Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

Size: px
Start display at page:

Download "Pennsylvania Turnpike Commission Harrisburg, Pennsylvania"

Transcription

1 Pennsylvania Turnpike Commission Harrisburg, Pennsylvania NOTICE TO CONTRACTORS REQUEST FOR PREQUALIFICATION PLYMOUTH MEETING MAINTENANCE FACILITY RELOCATION PLYMOUTH TOWNSHIP, MONTGOMERY COUNTY Sealed responses to this Request for Prequalification (RFP) for the Plymouth Meeting Maintenance Facility Relocation at Milepost on the Pennsylvania Turnpike in Plymouth Township, Montgomery County will be received by Carl Mittereder, Manager of Facilities Design and Engineering, for the Pennsylvania Turnpike Commission, at the Central Administration Building (mailing address: P.O. Box 67676, Harrisburg, PA or overnight delivery to: 700 South Eisenhower Blvd., Middletown, PA 17057) until 3:00 p.m., local time, on May 31, The Pennsylvania Turnpike Commission will review the responses to the request and the applicants will be notified on or about June 14, The intent is to advertise for bids in Summer Project Description The scope of this project is to construct a new Plymouth Meeting Maintenance Facility on a site, located at the Norristown Interchange, MP on the mainline of the Pennsylvania Turnpike. The maintenance facility complex will provide maintenance for approximately 12.8 miles of highway on the Pennsylvania Turnpike. The project will include construction of three (3) new buildings: the maintenance building, a truck/equipment storage building, and a salt storage building including salt brine and calcium chloride liquid storage and brine making station. This project will also include development of another site located at Milepost Eastbound and Westbound on the Pennsylvania Turnpike to include construction of the following: westbound access ramp to connect to Belvoir Road; Pennsylvania State Police Impound Lot, and maintenance materials laydown storage yard. In addition, the project work includes site improvements including, but not limited to, grading, pavement, stormwater system, utilities, fencing, landscaping, replacement of electrical service, domestic water and fire service mains, extension of existing sanitary sewer utility, aboveground fuel storage tanks, vehicle fuel dispensing system, and demolition of the existing Plymouth Meeting Maintenance Facility, located at Milepost Westbound on the Pennsylvania Turnpike. The project will be registered with the U. S. Green Building Council, for ultimate certification under their Leadership in Energy & Environmental Design (LEED) Rating System. Compliance with the procedures needed to obtain the identified LEED credits will required. On the existing site, there is a Toll Facility on the southern side which contains a single story building, toll lanes and canopy, parking areas and a paved drive to the rear of the building. The existing three phase electrical service and sanitary sewer force main for the Toll Plaza will need to be relocated to avoid construction of the new Maintenance Facility. The southern side of the existing site will be occupied by the Pennsylvania Turnpike Commission Fare Collection personnel during execution of the construction contracts. The contractors will be required to coordinate and perform work around the existing toll collection operations during construction and provide temporary facilities and installations to maintain those functions. Appropriate notice must be provided to the Commission before shutting down any system or performing any work that would disrupt the existing facilities. The approximate sizes of the contracts are: T F General Construction $12,000,000 to $15,000,000 T F Plumbing Work $1,500,000 to $2,500,000 T F Electrical Work $2,000,000 to $3,000,000 T F HVAC Work $1,000,000 to $2,000,000 Contractors who have not been prequalified through this process will not be permitted to bid on this contract. Subcontractors are not required to be prequalified. In addition to the prequalification process, bidders are required to register with the Commission as a business partner. To become a business partner, go to the Pennsylvania Turnpike Commission s Electronic Bidding System (EBS) homepage at Instructions for registration are available on the website.

2 Copies of the Special Prequalification Process and Application are available at the Pennsylvania Turnpike Commission s EBS website ( For questions concerning the special prequalification process, the prequalification application and instructions, or the project, please contact Carl Mittereder at telephone: (717) , extension 5620; Fax: (717) ; cmittere@paturnpike.com. Return the completed prequalification application to: Mailing Address: Street Address: Plymouth Meeting Maintenance Prequalification Plymouth Meeting Maintenance Prequalification Pennsylvania Turnpike Commission Pennsylvania Turnpike Commission P.O. Box South Eisenhower Boulevard Harrisburg, PA Middletown, PA Attn: Carl Mittereder Attn: Carl Mittereder

