U.S. Army Corps of Engineers HONOLULU DISTRICT

Size: px
Start display at page:

Download "U.S. Army Corps of Engineers HONOLULU DISTRICT"

Transcription

1 REQUEST FOR PROPOSAL NO. MATOC 8(A)-20 Wheeler Army Air Field, Oahu, Hawaii SPECIFICATIONS FOR Recovery Repair Ammunition Supply Point road Due to Storm Damage, WAAF, HI U.S. Army Corps of Engineers HONOLULU DISTRICT

2

3 Repair Ammo Supply Point Roads, Wheeler Army Airfield, Oahu, Hawaii PROPOSAL SCHEDULE Repair Ammo Supply Point Roads Wheeler Army Airfield, Oahu, Hawaii ITEM No. DESCRIPTION QUANTITY UNIT TOTAL 0001 DESIGN SITE 5 1 LS 0002 CONSTRUCTION SITE 5 1 LS 0003 DESIGN SITE 6 1 LS 0004 CONSTRUCTION SITE 6 1 LS OPTION ITEM No DESIGN SITE 4 1 LS 0002 CONSTRUCTION SITE 4 1 LS 0003 DESIGN SITE 3 1 LS 0004 CONSTRUCTION SITE 3 1 LS 0005 DESIGN SITE 2 1 LS 0006 CONSTRUCTION SITE 2 1 LS 0007 DESIGN SITE 1 1 LS 0008 CONSTRUCTION SITE 1 1 LS TOTAL PROPOSAL SCHEDULE PROPOSAL NOTE: Failure to provide an offer on all items in the Proposal Schedule may cause the offeror to be ineligible for award. SECTION

4 Repair Ammo Supply Point Roads, Wheeler Army Airfield, Oahu, Hawaii PAYMENT(S) Compensation for all work to be performed under this contact will be made under the payment items listed herein. Prices and payments for the items shall cover all work, complete and finished in accordance with the specifications, schedules, and drawings, and shall be full compensation for all work in connection therewith, including quality control and cost of performance-and payment-bond premiums as specified in the CONTRACT CLAUSES. Prices and payments shall constitute full and final compensation for furnishing all materials, equipment, management, supervision, labor, transportation, fuel, power, water and all incidental items necessary to complete the work, except as otherwise specified to be furnished by the Government. For the purposes of CONTRACT CLAUSE entitled PROMP PAYMENT FOR CONSTRUCTION CONTRACT, the term designated billing office and designated payment office are as follows: a. Billing Office U.S. Army Corps of Engineering, Honolulu District Schofield Barracks Area Office, Bldg. 230 Fort Shafter, HI b. Payment Office USACE Finance Center Attn: CEFC-FP 5722 Integrity Drive Millington, TN Item numbers mentioned herein after correspond to the item numbers in the PROPOSAL SCHEDULE. a. Item No. 0001, Design of Site 5, will be paid for all work described in Section , Design After Award, for only Site 5, including, but not limited to: o Preparation of designs, plans, drawings, and specifications for construction o Initial site visits o Permits o Preparation of general and feature designs memoranda o Reproduction of designs for review purposes o The services of consultants, where not specifically applied to the preparation of designs, plans, drawings or specifications o Travel and per diem allowances in connection with architectural/engineering services o Shop drawings SECTION

