SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Size: px
Start display at page:

Download "SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:"

Transcription

1

2

3 ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA CHEROKEE NATION BUSINESSES ATTN: CHARLA VARDEMAN 420 SOUTH 145 TH EAST AVENUE TULSA, OKLAHOMA FAX NO. (918) BID DUE DATE: September 10, 2012 BID FROM: Bidder s Name: Address: Telephone NO: ( ) _ Facsimile NO: ( ) _ Oklahoma License NO: JULY 2012 BID SET SECTION 00300/1

4 1.0 GENERAL 1.01 The undersigned BIDDER agrees, if this Bid is accepted, to enter into an agreement with the OWNER, in the form stipulated in the Bidding Documents, to perform and furnish the Work pursuant to the Bidding Documents for the Bid Price and within the Bid Times indicated in this Bid and pursuant to the other terms and conditions of the Contract Documents. A. The Bid Price and other Prices, as indicated in this Bid, shall include the total Price for overhead and profit, labor, equipment, state, and local taxes and fees, insurance, permits, and incidentals required to perform the Work In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: A. This Bid will remain subject to acceptance for 30 days after the day of Bid opening. B. The Owner has the right to accept or reject this Bid for a period of 30 days after the day of Bid opening. C. BIDDER will sign and submit the Agreement with the Performance and Payment Bond, and other documents stated in the Bidding Requirements within seven (7) days after the date of OWNER S Notice of Award. D. BIDDER has examined copies of all Bidding Documents. E. BIDDER has visited the site and become familiar with the general, local, and site conditions. F. BIDDER is familiar with federal, state, and local laws and regulations. G. BIDDER has received the following Addenda receipt of which is hereby acknowledged: DATE NUMBER 1.03 Attendance at the Pre-Bid Conference at the project site is mandatory for all BIDDERS. BIDDERS are by invitation only and must be pre-qualified. Minutes of this conference will be taken and distributed to all parties The successful BIDDER shall be required to attend the Pre-Construction Conference at the project site at a date to be determined, at which time all submittals required by the Contract Documents shall be presented and reviewed for approval. Minutes of this conference will be taken and distributed to all parties present at the conference. JULY 2012 BID SET SECTION 00300/2

5 1.05 Questions regarding the Bidding Documents shall be directed in writing to: Mrs. Charla Vardeman at 1.06 Questions regarding the Bidding Documents may not be answered if received less than 48 hours prior to time and date established for receipt of bids. All BIDDERS should present BE-CI with an address of primary contact. Questions regarding the documents presented within 72 hours of the receipt of bids will only be answered via . responses to the questions will be considered addendum required for review prior to bidding TRIBAL EMPLOYMENT RIGHTS OFFICE - Tribal Employment Rights Office, TERO, requirements apply including fee of ½ of 1% of contract award. Successful bidder must complete TERO Labor Agreement and pay all applicable fees, including $25 per non-indian employee working on this project. Please refer to Cherokee Nation Legislative Act dated 11/14/06 repealing and superseding Cherokee Nation law regarding Labor and Employment Rights Ordinance and Declaring an Emergency. The complete Act is available by contacting the TERO office at Tahlequah, TERO bidders are required to provide a copy, front and back, of their TERO certificate with return bid(s) In Addition to all other information required for submission in this Bid Form. The contractor should also submit, with this form, a letter from Dryvit stating that they are approved to install the Outsulation Plus MD system and that they are in good standing with the manufacturer. 2.0 SCOPE OF WORK BIDDER will complete the Work for the Base Bid described herein pursuant to the Contract Documents for the Lump Sum Bid Price stipulated herein. BIDDER must also submit a Price for each of the Unit Costs as well. The quantity allowance indicated for each work activity where an allowance is referenced below will be audited as the work progresses and the Base Bids will be adjusted up or down based on the actual quantity used and its corresponding unit cost bid. Quantities and dimensions on the Drawings must be verified by the Bidder BASE BID: The following scope of work pertains to completely removing and replacing all existing sealants on the project and removing and replacing all existing EIFS cladding and sheathing. The scope of work also includes removing and replacing the southeast low slope metal roof system on Building 3 in a watertight manner coordinating removal of roof top equipment and re-location of existing roof penetrations. Finally, removal and replacement of all gutters and window restoration as required by the Engineer is required under this base bid. Provide all Permits, Licenses and Fees, as well as compliance with all regulatory Ordnances and Inspections that are required to perform proposed Work. Provide all necessary Insurance required for this project including Oklahoma Workman s Compensation and General Liability Insurance. List the Client, Owner, and Engineer as an additional insured party to the policy with a 30-day notice of any changes or cancellations to the policy. This is not-negotiable and is an absolute requirement for bidding this project. JULY 2012 BID SET SECTION 00300/3