3 SPECIAL PREQUALIFICATION PROCESS FOR PLYMOUTH MEETING MAINTENANCE FACILITY RELOCATION MILEPOST PLYMOUTH TOWNSHIP, MONTGOMERY COUNTY PENNSYLVANIA TURNPIKE COMMISSION CONSTRUCTION CONTRACT NO. T F GENERAL CONSTRUCTION CONSTRUCTION CONTRACT NO. T F PLUMBING WORK CONSTRUCTION CONTRACT NO. T F ELECTRICAL WORK CONSTRUCTION CONTRACT NO. T F HVAC WORK GENERAL INSTRUCTIONS Contractors wishing to submit bids for these contracts must be prequalified by the Pennsylvania Turnpike Commission. The prequalification application must be completed on behalf of the applicant firm by an officer who is knowledgeable about past and current operations, policies, and practices of the firm. A response must be provided to each question. If a particular question does not apply, the response must state not applicable or N/A. Completed prequalification applications will be evaluated as they are received. It is the intention of the Turnpike Commission to provide a list of prequalified firms to contractors when the project contract documents are released to the public in Summer This list will be comprised of firms prequalified by the Turnpike Commission only. The Turnpike Commission will accept completed Special Prequalification Process Applications until 3:00 p.m., Local time on May 31, For questions concerning the special prequalification process, the prequalification application and instructions, or the project, please contact Carl Mittereder at telephone: (717) , extension 5620; Fax: (717) ; cmittere@paturnpike.com. Return the completed prequalification application to: Mailing Address: Street Address: Plymouth Meeting Maintenance Prequalification Plymouth Meeting Maintenance Prequalification Pennsylvania Turnpike Commission Pennsylvania Turnpike Commission P.O. Box South Eisenhower Boulevard Harrisburg, PA Middletown, PA Attn: Carl Mittereder Attn: Carl Mittereder In addition to the prequalification process, bidders are required to register with the Commission as a business partner. To become a business partner, go to the Pennsylvania Turnpike Commission s Electronic Bidding System (EBS) homepage at Instructions for registration are available on the website. PROJECT DESCRIPTION The scope of this project is to construct a new Plymouth Meeting Maintenance Facility on a site, located at the Norristown Interchange, MP on the mainline of the Pennsylvania Turnpike. The maintenance facility complex will provide maintenance for approximately 12.8 miles of highway on the Pennsylvania Turnpike. The project will include construction of three (3) new buildings: the maintenance building, a truck/equipment storage building, and a salt storage building including salt brine and calcium chloride liquid storage and brine making station. This project will also include development of another site located at Milepost Eastbound and Westbound on the Pennsylvania Turnpike to include construction of the following: westbound access ramp to connect to Belvoir Road; Pennsylvania State Police Impound Lot, and maintenance materials laydown storage yard. In addition, the project work includes site improvements including, but not limited to, grading, pavement, stormwater system, utilities, fencing, landscaping, replacement of electrical service, domestic water and fire service mains, extension of existing sanitary sewer utility, aboveground fuel storage tanks, vehicle fuel dispensing system, and demolition of the existing Plymouth Meeting Maintenance Facility, located at Milepost Westbound on the Pennsylvania Turnpike. The project will be registered with the U. S. Green Building Council, for ultimate certification under their Leadership in Energy & Environmental Design (LEED) Rating System. Compliance with the procedures needed to obtain the identified LEED credits will required. 1

4 On the existing site, there is a Toll Facility on the southern side which contains a single story building, toll lanes and canopy, parking areas and a paved drive to the rear of the building. The existing three phase electrical service and sanitary sewer force main for the Toll Plaza will need to be relocated to avoid construction of the new Maintenance Facility. The southern side of the existing site will be occupied by the Pennsylvania Turnpike Commission Fare Collection personnel during execution of the construction contracts. The contractors will be required to coordinate and perform work around the existing toll collection operations during construction and provide temporary facilities and installations to maintain those functions. Appropriate notice must be provided to the Commission before shutting down any system or performing any work that would disrupt the existing facilities. CONTRACT NO. T F GENERAL CONSTRUCTION General construction work shall comply with the 2009 International Building Codes. General construction work includes: cast-in-place concrete; unit masonry; structural steel; steel deck; cold-formed metal framing; structural steel sub-framing; thermal insulation; sprayed membrane air barriers; pre-engineered metal building system and insulated wall panels; wood framing; fiber cement siding; standing metal seam roofing system; sheet metal flashing and trim; aluminum gutters & downspouts; penetration fire stopping; fire-resistive joint systems; gypsum wall board; joint sealants; hollow metal doors and frame; FRP doors; wood doors; aluminum framed entrances and storefronts; structural sealant glazed curtain walls; structured polycarbonate panels; fiberglass sandwich panel assemblies; glazing; window shades; louvers and vents; non-structural metal framing; overhead coiling and sectional doors; stainless steel doors and frames; interior architectural woodwork; resilient base and accessories; resilient interlocking tile flooring; resinous flooring; painting; high-performance coatings; suspended acoustical ceilings; fire extinguisher cabinets & extinguishers; toilet compartments; visual display surfaces; building signage; toilet room accessories; metal lockers; metal storage shelving; wire mesh partitions; flag poles; vehicle wash equipment; shop equipment; video surveillance equipment; vehicle maintenance and repair equipment; aboveground storage tanks; calcium chloride and salt brine generation systems; oil-water separator; vehicle lifts and under hung crane. The site work will consist of earthwork, site signage, utilities, bituminous pavement, concrete pavement, fencing, vehicle access gates, landscaping and demolition of the existing Plymouth Meeting Maintenance Facility site. The approximate size of the contract is $12,000,000 to $15,000,000. CONTRACT NO. T F PLUMBING WORK Plumbing work shall comply with the 2009 International Building Codes. Plumbing work includes domestic water supply (hot and cold) piping and specialties; sanitary sewer system; plumbing fixtures; roof drains; packaged air compressor, piping and specialties; propane gas piping; domestic water heater; fire protection piping and sprinkler heads; gaseous pre-action fire suppression systems; fluid dispensing equipment and piping; generator fuel oil piping; and plumbing insulation; hangers and supports; vibration and seismic controls, rainwater harvesting facilities; underground waste oil tank and piping, The approximate size of the contract is $1,500,000 to $2,500,000. CONTRACT NO. T F ELECTRICAL WORK Electrical work shall comply with 2008 National Electrical Code and 2009 International Building Codes. Electrical work includes complete normal and emergency electrical distribution systems; underground raceways for power; normal switchgear; emergency generator system; transfer switch; electrical distribution throughout the buildings; switchboards; panelboards; transformers; site and building lighting; emergency lighting; lighting control systems; snow melt system; fire alarm system; security systems; grounding and bonding for electrical systems; underground raceways for telecommunications, internal raceways and cable trays for telecommunication systems. The approximate size of the contract is $2,000,000 to $3,000,000. CONTRACT NO. T F HEATING, VENTILATION AND AIR CONDITIONING HVAC work shall comply with the 2009 International Building Codes. HVAC work includes geothermal well borings and piping; groundwater source heat pumps; energy recovery equipment; gas fired make-up air equipment; hydronic pumps; gas fired infrared space heaters, electric unit heaters; power ventilators; HVAC piping and equipment; HVAC insulation; hangers and supports; metal ducts; air duct accessories; diffusers, registers and grilles; 2