5 Repair Ammo Supply Point Roads, Wheeler Army Airfield, Oahu, Hawaii b. Item No. 0002, Construction of Site 5, will be paid for at the contract price, complete in place and ready for use of Site 5, cleanup and all incidental items necessary to complete the work. c. Item No. 0003, Design of Site 6, will be paid for all work described in Section , Design After Award, for only Site 6, including, but not limited to: o Preparation of designs, plans, drawings, and specifications for construction o Initial site visits o Permits o Preparation of general and feature designs memoranda o Reproduction of designs for review purposes o The services of consultants, where not specifically applied to the preparation of designs, plans, drawings or specifications o Travel and per diem allowances in connection with architectural/engineering services o Shop drawings d. Item No. 0004, Construction of Site 6, will be paid for at the contract price, complete in place and ready for use of Site 6, cleanup and all incidental items necessary to complete the work. e. Option Item No. 0001, Design of Site 4, will be paid for all work described in Section , Design After Award, for only Site 4, including, but not limited to: o Preparation of designs, plans, drawings, and specifications for construction o Initial site visits o Permits o Preparation of general and feature designs memoranda o Reproduction of designs for review purposes o The services of consultants, where not specifically applied to the preparation of designs, plans, drawings or specifications o Travel and per diem allowances in connection with architectural/engineering services o Shop drawings f. Option Item No. 0002, Construction of Site 4, will be paid for at the contract price, complete in place and ready for use of Site 4, cleanup and all incidental items necessary to complete the work. g. Option Item No. 0003, Design of Site 3, will be paid for all work described in Section , Design After Award, for only Site 3, including, but not limited to: SECTION

6 Repair Ammo Supply Point Roads, Wheeler Army Airfield, Oahu, Hawaii o Preparation of designs, plans, drawings, and specifications for construction o Initial site visits o Permits o Preparation of general and feature designs memoranda o Reproduction of designs for review purposes o The services of consultants, where not specifically applied to the preparation of designs, plans, drawings or specifications o Travel and per diem allowances in connection with architectural/engineering services o Shop drawings h. Option Item No. 0004, Construction of Site 3, will be paid for at the contract price, complete in place and ready for use of Site 3, cleanup and all incidental items necessary to complete the work. i. Option Item No. 0005, Design of Site 2, will be paid for all work described in Section , Design After Award, for only Site 2, including, but not limited to: o Preparation of designs, plans, drawings, and specifications for construction o Initial site visits o Permits o Preparation of general and feature designs memoranda o Reproduction of designs for review purposes o The services of consultants, where not specifically applied to the preparation of designs, plans, drawings or specifications o Travel and per diem allowances in connection with architectural/engineering services o Shop drawings j. Option Item No. 0006, Construction of Site 2, will be paid for at the contract price, complete in place and ready for use of Site 2, cleanup and all incidental items necessary to complete the work. k. Option Item No. 0007, Design of Site 1, will be paid for all work described in Section , Design After Award, for only Site 1, including, but not limited to: o Preparation of designs, plans, drawings, and specifications for construction o Initial site visits o Permits o Preparation of general and feature designs memoranda SECTION

7 Repair Ammo Supply Point Roads, Wheeler Army Airfield, Oahu, Hawaii o Reproduction of designs for review purposes o The services of consultants, where not specifically applied to the preparation of designs, plans, drawings or specifications o Travel and per diem allowances in connection with architectural/engineering services o Shop Drawings l. Option Item No. 0008, Construction of Site 1, will be paid for at the contract price, complete in place and ready for use of Site 1, cleanup and all incidental items necessary to complete the work. --End of Section-- SECTION

8 RFP No. 8(A)-20 Recovery Project No , Repair Ammunition Supply Point Due to Storm Damage, Wheeler AAF, Hawaii SECTION TASK ORDER PROVISIONS 1.0 GENERAL All applicable provisions stated in the contract shall apply, except as noted herein. 2.0 AMENDMENTS TO SECTION NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) ( ) Any contract awarded as a result of this task order will be a DO rated order. 2.2 Type of Contract (FAR ) The Government contemplates award of a firm-fixed price task order resulting from this request for proposal. 2.3 Site Visit (Construction) (FAR ) Organized site visit has been scheduled for March 11, 2010 at 10:00 am Hawaii Standard Time. Participants will meet at Wheeler Army Air Field Ammunition Supply Point entrance. Point of contact is Nelson Lee, Asbestos Abatement Information Special Contract Requirement S Magnitude of the Proposed Project (S-36-2) (a) Physical Characteristics: Project Description The Contractor shall perform structural stabilization of existing roadway slopes, repair existing damaged roads, construct new guard rails and construct new drainage structures along existing roads. (b) Estimated Price Range: The estimated price range of this work is between: $1,000,000 and $5,000,000. (c) This is a design-build project. (d) This is an ARRA funded project. SECTION Page 1

