SECTION 01 8113.53 - SUSTAINABLE DESIGN REQUIREMENTS - GREEN GLOBES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions
More informationRequest for Proposal For: 2018 American Bar Association Temporary Services
Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet
More informationSpecifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.
Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications
More informationTown of York, Maine Request for Qualifications
Town of York, Maine Request for Qualifications Historic Restoration Contractor The Town of York is accepting Statement of Qualifications from General contractors experienced in historic restoration, for
More informationCONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE
CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:
More informationSUBSTANTIAL IMPROVEMENT
SUBSTANTIAL IMPROVEMENT General Discussion The following discussion addresses several of the issues surrounding the NFIP regulations concerning substantial improvement and substantial damage. The attached
More informationMUNICIPAL OFFICES 1481 EAST COLLEGE AVENUE, STATE COLLEGE, PA TELEPHONE: FAX:
MUNICIPAL OFFICES 1481 EAST COLLEGE AVENUE, STATE COLLEGE, PA 16801 TELEPHONE: 814-231-3021 FAX: 814-231-3020 Checklist for Submission of APPLICATION for DEMOLITION PERMIT To obtain a permit for demolition
More informationCONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station
CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2016-NC-002 For Construction of Bloomfield EMS Station located in Bloomfield, Kentucky 02/12/2016 REQUEST FOR BIDS Bloomfield EMS Station Building The City
More informationFACILITIES I MAINTENANCE SERVICES
LEBANON PUBLIC SCHOOLS INVITATION TO BID Sealed Bids addressed to Robert J. Angeli, Superintendent of Schools for: FACILITIES I MAINTENANCE SERVICES will be received at the Superintendent's Office, Lebanon
More informationREQUEST FOR QUALIFICATIONS AND PROPOSALS. On Behalf of the Crawford County Board of Commissioners. for
REQUEST FOR QUALIFICATIONS AND PROPOSALS On Behalf of the Crawford County Board of Commissioners for The Crawford County Jail/Sheriff Office Roof Replacement Request for Qualifications and Proposals The
More informationAPPENDIX C SAMPLE ASBESTOS ABATEMENT SPECIFICATION
APPENDIX C SAMPLE ASBESTOS ABATEMENT SPECIFICATION The following appendix includes information and standard drawings that are diagrammatic and are used only to convey intent. Guidelines for Use of Sample
More informationUNC Chapel Hill Informal Contracting Guidelines
UNC Chapel Hill Informal Contracting Guidelines 1. Informal Contracts Informal bids are referenced by NC General Statute (NCGS) 143-131 as construction or repair work that does not reach the limits prescribed
More informationNORTHWEST FLORIDA WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16B-007
NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16B-007 DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES,
More informationAddendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by:
Addendum Number 1 Colcock Hall Windows Owner Project Number: 50059 Prepared by: ADC Engineering, Inc. 1226 Yeamans Hall Road Hanahan, South Carolina 29410 To Bidders: This Addendum forms a part of the
More information1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES
TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING
More informationDocument B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition
Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS FOR COMPENSATION STUDY Proposals Due: November 3, 2016, 4:00 PM 1.0 OBJECTIVE SECTION 1 SUBMITTAL PROCEDURES & DEADLINE The City of Signal Hill is seeking proposals from qualified
More informationPUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)
PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit
More informationREQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.
531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March
More informationPOSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT
POSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT Submission Date: September 23, 2015 Submitted To: Director, Fairness Monitoring Departmental
More informationREQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL
5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart
More informationNORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)
NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health
More informationADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES
ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES BID PACKAGE DESCRIPTION REQUIRED LICENSE Bid Package No. 1 Asbestos Abatement C-22 Bid Package No. 2 Hard Demolition C-21 Bid Package No.
More informationFinance & 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 informationSUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY
SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do
More informationRequest for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Bishop Woods Landscape Restoration Response
More informationREQUEST FOR PROPOSALS
Birmingham Jefferson Civic Center Authority address 2100 Richard Arrington Jr. Blvd North Birmingham, AL 35203 website www.bjcc.org phone 205.458.8400 REQUEST FOR PROPOSALS DESIGN & ENGINEERING SERVICES
More informationREVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET
REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's
More informationAsbestos Consulting Radon Measurements Lead Assessments Indoor Air Quality Testing Mold Investigations. Project Number: Page 1 of 22
Page 1 of 22 Asbestos Survey Project Summary Pursuant to your request; Environmental, Inc., has performed an Asbestos Building Survey on 8/13/2014 and limited to the above referenced location. The Interior/Exterior/Roof
More information11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.