5 hazardous exhaust systems; ductless split-system air conditioning units; generator ductwork and exhaust piping; vibration controls for piping and equipment; instrumentation and controls for HVAC; testing, adjusting and balancing for HVAC. The approximate size of the contract is $1,000,000 to $2,000,000. INSTRUCTIONS TO CONTRACTORS 1. Submit two (2) copies of your completed Prequalification application to the above referenced address by the time and date indicated. Failure to respond by the time and date indicated shall be sufficient cause for rejection of the response. 2. All questions and requests for information shall be answered in full, without exception. Include a full copy of this document with all required blanks filled in as indicated. Answer all other questions, in order, clearly labeled on additional pages to be attached to this document. 3. The Contractor shall provide only complete and accurate information. The Contractor hereby warrants that, to the best of its knowledge and belief, the responses contained herein are true, accurate and complete. The Contractor also acknowledges that the Commission is relying on the truth and accuracy of the responses contained herein. If it is later discovered that any material information given in response to a question was inaccurate, or misleading, it shall constitute grounds for immediate termination or rescission by the Commission of any subsequent agreement between the Commission and the Contractor. 4. This form, its completion by the contractor, and its use by the Commission, shall not give rise to any liability on the part of the Commission to the contractor or any third party or person. 5. If a Contractor intends to apply for prequalification for more than one (1) contract, separate applications must be submitted for each contract. MISCELLANEOUS List any additional information that the Contractor believes will assist the Commission in evaluating the Contractor s qualifications for this project. Prequalification Applications should not include extraneous materials, i.e., brochures and/or marketing materials. APPEALS Contractors who submit the required prequalification statement and criteria, but who are determined ineligible to bid on this project, will be notified in writing via certified mail, overnight delivery or facsimile on or about June 14, 2013 stating the reason(s). The decision of ineligibility shall be final unless the Contractor appeals in writing via certified mail, overnight delivery or facsimile, to the Commission at the address listed above, within five (5) days of receipt of the ineligibility notice. Upon receiving a written appeal, the Commission will review the written materials related to the appeal, determine the merits of the appeal, and render a decision within ten (10) days after receipt of the Contractor s appeal. This decision will be final. PREQUALIFICATION REQUIREMENTS AND CRITERIA 1. The Contractor must submit individual, complete applications for all contracts for which it is seeking prequalification approval. Submission of a combined application for 2 or more contracts is prohibited. 2. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) publicly bid, multiple prime, building construction projects of equal or greater value within the previous seven (7) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 3