6 Provide all safety barriers and enforce all OSHA rules concerning construction and project safety. Provide all tools and equipment (i.e. Cranes, material hoist, pumps, swing stages, scaffolding) required to properly perform the work. Protect surrounding areas and existing areas within the property not included during construction along with daily cleanup of all debris. A. Contractors are responsible for surveying all surrounding work areas and report any preexisting damage to adjacent surfaces to the Engineer and Owner s representative in writing prior to commencing work. Provide all selective demolition as outlined in Section of the BE-CI specifications for this project. B. The Contractor shall be responsible for removing and replacing any landscaping that may interfere with the work. Any and all damages to the landscaping shall be the responsibility of the contractor to replace with like and kind. C. The Contractor shall be responsible for complying with the Owner s contractual requirements for use of the facility as follows: Contractor shall continuously maintain adequate protection for all his Work from damage and shall protect Owner's property, and the property and persons of others, from injury or loss arising in connection with this Contract. Contractor shall comply and shall cause all his employees to comply with all Owner's rules and regulations on fires and safety at the place of Work. Contractor shall keep the Work site free from accumulation of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish and debris from the Work site, as well as all tools, construction equipment, and machinery and surplus materials, and shall leave the Work site clean and ready for its intended use. Contractor shall restore to its original condition those portions of the Work site not designated for alteration by this Contract. Other specific site access requirements will be discussed at the pre-bid meeting and these requirements will be added as addendum required for review prior to bid. D. The first portion of the work is the removal of the existing EIFS cladding and any damaged gypsum sheathing or metal stud framing encountered. For the purposes of the Base Bid, an Allowance of 2500 SF should be included for gypsum sheathing replacement and repair and an allowance of 500 LF of metal stud framing replacement should also be included. The amount of EIFS and sheathing removed on a daily basis should be no more than can be covered with the new water resistive barrier (WRB) and made water tight within the same day. Reference specifications Section E. After removal of the EIFS cladding and gypsum sheathing, install new sheathing in accordance with specifications Section and manufacturer requirements. Install Backstop NT WRB over the new sheathing, taking care to ensure that the WRB is continuous and fully sealed to and integrated with all penetrations through the sheathing including but not limited to: windows, doors, electrical penetrations, awning penetrations, vents, etc. Additionally, the contractor shall form and install all required base of wall flashings to integrate the cladding system with surrounding concrete slabs and finished grade. Per Section F, the Engineer shall inspect the integration of the WRB with all sheathing penetrations prior to installation of EIFS. Reference specifications Section 07245, the BE-CI details, and manufacturer requirements for more information. JULY 2012 BID SET SECTION 00300/4

7 F. Prior to the installation of new EIFS the Engineer shall inspect all areas of installed Backstop NT weather resistive barrier, its integration with wall penetrations, windows, and grade transition flashings. The inspection shall not slow the progress of the work and should be performed during the drying period required by the manufacturer. In order to facilitate this inspection without a delay in the schedule, the contractor is required to notify the Engineer via a minimum of one (1) week prior to the anticipated cladding installation date. G. Once the Backstop NT WRB has been installed and inspected, the contractor shall install new EIFS over the exterior sheathing. The new EIFS should be integrated with the existing cladding with reinforcing mesh fully encapsulated in base coat. Where specified, the new EIFS should be integrated with the drainage track as required by the manufacturer, BE-CI details, and the specifications. Reference specifications Section 07245, BE-CI details, and manufacturer requirements for more information. H. Next install primers and sealants in accordance with Section 07920, BE-CI details, and manufacturer requirements. Use correct size and type of backer rod where possible or appropriate bond breaker material where backer rod cannot be used. Skim coating over existing sealants in any fashion will not be permitted. A primer is required prior to applying new materials. After the installation of sealant, the contractor shall install the finish coat over the new EIFS cladding. Reference Sections and 07245, BE-CI details, and manufacturer requirements for more information. I. After the cladding restoration, the contractor shall install wet glazing at all windows including metal to metal window joints in accordance with Specification Section In the process of wet glazing the window, the contractor shall pay close attention to BE-CI detail 1/A-6. Ensure that the sill extender is in place prior to installing the sill sealant bead. Reference specification Section and the BE-CI details and manufacturer s requirements. J. Along the eaves of Buildings 2 and 3 are existing roof gutters and downspouts. As part of the Base Bid, the contractor shall remove the gutter, inspect the eave portion of the roof system to determine if it is installed in accordance with manufacturer s requirements. If the eave areas are not installed per manufacturer s installation instruction then they should be removed and replaced. For the purposes of the Base Bid an allowance of 500 LF should be included for eave repairs. After any necessary eave repairs, the contractor shall install a new seamless gutter in accordance with the BE-CI drawings and details. Reference specification Section 07410, the BE-CI details, and manufacturer s requirements. K. At the southeast corner of Building 3 there is a low slope portion of the metal roof. As portion of the Base Bid, the contractor shall remove and replace this roof area in accordance with the BE-CI drawings, details, manufacturer s installation instructions, and Section As part of removing and replacing the roof area, coordinate with CNE to ensure that all un-necessary equipment is removed and any new equipment is installed or located prior to installation of the new metal roof panels. JULY 2012 BID SET SECTION 00300/5