9 RFP No. 8(A)-20 Recovery Project No , Repair Ammunition Supply Point Due to Storm Damage, Wheeler AAF, Hawaii 2.6 Pre-Proposal Conference (Jul 1995) (S-36.4) A pre-proposal conference will not be conducted by the Government. Any questions concerning this project s plans and specifications should be submitted in writing on letterhead stationary to sean.p.sackett@usace.army.mil. 2.7 Facsimile Proposals (FAR ) Facsimile proposals will be allowed for this task order. (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is (808) or (808) (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. 3.0 AMENDMENTS TO SECTION Commencement, Prosecution, and Completion of Work (FAR ) SECTION Page 2

10 RFP No. 8(A)-20 Recovery Project No , Repair Ammunition Supply Point Due to Storm Damage, Wheeler AAF, Hawaii The Contractor shall be required to: (a) Commence work under this task order within seven (7) calendar days after the date the Contractor receives the notice to proceed (b) Prosecute the work diligently, and (c) Complete the entire work ready for use not later than 505 calendar days after the date the Contractor receives the notice to proceed. The time stated for completion shall include final cleanup of the premises. 3.2 Liquidated Damages-Construction (FAR ) (a) If the Contractor fails to complete the work within the time specified in this task order, the Contractor shall pay liquidated damages to the Government in the amount of ($1,105.00) for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. 3.3 Physical Data (FAR ) The Government shall not be responsible for any interpretation of or conclusion Data and information furnished or referred to below is for the Contractor s information drawn from the data or information by the Contractor. (a) The indications of physical conditions on the drawings and in the specifications are the result of site investigations by site surveys and as-built drawings. (b) The Contractor shall comply with the industrial security requirements of the Army. 4.0 AMENDMENTS TO SECTION Project Sign (S-36.12) Two (2) project signs shall be fabricated and erected at a location designated by the Contracting Officer. The signs shall be constructed as shown in EP a, dated 01 Jun 06, pages 16-1 thru 16-4, copy of which is provided in the basic contract, Section 00800, Appendix A. The signs shall be erected as soon as possible and within 15 days after the date of notice to proceed. Upon completion of the project, the sign shall be removed and disposed of. 4.2 Aggregate Sources (S-36.13, S-36.14, S-36.15): Not applicable. SECTION Page 3

11 RFP No. 8(A)-20 Recovery Project No , Repair Ammunition Supply Point Due to Storm Damage, Wheeler AAF, Hawaii 4.3 Work and Storage Areas (S-36.16): The Government will make available to the Contractor space for work and storage areas. 4.4 Availability and Use of Utility Services (S-36.21) (a) The Government will make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. (b) The Contractor, at its expense and in a workmanlike manner satisfactory to the Contracting Officer, shall install and maintain all necessary temporary connections and distribution lines, and all meters required to measure the amount of each utility used for the purpose of determining charges. Before final acceptance of the work by the Government, the Contractor shall remove all the temporary connections, distribution lines, meters, and associated paraphernalia. (c) Schedule of utilities available from the Government without charge: to be determined. 4.5 Notice of Partnering (S-36.22) Partnering is not required. 4.6 Utility Outages (S-8) The Contractor shall submit a planned schedule of outages to the Contracting Officer for proper coordination with existing facilities, and shall notify the Contracting Officer in writing (21) calendar days in advance of the intended interruptions. 5.0 AMENDMENTS TO SECTION , SUBMITTAL PROCEDURES The Submittal Register for this task order is included at the end of this section. 6.0 AMENDMENTS TO SECTION , SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS The SSHO may be assigned other duties. 7.0 AMENDMENTS TO SECTION , CONTRACTOR QUALITY CONTROL The Quality Control Representative (QCR) may not be assigned duties as project superintendent in addition to quality control. SECTION Page 4