6 3. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A.M Best s rating of no less than A-, with a financial size of IX, or better. 4. The contractor must provide the following with the prequalification application: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? NOTE: A current Prequalification Certification and Applicable Capacity Rating assigned by the Prequalification Office for the Pennsylvania Department of Transportation will be acceptable representation of financial status in lieu of audited financial statement. c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and final contract value. iv. LEED rating sought and rating obtained (if applicable). v. Name, address, telephone number and contact person for the design professional. vi. Name, address, telephone number and contact person for the owner. vii. Name, address, telephone number and contact person for the construction manager when applicable. viii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including resumes, available for this project, who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. f. Copy of company s registration to do business in the Commonwealth as provided by the Department of State for companies with out-of-state headquarters or corporations not incorporated in Pennsylvania. g. The Contractor must submit proof of commercial general liability insurance in an amount equal to or greater than one (1) million dollars per occurrence and commercial umbrella liability insurance with a limit of not less than $ 6,000,000 per occurrence. If the commercial general liability contains a general aggregate limit, it shall apply separately to each site or location. Required limit of $7 million may be satisfied by a combination of primary and umbrella limits. Insurers and underwriters must have an A.M. Best s rating of no less than A- with a financial size of IX, or better. h. List of projects completed in the last five (5) years. 4

7 SIGNATURE The signatory of this application guarantees the truth and accuracy of all statements and of all answers to interrogatories herein made. The undersigned hereby authorize(s) and request(s) any public official, engineer, architect, surety company, bank, depository, material or equipment manufacturer or distributor or any person, firm or corporation to furnish any pertinent information requested by the Pennsylvania Turnpike Commission or its agent, deemed necessary to verify this statement or regarding the standing and general reputation of the undersigned. Dated at this day of, 20. By: Name of Organization If Corporation, place Corporate Seal here. Title of Person Signing STATE OF COUNTY OF Before me, the undersigned authority, personally appeared who is known to me or satisfactorily proven, who, first being duly sworn to law, deposes and states that he/she signed the foregoing instrument as his/her free and voluntary act and that the answers contained therein are true and correct. WITNESS my hand and official seal, this day of A.D., 20. My commission expires: Notary Public State of 5

8 PENNSYLVANIA TURNPIKE COMMISSION CONTRACTOR S PREQUALIFICATION STATEMENT PLYMOUTH MEETING MAINTENANCE FACILITY REPLACEMENT MILEPOST PLYMOUTH TOWNSHIP, MONTGOMERY COUNTY SUBMITTED TO: The Pennsylvania Turnpike Commission ADDRESS: Central Administration Building, P.O. Box 67676, Harrisburg, PA SUBMITTED FOR: T F General [ ] T F Plumbing [ ] T F Electrical [ ] T F HVAC [ ] NAME OF APPLICANT FIRM: Corporation [ ] Partnership [ ] Individual [ ] Joint Venture [ ] D/B/A NAME (if any): Other [ ] ADDRESS: PRINCIPAL OFFICE: TELEPHONE NO: FEDERAL IDENTIFICATION NO. CONTACT PERSON (include title): 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your organization been in business under its present business name? Under what other or former names has your organization operated? 1.3 If your organization is a corporation, answer the following: Date of incorporation: State of incorporation: President s name: Vice-president s name(s): Secretary s name: Treasurer s name: 1

9 1.4 If your organization is a partnership, answer the following: Date of organization: Type of partnership (if applicable): Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: Date of organization: Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principal(s): 2. LICENSING AND CERTIFICATION 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. 2.2 List jurisdictions in which your organization s partnership or trade name is filed. 2.3 List individuals in your organization who have achieved Green Advantage certification. 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. 3.2 Claims and Suits (If the answer to any of the questions below is yes, please attach details. Attach additional sheets, if necessary) Has your organization ever failed to complete any work awarded to it? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? Has any commercial surety ever refused to furnish a performance or payment bond for your firm? Has a client, owner or agent to the owner ever been required to call a bond or had need to terminate a bond or has made or filed a claim against a bond? 2

10 3.3 Has your firm received an OSHA serious violation in the past five (5) years? (If the answer is yes, please attach details.) 3.4 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 3.5 Within the last five years, has any officer or principal of your organization ever failed to complete a construction contract performed in his own name? (If the answer is yes, please attach details.) 3.6 Has your organization ever been denied prequalification in this Commonwealth or any other state under its present, former, or other names? (If the answer is yes, please attach details.) 3.7 Has your organization ever been disqualified or removed from a bidding list in this Commonwealth or another state under its present, former, or other names? (If the answer is yes, please attach details.) 3.8 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner; architect, contract amount, percent complete and scheduled completion date State total worth in progress and under contract: State average annual amount of construction work performed during the past five years. 3.9 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4. REFERENCES 4.1 Client References: 4.2 Bank References: 3

11 5. SIGNATURE 5.1 I certify that all the information provided on this form is correct to the best of my knowledge, in formation and belief. I understand that the Pennsylvania Turnpike Commission will consider the making of any false, deceptive or fraudulent information provided herein as material breach of my and/or my company s obligation to provide truthful information and the Pennsylvania Turnpike Commission, as a result of any false, deceptive or fraudulent information appearing herein, may declare any resulting contract void and unenforceable. I authorize the Pennsylvania Turnpike Commission to verify any answer(s) contained herein, to investigate my background and credit worthiness and to enlist the aid of third parties in its investigative process. Dated at this day of 20 Name of Organization: By: Title: 5.2 M being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of 20 Notary Public: My Commission Expires: 4