8 L. This project will require a payment and performance bond. Please include the cost of the bond in the lump sum price for the base bid. Payment and Performance Bond must be by an A-Rated bonding company and a certification that the contractor is able to bond the project from the bonding company will be required to be submitted with the bid along with all pertinent and contact information from the A-Rated bonding company. LUMP SUM BID OF $,. for BASE BID NO. 1; M. The following cost figures should be breakdowns of items ALREADY INCLUDED in the base bid. LUMP SUM BID OF $,. for Roof Replacement Work on Building 3; LUMP SUM BID OF $,. for ½ of 1% TERO FEE; LUMP SUM BID OF $,. for Per Worker Per Day TERO FEE; LUMP SUM BID OF $,. for Gutter Replacement on Both Buildings; 3.0 ALTERNATES 3.01 ALTERNATE NO. 1: PERFORM SITE GRADING AND DRAINAGE REPAIRS Quote the cost to be added or deducted from the Base Bid if the contractor will perform the requested site grading and drainage improvements required by CNE. The specifics of these repairs will be discussed in detail at the pre-bid meeting, but general scope will include: Reducing height of grade to create 6 offset between finished grade and bottom of the new cladding system, ensure positive drainage away from the building, provide trench drains at Building 2 east elevation doors, installation of a concrete knee wall outside of Building 2 to act as a berm. ADD / DEDUCT THE SUM BID OF $,. for Removing and Replacing Existing Shrubs and Plants in ALTERNATE NO. 1; ADD / DEDUCT THE SUM BID OF $,. for ALL OTHER grading modification work included in ALTERNATE NO. 1; JULY 2012 BID SET SECTION 00300/6

9 3.01 ALTERNATE NO. 2: NO NEW STRUCTURAL DECK AND BUILDING 3 ROOF Quote the cost to be added or deducted from the Base Bid if the contractor is NOT to include a new waterproofed structural deck over the new roof on the southeast corner of Building 3. Instead the roof should be installed over the existing structure and perlins. ADD / DEDUCT THE SUM BID OF $,. for ALTERNATE NO. 2; 4.0 UNIT COSTS It shall be understood the Unit Costs quoted herein will be used to adjust the Contract Allowances within the Base Bid or Alternate, upward or downward as actual usage dictates. The term Cost is considered to include Contractor s total price for overhead and profit, labor, equipment, state and local taxes, insurance, permits and any incidentals required to perform the work. The assumed allowances are considered to be part of the Base Bid and Final allowance figures will be adjusted according to actual usage and unit cost pricing 4.01 UNIT COST NO. 1: GYPSUM SHEATHING REPLACEMENT Quote the amount to be added or deducted from Base Bid to remove and replace 1 SF of gypsum sheathing. 1. Add or Deduct the Sum of: $. /LF 4.02 UNIT COST NO. 2: METAL STUD FRAMING REPLACEMENT Quote the amount to be added or deducted from Base Bid to remove and replace 1 LF of metal stud framing. 1. Add or Deduct the Sum of: $. /LF 4.03 UNIT COST NO. 3: NEW SEALANT Quote the amount to be added or deducted from Base Bid to install 1 LF of new sealant 1. Add or Deduct the Sum of: $. /LF 4.04 UNIT COST NO. 4: METAL ROOF EAVE REPAIR Quote the amount to be added or deducted from Base Bid to install 1 LF of new eave flashing at the metal roofs. This unit cost shall include all associated labor, materials, and underlying flashing modification necessary to achieve the standards in the drawings and specifications. 1. Add or Deduct the Sum of: $. /LF JULY 2012 BID SET SECTION 00300/7