12 RFP No. 8(A)-20 Recovery Project No , Repair Ammunition Supply Point Due to Storm Damage, Wheeler AAF, Hawaii 8.0 AMENDMENTS TO SECTION , ENVIRONMENTAL PROTECTION 8.1 NPDES Permit is required. 9.0 ADDITIONAL REQUIREMENTS 9.1 Contractor s Operations or Storage Area Located within the project limits in a location approved by the COR 9.2 Government Project Office Separate Government project office not required. 9.3 Haul Route and Site Access See plans section 8.0. SECTION Page 5

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE 1.01 AUTHORITY OF THE ENGINEER CONTROL OF WORK A. The work included in the contract is to be done to the complete satisfaction of the Engineer, and the decision of the Engineer as to the true construction

More information

SECTION QUALITY CONTROL

SECTION QUALITY CONTROL SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01451 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-01 45 00.10 20 (February 2010) Changed 1-08/17 ----------------------------------- Preparing Activity: NAVFAC Superseding UFGS-01 45 02.10 (November 2008) UNIFIED FACILITIES

More information

Specifications 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. 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 information

DOCUMENT SPECIAL PROVISIONS

DOCUMENT SPECIAL PROVISIONS DOCUMENT 00813 SPECIAL PROVISIONS ADDENDUM NO. 1, DECEMBER 16, 2016 PRICE ADJUSTMENTS FOR STRUCTURAL STEEL AND REINFORCING STEEL FOR CONTRACTS BID ON OR AFTER APRIL 5, 2011 ENGLISH UNITS December 12, 2016

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

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

WEST GATE ENTRANCE EXTERIOR IMPROVEMENTS BEXAR COUNTY ARENAS - FENCING PACKAGE

WEST GATE ENTRANCE EXTERIOR IMPROVEMENTS BEXAR COUNTY ARENAS - FENCING PACKAGE PROJECT MANUAL / TECHNICAL SPECIFICATIONS WEST GATE ENTRANCE EXTERIOR IMPROVEMENTS - FENCING PACKAGE 3201 E. HOUSTON STREET SAN ANTONIO, TEXAS 78219 OCTOBER 6, 2017 HUMBERTO SALDANA & ASSOCIATES, INC.

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

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

CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS

CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS 1. GENERAL CONDITIONS...1 3. DESCRIPTION...1 5. MATERIALS...1 5.1 General...1 5.2 Handling and Storage of Materials...1 5.3 Testing and Approval...1 5.4

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-01 11 00 (August 2015) --------------------------- Preparing Activity: NAVFAC Superseding UFGS-01 11 00 (August 2011) UNIFIED FACILITIES GUIDE SPECIFICATIONS References

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

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

Suwannee River Water Management District LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For

Suwannee River Water Management District LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For Suwannee River Water Management District LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL For Starke Bypass Wetland Mitigation Project Bradford County, Florida Contract Number: RFP 14-038RM Table of Contents

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

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

SECTION QUALITY REQUIREMENTS

SECTION QUALITY REQUIREMENTS SECTION 014000 - PART 1 - GENERAL 1.1 SUMMARY A. Defines SRP requirements for Contractor Quality Control and Owner Quality Assurance. As an Electric and Water Utility, SRP has many critical facilities.

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

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

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

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

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

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

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING SECTION 334701 - WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. The Contractor shall provide all labor, materials, tools, and equipment required

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-01 45 00.00 10 (November 2016) ----------------------------------- Preparing Activity: USACE Superseding UFGS-01 45 00.00 10 (February 2010) UNIFIED FACILITIES GUIDE

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 RFP-DOT-15/16-4006PM FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: December 2, 2015 RE: RFP Number: RFP-DOT-15/16-4006PM Description: Districtwide Storm Sewer Inspection QUESTION:

More information

CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services

CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services City Manager 22 S. Beach Street Ormond Beach Florida 32174 (386) 676-3200 Fax (386) 676-3384 CITY MANAGER MEMORANDUM To: Through: From: The Honorable Mayor Kelley and City Commissioners Joyce A. Shanahan,

More information

4. GENERAL REQUIREMENTS

4. GENERAL REQUIREMENTS 4. GENERAL REQUIREMENTS 4.1 APPLICATION FOR SERVICE Application for service must be made to, and accepted by, the Company before service will be furnished. At the time of application, the Customer shall

More information

CONSTRUCTION MANAGEMENT AGREEMENT

CONSTRUCTION MANAGEMENT AGREEMENT CONSTRUCTION MANAGEMENT AGREEMENT This Construction Management Agreement ( Agreement ) is made and entered into effective November 1, 2012, by and between the Newark Unified School District ( District

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

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

Market Procedure: Network Control Services

Market Procedure: Network Control Services ELECTRICITY INDUSTRY ACT 2004 ELECTRICITY INDUSTRY (WHOLESALE ELECTRICITY MARKET) REGULATIONS 2004 WHOLESALE ELECTRICITY MARKET RULES Market Procedure: Network Control Services Version 2 Commencement:

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

SECTION QUALITY REQUIREMENTS

SECTION QUALITY REQUIREMENTS SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Quality control and control of installation. Tolerances. References. Labeling. Mock-up requirements. Testing and inspection

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

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

DAIMLER GROUP NORTH AMERICAN COMPANIES

DAIMLER GROUP NORTH AMERICAN COMPANIES DAIMLER GROUP NORTH AMERICAN COMPANIES General Purchasing Conditions for IT Part G Lease of Standard Software 1 Subject Matter / Scope of Performance 1.1 General The terms and conditions of this Part G

More information

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

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

More information

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

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

More information

REQUEST FOR PROPOSALS

REQUEST 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 information

ATTACHMENT D SCOPE OF SERVICES

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

More information

Schedule Guidance Document

Schedule Guidance Document Schedule Guidance Document Version: 1.2 Effective Date: August 20, 2013 Contents 1. Purpose... 1 2. Applicability and Basic Requirements... 2 3. Baseline Schedule... 3 3.1. General... 3 3.2. Schedule Work

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

Mott Community College. Independent Contractor Policy and Procedures

Mott Community College. Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ

More information

Page 1 of 5 Home > Agencies > G - Bulletin Listing Bulletin Category: Procurement & Contracting Bulletin Number: G-226 Date Issued: 6/19/06 Date Last Updated: 8/8/07 Bulletin Name: Purpose: Consultant

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and

More information

Water Pollution Control for Work in Sensitive Areas

Water Pollution Control for Work in Sensitive Areas Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed

More information

APPENDIX 2H UNDISCLOSED ROTTING STRUCTURAL COMPONENTS AND BRICK REPOINTING AND RENDER REPAIRS

APPENDIX 2H UNDISCLOSED ROTTING STRUCTURAL COMPONENTS AND BRICK REPOINTING AND RENDER REPAIRS APPENDIX 2H UNDISCLOSED ROTTING STRUCTURAL COMPONENTS AND BRICK REPOINTING AND RENDER REPAIRS 1. DEFINITIONS In this Appendix, in addition to the definitions set out in Schedule 1 of this Agreement: Approved

More information

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

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

More information

State 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 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 information

DEFENSE LOGISTICS AGENCY HEADQUARTERS 8725 JOHN J. KINGMAN ROAD FORT BELVOIR, VIRGINIA

DEFENSE LOGISTICS AGENCY HEADQUARTERS 8725 JOHN J. KINGMAN ROAD FORT BELVOIR, VIRGINIA DEFENSE LOGISTICS AGENCY HEADQUARTERS 8725 JOHN J. KINGMAN ROAD FORT BELVOIR, VIRGINIA 22060-6221 July 3, 2017 AMENDMENT NO. 001 (FERROCHROMIUM) TO BASIC ORDERING AGREEMENT SOLICITATION FOR STOCKPILE MATERIALS