Document A305 TM. Contractor's Qualification Statement

Document A305 TM. Contractor's Qualification Statement Contractor's Qualification Statement Document A305 TM 1986 The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED

More information

AIA Document A305 - Electronic Format CONTRACTOR S QUALIFICATION STATEMENT

AIA Document A305 - Electronic Format CONTRACTOR S QUALIFICATION STATEMENT AIA Document A305 - Electronic Format CONTRACTOR S QUALIFICATION STATEMENT THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO IT'S COMPLETION OR

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

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

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

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

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies MasterFormat LEVEL TWO NUMBERS AND TITLES Introductory Information 00001 Project Title Page 00005 Certifications Page 00007 Seals Page 00010 Table of Contents 00015 List of Drawings 00020 List of Schedules

More information

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT 1. General Requirements. GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT Consultants desiring to bid on various construction projects over Rs:1000,000 must be

More information

REQUEST FOR BIDDER QUALIFICATIONS

REQUEST FOR BIDDER QUALIFICATIONS CITY OF OCEAN CITY CAPE MAY COUNTY, NEW JERSEY 08226 REQUEST FOR BIDDER QUALIFICATIONS Phase II Improvements at the Ocean City Life Saving Station 801 4 th Street, Ocean City, NJ 08226 Pursuant to N.J.S.A.

More information

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works. MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE:

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE: HENDRY COUNTY BUILDING, LICENSING & CODE ENFORCEMENT POST OFFICE BOX 2340 * 640 SOUTH MAIN STREET * LABELLE, FLORIDA 33975 * (863) 675-5245 * FAX: (863) 674-4194 1100 OLYMPIA ST CLEWISTON, FLORIDA 33440

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

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

PUEBLO REGIONAL BUILDING DEPARTMENT WATER CONNECTED & UTILITY CONTRACTOR LICENSING PROCEDURES

PUEBLO REGIONAL BUILDING DEPARTMENT WATER CONNECTED & UTILITY CONTRACTOR LICENSING PROCEDURES PUEBLO REGIONAL BUILDING DEPARTMENT WATER CONNECTED & UTILITY CONTRACTOR LICENSING PROCEDURES NOTE: PLEASE READ THESE INSTRUCTIONS THOROUGHLY BEFORE YOU PROCEED. PLEASE PRINT OR TYPE ALL ENTRIES ON THE

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

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

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

M-DCPS MASTER SPECIFICATION GUIDELINES TABLE OF CONTENTS (TOC) Division 2 SITEWORK Last Revised

M-DCPS MASTER SPECIFICATION GUIDELINES TABLE OF CONTENTS (TOC) Division 2 SITEWORK Last Revised M-DCPS MASTER SPECIFICATION GUIDELINES TABLE OF CONTENTS (TOC) Division 2 SITEWORK Last Revised 02011 Soil Boring Data (Create for each site) (05/15) 02050 Demolition (Create for each existing building)

More information

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport DATE: August 26, 2015 BIDS CLOSE: September 14, 2015, at 2:30 p.m., Local Time TO

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

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

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

More information

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

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

More information

BYRON TOWNSHIP BUILDING PERMIT APPLICATION 8085 Byron Center Ave SW., Byron Center, MI /Fax

BYRON TOWNSHIP BUILDING PERMIT APPLICATION 8085 Byron Center Ave SW., Byron Center, MI /Fax BYRON TOWNSHIP BUILDING PERMIT APPLICATION 8085 Byron Center Ave SW., Byron Center, MI 49315 616-878-9155/Fax 616-878-0699 Applicant to complete all items in Section I, II, III, IV, V Note: Separate applications

More information

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

More information

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR GENERAL CONTRACTOR AND MECHANICAL, ELECTRICAL, PLUMBING, FIRE PROTECTION AND UNDERGROUND PIPELINE SUBCONTRACTOR LICENSEES (License

More information

SECTION SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED PART 1 GENERAL 1.1 DESCRIPTION:

SECTION SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED PART 1 GENERAL 1.1 DESCRIPTION: SECTION 13 05 41 SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED 1-25-13 PART 1 GENERAL 1.1 DESCRIPTION: A. Provide seismic restraint in accordance with the requirements of this section

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015 Page Project No. 414018 and 414019 April 13, 2015 Table of Contents Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 003100

More information

Sub-Contractor/Supplier Pre-Qualification Questionnaire

Sub-Contractor/Supplier Pre-Qualification Questionnaire CURRENT DATE: *Please submit form by Fax or E-Mail to: 317.846.3113 info@allieddiversified.com COMPANY NAME: CONTACT: ADDRESS: STREET: CITY: STATE: ZIP: PHONE: FAX: E-MAIL: WEBSITE: 1. ORGANIZATION 1.1