10 4.05 UNIT COST NO. 5: TIME AND MATERIAL Quote the amount to add or deduct for time and material work that may not be covered under the previous Base Bid, Alternates or Unit Costs. Provide an hourly rate for both an unskilled and skilled worker. Also provide a contractor mark-up for overhead, management and profit. All material will be based on actual cost provided by proper documentation. All receipts must indicate delivery site and date. Add or Deduct the Sum of: For Skilled Labor For Unskilled Labor Contractor Mark-up $. /Hour $. /Hour. Percent 5.0 TIME OF COMPLETION BIDDER agrees that, upon receipt of the Notice to Proceed, the Work will be substantially complete and ready for final payment pursuant to the Conditions of the Contract on or before the dates or within the number of calendar days indicated in the Agreement For Base Bid DAYS 5.02 For Alternate No. 1 DAYS. 6.0 PAYMENT AND PERFORMANCE BONDS 6.01 BIDDER agrees to furnish a Performance Bond with a Labor and Material Payment Bond covering the full Contract Price, pursuant to the Contract Documents: Percentage of Contract Price: % 7.0 ACCEPTANCE 7.01 The form of Agreement shall be Cherokee Nation Businesses standard Contract Agreement attached to this Bid Proposal Form The Owner reserves the right to not disclose the Bid Prices Contractor agrees to hold prices for thirty (30) days. Owner reserves the right to accept or reject this proposal for a period of thirty (30) days from the Bid Due Date. JULY 2012 BID SET SECTION 00300/8

11 8.0 DISCLOSURES 8.01 BIDDER is required to list below all major subcontractors whose Prices are incorporated in the Bid Price. Generally trades listed should be those involving major money amounts or special technical items. In none used, write None. If the bidder does not list any subcontractors on the bid form that perform work on this project, any unapproved subcontractor who attempts to work on the project will be removed from the job and the bidder will have to go through the necessary approval procedures. Trade Subcontractor Submitted On:, 20 By: (Seal) Firm Name: Name of Person Authorized to Sign: Business Address: Telephone No.: END OF SECTION JULY 2012 BID SET SECTION 00300/9

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 3: Roofs 1 & 3 DATE: December 29, 2017 1235 Mission

More information

Addendum No. 1 Page 1 of 2

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

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

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

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

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

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

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

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

Addendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by:

Addendum 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 information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T-2016-0210-05410910 Request for Bids The Metropolitan Park District of Tacoma will receive sealed

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT 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 information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST 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 information

AcroWall-ES System. Class PB Exterior Insulation and Finish System providing a primary moisture barrier. Typical Details

AcroWall-ES System. Class PB Exterior Insulation and Finish System providing a primary moisture barrier. Typical Details Typical Details AcroWall-ES System Class PB Exterior Insulation and Finish System providing a primary moisture barrier 1. Typical AcroWall-ES System Application 2. Typical Aesthetic Reveal 3. Typical Window

More information

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

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

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

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

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

CITY OF BLUE ASH REQUEST FOR QUALIFICATIONS TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES FOR THE DESIGN OF THE

CITY OF BLUE ASH REQUEST FOR QUALIFICATIONS TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES FOR THE DESIGN OF THE PLEASE READ: If you are obtaining this RFQ document electronically from the City s web-site, please email jward@blueash.com or call Judi Ward at 745-8538 and request to be placed on the RFQ holder s list.