11/1/2016 Request for Proposal: Make Ready Services McKinney Housing Authority (MHA) requests proposals for vendors to perform make ready services on vacant units within the authority. All bidders must
More informationREGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS
UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents
More informationTHE 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 informationCLASS I AND II ABATEMENT PROJECT SUBMITTALS
5.1 Pre-Work Submittals CLASS I AND II ABATEMENT PROJECT SUBMITTALS Abatement contractors shall submit the following in a bound notebook to AU or our designated representative at the mandatory pre-construction
More informationADVERTISEMENT FOR BIDS
ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,
More informationinstitutions and Public Sector Undertakings for similar works.
Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,
More informationSTART WORK NOTIFICATION
START WORK NOTIFICATION This form must be submitted at least 3 buisness days before beginning work to the Rhode Island Department of Health by email at leadprogram@health.ri.gov or by fax at 401-222-2456.
More informationFlood / Mold Remediation (FMR) 29 CFR
Flood / Mold Remediation (FMR) 29 CFR 1910.141 METHODIST UNIVERSITY Environmental Health and Safety Office Flood / Mold Remediation (FMR) 29 CFR 1910.141 OSHA Workplace Sanitation and Health Hazards Revision
More informationINVITATION 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 informationInvitation to Negotiate
Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of
More informationREQUEST FOR QUALIFICATIONS
NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER
More informationRequest for Proposals Town of Plymouth, New Hampshire
1. General Information Request for Proposals Town of Plymouth, New Hampshire Building Energy Audits The Town of Plymouth is seeking bids for qualified individuals or firms to provide six (6) Building Energy
More informationRSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT
RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT 228 Windham Center Road, Windham, ME 04062 Telephone (207) 892-1800 FAX (207) 892-1805 INSTRUCTIONS, SPECIFICATIONS, AND
More informationMassachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant
Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant RFP FY2017-BFD-01 Release Date: May 8 th, 2017 Applications Due: June 23 rd, 2017 1. PROGRAM SUMMARY
More informationDocument B101 TM. Standard Form of Agreement Between Owner and Architect
Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol
More informationREQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014
REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014 Cortex Innovation Community requests qualifications from qualified firms and a fee proposal from such firms for the services
More informationCity, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.
MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below
More informationREQUEST FOR CONSTRUCTION BIDS May 23, 2017
REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge
More informationBID 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 informationPLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION
PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST
More informationREQUEST FOR PROPOSAL (RFP)
Missouri State Employees Retirement System REQUEST FOR PROPOSAL (RFP) for Pension Administration Solution RFP Creation and Procurement Consultant John Watson Executive Director Project Manager: Carson
More informationDocument 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 informationFOGARTY MEMORIAL SCHOOL Plumbing Renovations
PROJECT MANUAL Issued For Construction June, 2017 FOGARTY MEMORIAL SCHOOL Plumbing Renovations 736 Snake Hill Road North Scituate, Rhode Island 02857 AHARONIAN & ASSOCIATES, INC. - ARCHITECTS 310 George
More informationJMU Capital Projects SWaM Outreach Event Presentations
JMU Capital Projects SWaM Outreach Event Presentations Kjellstrom + Lee Contact: Jessica Marcus jmarcus@kjellstromandlee.com Project: College of Business Renovation/Expansion Please contact Kjellstrom
More informationMATERIALS AND RESOURCES
MATERIALS AND RESOURCES MR- P1: STORAGE AND COLLECTION OF RECYCLABLES To reduce the waste that is generated by building occupants and hauled to and disposed of in landfills. PREREQUISITE REQUIREMENTS Provide
More informationEPA s Lead Program Rule At-A-Glance
EPA s Lead Program Rule At-A-Glance FLOW CHART 1: Do the Requirements Apply to the Renovation? If you will be getting paid to do work that disturbs painted surfaces in a pre-1978 home, apartment building,
More informationADDENDUM NO. A. April 18, 2017 BIDDING AND CONTRACT DOCUMENTS FOR
ADDENDUM NO. A April 18, 2017 BIDDING AND CONTRACT DOCUMENTS FOR LOTHIAN RESIDENCE HALL SEISMIC UPGRADES BID PACKAGE 4 PROJECT NO. 956366 CONTRACT NO. 956366-LF-2017-163 UC Rev. 0, August 1, 2007 UCR Rev
More information