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

CITY OF LAFAYETTE - WATER TREATMENT PLANT DECOMMISSIONING PROJECT REQUEST FOR CM/GC STATEMENT OF QUALIFICATIONS

CITY OF LAFAYETTE - WATER TREATMENT PLANT DECOMMISSIONING PROJECT REQUEST FOR CM/GC STATEMENT OF QUALIFICATIONS Introduction The City of Lafayette is intending to decommission the North Side Baseline Water Treatment facility. The North Side Baseline Water Treatment Plant (NSP) built in 1936 is no longer being utilized

More information

CONTRACTOR S PREQUALIFICATION FORM

CONTRACTOR S PREQUALIFICATION FORM Toronto Catholic District School Board Materials Management Department 80 Sheppard Avenue East, Toronto, ON M2N 6E8 Phone: 416/222-8282 Fax: 416/512-3440 www.tcdsb.org CONTRACTOR S PREQUALIFICATION FORM

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST

More 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

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

BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME: CALLED BID. Sample

BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME: CALLED BID. Sample BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS Project Name: Address: Owner: Phone/Fax/Email: Architect / General Contractor Name: : BID DEADLINE DATE: SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME:

More information

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX The Ottawa County Road Commission is seeking the submittal of written proposals

More information

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen: March 6, 2018 Subject: Addendum No. 2 Toyota Park Transit Center Phase II Ladies and Gentlemen: This Addendum No. 2 is being issued to provide responses to questions submitted by potential bidders and

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

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

SECTION BASIC ELECTRICAL MATERIALS AND METHODS

SECTION BASIC ELECTRICAL MATERIALS AND METHODS SECTION 26 05 05 BASIC ELECTRICAL MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Section includes the limited scope construction materials and methods for application with electrical installations as follows:

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

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

PROFESSIONAL DESIGN MANUAL INDEX

PROFESSIONAL DESIGN MANUAL INDEX PROFESSIONAL DESIGN MANUAL INDEX DIVISION A--GENERAL PROJECT REQUIREMENTS... A2-A15 A.1 INTRODUCTION... A-2 A.2 CODES COMPLIANCE (VERIFY CITY REQUIREMENTS)... A-5 A.3 SPECIAL SUBSURFACE AND LAND CONDITIONS...

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

Construction Summary

Construction Summary Construction Summary Project Name Item of Work Base Building Add-ons Total Cost Code Site Development $ 18,150.00 $ - $ 18,150.00 Landscaping $ 500.00 $ - $ 500.00 Cast-in-place Concrete $ 7,806.00 $ -

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More 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

SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE

SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE PLEASE SUBMIT FORM BY E-MAIL OR FAX TO: Trish Greene tgreene@hannigconstruction.com e-mail@hannigconstruction.com Fax 812.235.1218 INFORMATION DATE:

More information

Project Information Session / Meet and Greet # 3

Project Information Session / Meet and Greet # 3 ATL WEST DECK COMPONENT Project Information Session / Meet and Greet # 3 Holder-Austin-Moody-Bryson, a Joint Venture October 10 th, 2017 Agenda 1. HAMB, a JV Company Overview 2. ATL West Deck Project Description

More information

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations Project Update Project Update September 8, 2006 January 06, 2010 Project Manager Project Manager Anibal Caussade Dennis Bonny Field Coordinator Field Coordinator Bud Ball Paul Friel Project Budget Project

More information

The following is required for a complete permit submittal for each unit.

The following is required for a complete permit submittal for each unit. P: (847)810-3502 OR (847)810-3503/3521, F: (847)615-4383 MULTI-FAMILY OR COMMERCIAL ADDITION OR ALTERATION PERMIT REQUIREMENTS The following is required for a complete permit submittal for each unit. MULTI-FAMILY

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

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

Johns Hopkins University APL Building 201 December 5, Rob Dahms,

Johns Hopkins University APL Building 201 December 5, Rob Dahms, INVITATION TO BID BID DUE DATE: January 5, 2018 TO: 1:00 PM Rob Dahms, rdahms@tcco.com MWSDBE OUTREACH/ PRE-BID CONFERENCE: LOCATION: December 19, 2017 Tentative 9:00 AM JHU APL Building 200, 1 st Floor

More information

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES If your home or business incurred damage, the engineering department, in conjunction with the Flood Mitigation Officer, will

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

STATE UNIVERSITY CONSTRUCTION FUND

STATE UNIVERSITY CONSTRUCTION FUND STATE UNIVERSITY CONSTRUCTION FUND The following checklist show the general items required by the Agreement and the Program Directives. Unless included in the lump sum fee or the Schedule B of the Consultant

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

START RIGHT A G U I D E T O L + I S E R V I C E S

START RIGHT A G U I D E T O L + I S E R V I C E S START RIGHT A G U I D E T O L + I S E R V I C E S BUSINESS OWNERS Protect your project with L+I The Department of Licenses and Inspections (L+I) is the most indispensable resource for developers, contractors,