More information

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit: TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION 355-7575 Ext. 395 Needed to Obtain Permit: 1. Building Permit Application, and/or residential plumbing permit application, as applicable, to be

More information

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:

More information

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

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

More information

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

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice

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

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO. 16-01 RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III BID RECEIPT: o Sealed bids shall be received

More information

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax:

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax: ADDENDUM NO. 1 GOODWYN, MILLS AND CAWOOD, INC. 2701 1 st Avenue South Suite 100 Birmingham, Alabama Ph: 205-879-4462 Fax: 205-879-4493 To: ALL PLAN HOLDERS Date: March 24, 2017 Fax #: Pages: 10, including

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

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

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

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Senturion TM III Wall System

Senturion TM III Wall System Senturion TM III Wall System TYPICAL DETAILS 1017666 1. Senturion III Wall System Application (Plan VIew) 2. Senturion III Wall System Application (Isometric View) 3. Aesthetic Groove (Plan VIew) 4. Insulation

More information

PURCHASING DEPARTMENT

PURCHASING 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 information

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

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

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

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

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

More information

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12 SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: - ATTACHED SKETCH Complete; Geotechnical Engineering Report as prepared by Building and

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

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

More information

REQUEST 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 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 information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

CONTRACT 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 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

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

More information

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

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

More information

(Project Location) (your firm's name)

(Project Location) (your firm's name) SECTION 07 21 00 THERMAL INSULATION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including the Conditions of the Contract and Division 01 Specification Sections

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

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT: ADDENDUM NO. 2 PROJECT: ARCHITECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No. 7-7 PETERS AND ASSOCIATES, ARCHITECTS, P.C. 427 Dayton Circle, Suite Omaha, Nebraska 6837-5558 Date

More information

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS PROPOSAL BID PROPOSAL TO: CITY COUNCIL OF THE CITY OF SANTA ANA FROM: REQUIREMENT: The undersigned bidder declares that they have carefully examined the location of the proposed work, that they have examined

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Application Instructions for Dryvit Backstop NT For Use Beneath Claddings Other Than Dryvit EIFS

Application Instructions for Dryvit Backstop NT For Use Beneath Claddings Other Than Dryvit EIFS Application Instructions for Dryvit Backstop NT For Use Beneath Claddings Other Than Dryvit EIFS CHECKLIST PRIOR TO THE INSTALLATION OF BACKSTOP NT - SMOOTH AND TEXTURE Project Conditions Maximum storage

More information

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

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

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

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

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

More information

INFORMATIONAL PACKAGE ACCESSORY RESIDENTIAL BUILDINGS (INCLUDING DETACHED GARAGES, STORAGE BUILDINGS & WORKSHOPS)

INFORMATIONAL PACKAGE ACCESSORY RESIDENTIAL BUILDINGS (INCLUDING DETACHED GARAGES, STORAGE BUILDINGS & WORKSHOPS) 1102 4 th Street Telephone: 306-634-1819 Estevan, Saskatchewan, Canada Fax: 306-636-2199 S4A 0W7 INFORMATIONAL PACKAGE ACCESSORY RESIDENTIAL BUILDINGS (INCLUDING DETACHED GARAGES, STORAGE BUILDINGS & WORKSHOPS)

More information

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

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

More information

Required Information for Permit Issuance

Required Information for Permit Issuance Required Information for Permit Issuance 1. Parcel #: It is very important that we have this information. It can be accessed in different ways. It may already be on your septic application, you can get

More information

BUILDING SUCCESSFULLY WITH DRYVIT RESIDENTIAL SYSTEMS.

BUILDING SUCCESSFULLY WITH DRYVIT RESIDENTIAL SYSTEMS. BUILDING SUCCESSFULLY WITH RESIDENTIAL S. DS504 THE FOLLOWING IS A LIST OF MAJOR CONSIDERATIONS THAT WILL HELP ENSURE A QUALITY INSTALLATION. SUBSTRATES (INSPECTION/WALK-AROUND) Prior to starting a job,

More information

CITY OF HAGERSTOWN PLANNING & CODE ADMINISTRATION DEPARTMENT. Submittal Requirements

CITY OF HAGERSTOWN PLANNING & CODE ADMINISTRATION DEPARTMENT. Submittal Requirements CITY OF HAGERSTOWN PLANNING & CODE ADMINISTRATION DEPARTMENT 1 East Franklin Street Phone: 301-790-4163 Third Floor Hagerstown, MD 21740 Fax: 301-791-2650 BUILDING PERMIT APPLICATION FOR RESIDENTIAL ACCESSORY