More information

Microsoft Consulting Services Work Order

Microsoft Consulting Services Work Order Microsoft Consulting Services Work Order (For Microsoft Internal Purposes Only) MCS (WO Type 1)- (Public Sector) Work Order Number: 20080318 Project Code: 1-F0ZY1C Client ID: U6914902 Client Type: Major

More information

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018 JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO. 77030 March 16, 2018 Engineer: Joseph B. Callaghan, Inc. 1655 Suburban Station Building 1617 John F. Kennedy Blvd. Philadelphia, PA 19103 jbciengineers.com

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

DRAFT TECHNICAL SPECIFICATIONS FOR DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT

More information

Commonwealth of Virginia

Commonwealth of Virginia Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...

More information

Electricity Supply Agreement

Electricity Supply Agreement Electricity Supply Agreement 1. General 1.1 Mazoon Electricity Company SAOC (the Supplier) shall on or from the Start Date, subject to the satisfactory completion of a Supply Application Form, provide

More information

Hong Kong Science and Technology Parks Corporation

Hong Kong Science and Technology Parks Corporation Hong Kong Science and Technology Parks Corporation REQUEST FOR QUOTATION Biomedical Technology Support Centre Thermo cycler (REF #: RFQ/BSC/2018/001) Ref #: RFQ/BSC/2018/001 1 of 13 PURPOSE Hong Kong Science

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

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

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

More information

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

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

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

More information

INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT

INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT Item 1 Select only those projects that you wish to pre-qualify. Item 2 Enter full company name. Item 2a Check the appropriate box. Item 2b Insert

More information

MISO MODULE B FERC Electric Tariff TRANSMISSION SERVICE MODULES Effective On: November 19, 2013

MISO MODULE B FERC Electric Tariff TRANSMISSION SERVICE MODULES Effective On: November 19, 2013 MISO MODULE B TRANSMISSION SERVICE MISO I INTRODUCTION The Transmission Provider shall provide Point-To-Point and Network Integration Transmission Service pursuant to the applicable terms and conditions

More information

DOCUMENT AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT)

DOCUMENT AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT) DOCUMENT 00 52 13 AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT) THIS AGREEMENT IS MADE AND ENTERED INTO THIS DAY OF, 2014, by and between the Ohlone Community College District ( District ) and

More information

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued.

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued. 69450-15-R-1090 (/) 1 2-Mar-15 Page 16, Paragraph (2) The solicitation states that the JV prime has one relevant project or each member of the JV has relevant experience. Do you mean either party not both?

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST 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 information

Request for Proposal Internet Access Columbus Urban League

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

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA This section is used for projects under $1,000,000 use other section if more than $1M SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 SCOPE A. Preliminary Contract Schedule, Contract

More information

EXHIBIT A SCOPE OF SERVICES Districtwide Storm Sewer Inspection

EXHIBIT A SCOPE OF SERVICES Districtwide Storm Sewer Inspection EXHIBIT A SCOPE OF SERVICES Districtwide Storm Sewer Inspection 1.0 Objective: The Department desires to obtain services from the Vendor to inspect existing storm sewer systems. This includes the remote

More information

CONTRACT WITH THE TEMPORARY WORKERS (TERMS OF ENGAGEMENT/CONTRACT FOR SERVICES) 1.1. In these Terms of Engagement the following definitions apply:

CONTRACT WITH THE TEMPORARY WORKERS (TERMS OF ENGAGEMENT/CONTRACT FOR SERVICES) 1.1. In these Terms of Engagement the following definitions apply: Page 1 CONTRACT WITH THE TEMPORARY WORKERS (TERMS OF ENGAGEMENT/CONTRACT FOR SERVICES) 1. DEFINITIONS 1.1. In these Terms of Engagement the following definitions apply: Assignment Client means the period