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule. FEMA 50% RULE - SUBSTANTIAL IMPROVEMENT SUBSTANTIAL IMPROVEMENT/DAMAGE Z101-0410 NOTICE TO PROPERTY OWNERS Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information

More information

SCHOOL EQUIPMENT PRODUCTION UNIT

SCHOOL EQUIPMENT PRODUCTION UNIT SCHOOL EQUIPMENT PRODUCTION UNIT UPDATE OF THE REGISTER OF SUPPLIERS TENDER NO: SEPU/PQ/2016-2017 SUPPLY/PROVISION OF GOODS AND SERVICES FOR 2016-2017 CATEGORY APPLIED FOR DATE OF NOTICE: WEDNESDAY 4 th

More information

Section - III Evaluation and Qualification Criteria

Section - III Evaluation and Qualification Criteria Section - III Evaluation and Qualification Criteria 1-2 Table of Clauses TABLE OF CLAUSES... 2 1. EVALUATION... 4 1.1 TECHNICAL EVALUATION... 4 1.2 ECONOMIC EVALUATION... 5 2. QUALIFICATION... 6 2.1 ELIGIBILITY...

More information

JMU Capital Projects SWaM Outreach Event Presentations

JMU Capital Projects SWaM Outreach Event Presentations JMU Capital Projects SWaM Outreach Event Presentations Kjellstrom + Lee Contact: Jessica Marcus jmarcus@kjellstromandlee.com Project: College of Business Renovation/Expansion Please contact Kjellstrom

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

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

More information

UNIVERSITY OF ARIZONA CONSTRUCTION AND RENOVATION PERMITTING PROCEDURE ADOPTED: JULY 2011

UNIVERSITY OF ARIZONA CONSTRUCTION AND RENOVATION PERMITTING PROCEDURE ADOPTED: JULY 2011 UNIVERSITY OF ARIZONA CONSTRUCTION AND RENOVATION PERMITTING PROCEDURE ADOPTED: JULY 2011 CONTENTS A. PURPOSE B. DESIGNATED RESPONSIBILITIES C. DEFINITIONS D. PROJECT SUBMITTAL PROCEDURE E. REQUIREMENTS

More information

BUILDING PERMIT APPLICATION GUIDE FOR HOMEOWNERS

BUILDING PERMIT APPLICATION GUIDE FOR HOMEOWNERS BUILDING PERMIT APPLICATION GUIDE FOR HOMEOWNERS Introduction Application Form Schedule 1 Authorization Building Permit Fees Required Drawings Contact Information FAQs Building Department 613-632-0106,

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

The Blue Book. Procedural Recommendations for The Maine Building Industry. Jointly Recommended By The Maine Chapters Of

The Blue Book. Procedural Recommendations for The Maine Building Industry. Jointly Recommended By The Maine Chapters Of The Blue Book Procedural Recommendations for The Maine Building Industry Jointly Recommended By The Maine Chapters Of FOREWORD The information contained in this guide is offered as an industry recommendation

More information

Zoning- check the zoning on the property you are planning to build on, this can be done at the municipal office.

Zoning- check the zoning on the property you are planning to build on, this can be done at the municipal office. SINGLE DETACHED DWELLING Before your application can be deemed complete and ready for processing you will need the following: (Please hand in entire application package including this cover sheet) Zoning-

More information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

More information

BILL NO. 1 GENERAL ITEMS. Item No. Description Lump Sum Prices Excluding HST

BILL NO. 1 GENERAL ITEMS. Item No. Description Lump Sum Prices Excluding HST Page 1 SECTION 00 72 00 - GENERAL CONDITIONS BILL NO. 1 GENERAL ITEMS 1 Bonds... $ 2 Insurance... $ 3 Permits and fees... $ 4 Warranty certificates... $ 5 Supervision... $ SECTION 01 32 17 - SCHEDULE 6

More information

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO. 2017-26R Stone Group Architects Project No. 1731 ADDENDUM DATE: September 14, 2017 BID DATE: September 18, 2017 2:00 P.M. C.S.T. SCOPE OF THIS ADDENDUM:

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

All Plan Holders 3/3/

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

More information

The following materials and documents are required in order for you to obtain a Building Permit:

The following materials and documents are required in order for you to obtain a Building Permit: Imperial Municipal Services 263 Northland Drive Rockford, MI 49341 (616)863-9294 or 1-800-442-2794 Fax: (616)863-9298 E-mail: info@imsinspections.com Algoma Township 10531 Algoma Ave. NE Rockford, MI 49341-7108

More information

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

A/E Design Deliverable Checklist

A/E Design Deliverable Checklist A/E Design Deliverable Checklist Design deliverables for the Design Development phase shall include all items listed in the Design Development column as well as those all items listed in the Schematic