More information

VILLAGE OF ORLAND PARK, ILLINOIS ADDENDUM NO. 1 REBID # STELLWAGEN FARMHOUSE RESTORATION: PHASE 1 EXTERIOR FOUNDATION

VILLAGE OF ORLAND PARK, ILLINOIS ADDENDUM NO. 1 REBID # STELLWAGEN FARMHOUSE RESTORATION: PHASE 1 EXTERIOR FOUNDATION VILLAGE OF ORLAND PARK, ILLINOIS ADDENDUM NO. 1 REBID #15-019 STELLWAGEN FARMHOUSE RESTORATION: PHASE 1 EXTERIOR FOUNDATION Date: Wednesday, April 13, 2016 To: From: RE: All Potential Bidders Village of

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P August 20, 2014 Re: P2014-04 Multiple Park Demolition To Small Works Roster: Demolition Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P2014-04

More information

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE TECHNICAL QUESTIONS FOR ITB-DOT-17/18-7004LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE Question 1: Question 2: Question 3: Question 4: Question 5: Question 6: When area configurations

More information

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

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

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

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

More information

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16 Wicomico County Purchasing 125 N. Division St. Room B-3 Salisbury, MD 21801 Ph. 410-548-4805 Fax 410-334-3130 Email: purchasing@wicomicocounty.org Addendum # 1 Perdue Stadium Seating Bowl Improvements

More information

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015 ADDENDUM NO. 1 City of Saint James, MN Tower Coating Improvements Bid Date: June 5, 2015 Bid Time: 2:00 p.m. BMI Project No. M17.110096 Bolton & Menk, Inc. 1960 Premier Drive Mankato, MN 56001 June 2,

More information

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311 ADDENDUM #1 WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION ANGELO JOB NO. 1213 Page 1 of 2 Total ANGELO ARCHITECTURAL ASSOCIATES 12314 Ridgeview Drive Urbandale, IA 50323 Ph: 515-250-6950 Fax:

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

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

More information

ADDENDUM #1 BL Construction of Club Drive Park: Phase II

ADDENDUM #1 BL Construction of Club Drive Park: Phase II October 25, 2017 ADDENDUM #1 BL094-17 Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA 30309 Phone: 404.873.6730 www.tsw-design.com Principals: William Tunnell

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

DOCUMENT BID FORM - STIPULATED SUM

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

More information

RESIDENTIAL BUILDING PERMIT PROCEDURES

RESIDENTIAL BUILDING PERMIT PROCEDURES RESIDENTIAL BUILDING PERMIT PROCEDURES Community Development Dept. 9220 Bonita Beach Road, Ste. 111 Bonita Springs, FL 34135 (239) 444-6150 permitting@cityofbonitaspringscd.org THREE (3) SETS OF PLANS

More information

Architectural Services

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

More information

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

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

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

More information

ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART GENERAL 1.

ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART GENERAL 1. 07555 - ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART 1.00 - GENERAL 1.01 SUMMARY: A. The work of this section consists of furnishing and installing

More information

INSPECTION TYPE EIFS system, Visual, Tramex & Delmhorst probe moisture readings

INSPECTION TYPE EIFS system, Visual, Tramex & Delmhorst probe moisture readings FINEGAN INSPECTION SERVICES, INC. 27 Laurelwood Drive Milford Ohio, 45150 513 683-0733 RESIDENCE LOCATION INSPECTION TYPE EIFS system, Visual, Tramex & Delmhorst probe moisture readings OVERVIEW The report

More information

Window Installation Instructions: Sliding Window Systems with Frame Master Receptor

Window Installation Instructions: Sliding Window Systems with Frame Master Receptor STANDARD PROCEDURE No. I-181 Window Installation Instructions: Sliding Window Systems with Frame Master Receptor Examined, Accepted and Approved By: D. Ray Van Ness Title: President SUBJECT: Window Installation

More information

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

Scope of Work Bid Package C-3 - West Precast Concrete

Scope of Work Bid Package C-3 - West Precast Concrete Scope of Work Bid Package C-3 - West Precast Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

STC Allied Health Center PN 16029

STC Allied Health Center PN 16029 SECTION 00 11 13 INVITATION TO BID THE PROJECT: YOU ARE HEREBY INVITED TO BID THE FOLLOWING PROJECT For the construction of PN 16029 STC Allied Health Center To be Located at One Technology Drive State

More information

Village of Arlington Heights. Sewer Back-up Rebate Program

Village of Arlington Heights. Sewer Back-up Rebate Program Village of Arlington Heights Sewer Back-up Rebate Program (Including Enhanced Program Information) Updated: October 1, 2017 Village of Arlington Heights Building & Life Safety Department 33 S. Arlington

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

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT Notice is hereby given that the Central Valley Opportunity Center (CVOC) calls for bids to furnish (1) new Forklift. 1. The bid specifications

More information

INVITATION TO BID-NEW CONSTRUCTION

INVITATION TO BID-NEW CONSTRUCTION INVITATION TO BID-NEW CONSTRUCTION Date: 6/23/2015 To: All Invited Bidders You are invited to submit a bid for the commercial landscape for the Morongo Trail Roundabouts. Per attached plans and specs.