More information

LOUISVILLE & INDIANA RAILROAD COMPANY

LOUISVILLE & INDIANA RAILROAD COMPANY (Cancels FT LIRC 8100-A) LOUISVILLE & INDIANA RAILROAD COMPANY FREIGHT TARIFF LIRC 8100-B (Cancels Freight Tariff LIRC 8100-A) NAMING RULES AND CHARGES GOVERNING DEMURRAGE AND STORAGE AT STATIONS ON THE

More information

Facilities Planning Policy & Procedure #20

Facilities Planning Policy & Procedure #20 Facilities Planning Policy & Procedure #20 TITLE: OBJECTIVE AND PURPOSE RESPONSIBILITY MINOR PROJECTS To establish a procedure for proper initiation, implementation, filing and closeout for projects included

More information

CONTRACT NO MURRAY IRRIGATION 2013 GRADER HIRE MURRAY IRRIGATION LIMITED. Client. Contractor

CONTRACT NO MURRAY IRRIGATION 2013 GRADER HIRE MURRAY IRRIGATION LIMITED. Client. Contractor CONTRACT NO. 1074 MURRAY IRRIGATION 2013 GRADER HIRE MURRAY IRRIGATION LIMITED ABN: ACN:. Client Contractor Contract Period: 1st January 2013 to 31st December 2013-1 - 1.0 Task The primary task is to supply

More information

HOUSE BILL No. UTILITY METER FREEDOM OF CHOICE AMENDMENT. A bill to amend Chapter 460 Michigan Public Act 3 of 1939, entitled

HOUSE BILL No. UTILITY METER FREEDOM OF CHOICE AMENDMENT. A bill to amend Chapter 460 Michigan Public Act 3 of 1939, entitled HOUSE BILL No. Date: Introduced by State Representatives UTILITY METER FREEDOM OF CHOICE AMENDMENT A bill to amend Chapter 460 Michigan Public Act 3 of 1939, entitled AN ACT to provide for the regulation

More information

Section Safety Section Cleanup. None Required

Section Safety Section Cleanup. None Required January 2000 Page 1 of 6 PART 1 GENERAL 1.01 OTHER CONTRACT DOCUMENTS 1.02 DESCRIPTION OF WORK 1.03 RELATED SECTIONS PART 2 PRODUCTS The General Conditions of the Contract, General Requirements, and Supplemental

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. CSB 7th Floor Orthopaedic Surgery Office Renovation Phase 2 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary

More information

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 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 information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR 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 information

Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the

Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the differences between FIDIC 87 and FIDIC 99. The below

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST 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 information

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

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

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

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

Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO

Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO Normal Avenue Bridge Superstructure Replacement Project Normal Avenue over Sacony Creek Borough of Kutztown, Berks County, PA Date: August 5, 2015 Location:

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued.

The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued. 69450-15-R-1090 (Y/) 1 2-Mar-15 Page 16, Paragraph (2) The solicitation states that the JV prime has one relevant project or each member of the JV has relevant experience. Do you mean either party not

More information

UFGS (August 2004) UNIFIED FACILITIES GUIDE SPECIFICATION

UFGS (August 2004) UNIFIED FACILITIES GUIDE SPECIFICATION USACE / NAVFAC / AFCEC / NASA UFGS-02 84 16 (April 2006) -------------------------- Preparing Activity: NAVFAC Replacing without change UFGS-13286 (August 2004) UNIFIED FACILITIES GUIDE SPECIFICATION References

More information

Article 10 - ADMINISTRATIVE SECTION

Article 10 - ADMINISTRATIVE SECTION Article 10 - ADMINISTRATIVE SECTION 10.1 TITLE These Administrative Regulations along with the requirements included in the 2005 Edition of the National Electrical Code (NFiPA-70-2005) as approved by the

More information

Code of Ethics Administrator Report

Code of Ethics Administrator Report Code of Ethics Administrator Report First Edition for the Period of January December 2015 March 2016 www.dsa.org The Direct Selling Association (DSA) is the national trade association for companies that

More information