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Cheldelin Middle School

Cheldelin Middle School Facility Information Address: 987 NE Conifer Blvd Corvallis Site Size: Building Area: Construction Date: Improved Parking: Grade Levels Served: Regular Classrooms: Portable Classrooms: Sept. 2007 Enrollment:

More information

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS RFQ Term: 1/1/2016 1/1/2020 Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS Denver Water (DW), in an effort to improve the administration and efficiency, has initiated

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

Project Manual For. Lincoln, Alabama. March 11, Owner: McDowell & Associates 128 Heath Road Carrollton, Ga Phone:

Project Manual For. Lincoln, Alabama. March 11, Owner: McDowell & Associates 128 Heath Road Carrollton, Ga Phone: Project Manual For PIER POINT Apartments Lincoln, Alabama Owner: McDowell & Associates 128 Heath Road Carrollton, Ga 30116 Phone: 770.834.3341 Architect of Record: Alan Bell Architect, Inc 211 Gordon Street

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

CODE COMPLIANCE PLAN REVIEW PROCEDURES

CODE COMPLIANCE PLAN REVIEW PROCEDURES CODE COMPLIANCE PLAN REVIEW PROCEDURES 1. All construction for state agencies on state-owned or state leased-purchased properties or facilities are to submit design documents for code compliance plan reviews

More information

THE UNIVERSITY OF ALABAMA AT BIRMINGHAM (UAB) BIRMINGHAM, ALABAMA

THE UNIVERSITY OF ALABAMA AT BIRMINGHAM (UAB) BIRMINGHAM, ALABAMA Print Form THE UNIVERSITY OF ALABAMA AT BIRMINGHAM (UAB) BIRMINGHAM, ALABAMA PROJECT NAME/NO: Bartow Arena Roof Replacement 617 13th Street South Birmingham, AL STANDING ADDENDUM NO. 1 MINORITY BUSINESS

More information

(August 2015) UNIFIED FACILITIES GUIDE SPECIFICATIONS **************************************************************************

(August 2015) UNIFIED FACILITIES GUIDE SPECIFICATIONS ************************************************************************** USACE / NAVFAC / AFCEC / NASA UFGS-02 42 91 (May 2010) ------------------------- Preparing Activity: USACE Nontechnical Title Revision (August 2015) UNIFIED FACILITIES GUIDE SPECIFICATIONS SECTION TABLE

More information

SECTION ALTERNATES

SECTION ALTERNATES SECTION 01 23 00 - ALTERNATES 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

SPACE TYPE: OUTSIDE PARKING (STRUCTURE)

SPACE TYPE: OUTSIDE PARKING (STRUCTURE) SPACE TYPE: OUTSIDE PARKING (STRUCTURE) Construction Criteria The unit costs for Outside Parking (Structure) space types are based on the construction quality and design features in the following table.

More information

FOR THE SELF-CERTIFICATION PERMIT PROGRAM ISSUED BY THE DEPARTMENT OF BUILDINGS

FOR THE SELF-CERTIFICATION PERMIT PROGRAM ISSUED BY THE DEPARTMENT OF BUILDINGS FOR THE SELF-CERTIFICATION PERMIT PROGRAM ISSUED BY THE DEPARTMENT OF BUILDINGS CONTENTS Overview... 2 Part I: General Provisions... 2 A. Definitions... 2 B. Scope and Effect... 4 Part II: General Self-Certification

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

SITE PLAN AND ARCHITECTURAL REVIEW APPLICATION

SITE PLAN AND ARCHITECTURAL REVIEW APPLICATION SITE PLAN AND ARCHITECTURAL REVIEW APPLICATION CITY OF GENEVA, NEW YORK The purpose of the site plan and architectural review process is to secure compliance with the City s Zoning Ordinance and to promote

More information

MCCARTY ARCHITECTS, P.A. POST OFFICE BOX 440 / 533 WEST MAIN STREET TUPELO, MS / FOR ANSWERS TO QUESTIONS CONTACT: JUSTIN HARRINGTON

MCCARTY ARCHITECTS, P.A. POST OFFICE BOX 440 / 533 WEST MAIN STREET TUPELO, MS / FOR ANSWERS TO QUESTIONS CONTACT: JUSTIN HARRINGTON ADDENDUM NUMBER FROM: MCCARTY ARCHITECTS, P.A. POST OFFICE BOX 0 / 533 WEST MAIN STREET TUPELO, MS 3880 / 3880 FOR ANSWERS TO QUESTIONS CONTACT: JUSTIN HARRINGTON PHONE: -8-00 PROJECT: ACADEMIC STUDENT

More information

UNC Chapel Hill Informal Contracting Guidelines

UNC Chapel Hill Informal Contracting Guidelines UNC Chapel Hill Informal Contracting Guidelines 1. Informal Contracts Informal bids are referenced by NC General Statute (NCGS) 143-131 as construction or repair work that does not reach the limits prescribed

More information