More information

Detached Garages and Building Permits. 1 and 2 Family Dwellings

Detached Garages and Building Permits. 1 and 2 Family Dwellings Detached Garages and Building Permits 1 and 2 Family Dwellings Why do I need a permit? The City of Minneapolis adopts the State of Minnesota Building Code (MNSBC) and its associated state statutes and

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

Inspection requests submitted by 2:30pm will be scheduled for the following business day unless otherwise requested.

Inspection requests submitted by 2:30pm will be scheduled for the following business day unless otherwise requested. Purpose 355 West Queens Road Single Family New Construction Required Inspection Stages Master Requirement GEN 110 Building Department: 604-990-2480, building@dnv.org, fax: 604-984-9683 The following procedure

More information

INSTALLING WATER-RESISTIVE BARRIERS & FLASHING

INSTALLING WATER-RESISTIVE BARRIERS & FLASHING INSTALLING WATER-RESISTIVE BARRIERS & FLASHING IN A TWO-LAYER STUCCO APPLICATION Fortifiber Building Systems Group provides this guide to assist installers by demonstrating a two-layer installation of

More information

ADVERTISEMENT FOR BIDS

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

More information

Reems Creek Homeowners Association, Inc. P.O. Box 1546, Weaverville, NC

Reems Creek Homeowners Association, Inc. P.O. Box 1546, Weaverville, NC www.reemscreekhoa.com rcgchoa@yahoo.com Welcome to the Reems Creek Golf Community! One of the pleasures of living in a shared community is knowing that all residents have a desire for the same high quality

More information

BUILDING PERMIT APPLICATION

BUILDING PERMIT APPLICATION TOWN OF LEICESTER 132 Main Street Post Office Box 197 Leicester, New York 14481 Phone: (585) 382-3231 FAX: (585) 382-9766 BUILDING PERMIT APPLICATION All Town of Leicester property owners are required

More information

Section COATING RESTORATION

Section COATING RESTORATION Sto Corp. 3800 Camp Creek Parkway Building 1400, Suite 120 Atlanta, GA 30331 Tel: 404-346-3666 Toll Free: 1-800-221-2397 Fax: 404-346-3119 www.stocorp.com 80658R StoColor Texture - Coarse Textured Acrylic-Based,

More information

WILL COUNTY LAND USE DEPARTMENT 2018 CONTRACTOR REGISTRATION

WILL COUNTY LAND USE DEPARTMENT 2018 CONTRACTOR REGISTRATION 2018 CONTRACTOR REGISTRATION 58 E. Clinton St., Suite 100 Joliet, Illinois 60432 Telephone (815) 727-8634 Facsimile (815) 727-8638 Internet Site - http://www.willcountyillinois.com/county-offices/economic-development/land-use

More information

INSPECTION REQUIREMENTS: FOUNDATIONS

INSPECTION REQUIREMENTS: FOUNDATIONS Foundations Page 1 of 9 Revision Date: 1/2/2018 DEVELOPMENT SERVICES BUILDING INSPECTION INSPECTION REQUIREMENTS: FOUNDATIONS INSPECTION CODE: 204 SCOPE: RESIDENTIAL APPLICABLE CODES: 2016 CBC, CRC, CPC,

More information

Application for a Residential Building Permit

Application for a Residential Building Permit Town of Chevy Chase 301-654-7144 (phone) 4301 Willow Lane 301-718-9631 (fax) Chevy Chase, MD 20815 townoffice@townofchevychase.org Town Permit No.: Application for a Residential Building Permit Please

More information

ATTENTION CONTRACTORS

ATTENTION CONTRACTORS ATTENTION CONTRACTORS If you download this RFQ from the website, it is your responsibility to advise WOU's Planning Office that you have done so. This will allow us to add you to the Respondent's List,

More information