Facilities / Immeubles INFO SHEET

Size: px
Start display at page:

Download "Facilities / Immeubles INFO SHEET"

Transcription

1 / Immeubles INFO SHEET Réfection de la terrasse au 2e étage - UCU University of Ottawa Project #: Bidders Briefing: Scheduled for Wednesday, May 27 th, 9:00am. Participants are asked to assemble at Unicenter exterior terrace, 2 nd floor. This briefing is mandatory for general contract bidders. Other sub trade bidders are also invited. The closing date is scheduled for Wednesday, June 3 rd, 3:00pm. For more information, refer to Instructions to Bidders, Section Direct questions in writing to: University of Ottawa Procurement 139 Louis Pasteur, room 274 OTTAWA ON K1N 6N5 Address: prs proc@uottawa.ca

2 University of Ottawa Section LIST OF CONTENTS Project No.: Page 1 of 1 SERIES 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Pages List of Contents List of Drawings Sheets Instructions to Bidders 5 University of Ottawa Policy for Irregular Bids 3 University of Ottawa Purchase Order Bid Form Appendix D to Bid: Proposed Subcontractors Form General Conditions 12 DIVISION 01 GENERAL REQUIREMENTS General Requirements Health and Safety Requirements Environmental Protection and Waste Reduction 3

3 University of Ottawa Section LIST OF DRAWINGS SHEETS Project No.: Page 1 of 1 ARCHITECTURAL A100 Level 02 Terrace Site plan

4 University of Ottawa Section INSTRUCTIONS TO BIDDERS Project No.: Page 1 of 5 1 INVITATION.1 Irrevocable Bids, free of qualifications, will be received from contractors by the University of Ottawa, Procurement, (hereinafter referred to as "the Owner") at 139 Louis Pasteur, Ottawa room 274 before 3:00:00 p.m. local time as determined by the Bid Closing Time Clock located at the Reception Area in room 274. Wednesday, the 3 rd day of June Bids shall be submitted on Section "BID Form" and the Appendices to the Bid and shall be sealed in opaque envelopes, clearly marked: "UNIVERSITY OF OTTAWA Réfection de la terrasse au 2e étage UCU PROJECT # " 2 DESCRIPTION OF THE WORK.1 The Work of this Contract includes the provision of all labour, materials, equipment and services required for the work summarized below, as indicated on the drawings, as specified herein and as required for a complete project, for: Réfection de la terrasse au 2e étage UCU Project # Portion of the Work for this Project or other work on the Site may be executed under separate contracts. The Work of this Contract includes complete cooperation and coordination with other contractors as required to expedite this and other contracts, to ensure the proper interface between the Work of this and other contracts, and to ensure all work required for a complete project is included. 3 BID REQUIREMENTS.1 Each Bidder, before submitting his Bid shall carefully examine the drawings and specifications to establish the extent of the work and shall visit and examine the site and fully inform himself of all the existing conditions, limitations and difficulties which may arise to complete the Work.

5 University of Ottawa Section INSTRUCTIONS TO BIDDERS Project No.: Page 4 of 5.2 Bidders' Briefing: A Bidders' briefing at the site is scheduled for the 27 th day of May 9:00am. This briefing is mandatory for general contractors..3 Queries/Addenda: Addenda may be issued during the Bid period. Addenda become part of the Bid Documents and all costs arising out of addenda shall be included in the Bid Price. No addenda will be issued less than one (1) working day before Bid closing. Verbal answers are binding only when confirmed by written addenda..4 Discrepancies, omissions, ambiguities or conflicts:.1 If discrepancies, omissions, ambiguities or conflicts in or among the Contract Documents are discovered, the Bidder shall inform the Consultant prior to submitting a tender..2 The foregoing is not intended to require the Contractor to provide work which is not indicated on or reasonably inferable from the Contract Documents. It is intended to eliminate later claims for extras, based on discrepancies, omissions, ambiguities or conflicts in or among the Bid Documents which were known to the tenderer at the time of tender submission..5 Bid Form: Submit the fully completed Bid form, Section "Bid Form" and the Appendices included..6 Bid shall be accompanied by a copy of the Bidder s most recent Workplace Safety and Insurance Board Clearance Form. (not required if invited under the VOR General Contractors).7 The submission of a Bid implies that the Bidder agrees to abide by University of Ottawa policies and procedures such as Confined Space Access, Lock Outs, Sexual Harassment..8 Appendices to the Bid Form: Submit with the Bid Form, the following Appendices, duly completed:.1 Section Appendix D to Bid: Proposed Subcontractors Form 4 SCHEDULE.1 This entire Contract shall be substantially performed no later than 2 calendar weeks following issuance of instructions to commence work on site June 22 nd, 2015.

6 University of Ottawa Section INSTRUCTIONS TO BIDDERS Project No.: Page 5 of 5 5 RESTRICTIONS ON THE USE OF THE SITE.1 Work area restrictions:.1 Demolition work may have to be scheduled and restricted between certain hours due to class in some areas of the building..2 Security:.1 General contractor must submit names of work supervisors in each trade..2 The work area must be locked at the end of each day and keys be returned to the security desk. 6 BID ACCEPTANCE / REJECTION.1 The bidder acknowledges that any insufficiency or irregularity in completing the Bid form and the appendices to the Bid form, or in the required enclosures, may result in the rejection of the bid. Refer to University of Ottawa Policy for Irregular Bids, a copy of which is appended to this document..2 Duration of Offer: Bids shall remain open for acceptance and shall be irrevocable for a period of forty five (45) calendar days after the Bid closing date..3 Acceptance of Offer: The Owner reserves the right to accept or reject any or all offers. 7 TAXES.1 Include in the Bid Price for cost of all applicable Federal, Provincial and Municipal taxes, except for Federal Harmonized Sales Tax (HST). Indicate separately, in the space provided on the Bid Form, the amount of the HST applicable to the Bid Price. 8 PERMITS, FEES, NOTICES AND CERTIFICATES.1 The Contractor shall obtain and pay for permits, governmental fees, charges, inspections, licences and certificates required by authorities having jurisdiction, except for the Building Permit which will be obtained and paid for by the Owner.

7 University of Ottawa Section INSTRUCTIONS TO BIDDERS Project No.: Page 5 of 5 9 FORM OF CONTRACT.1 The issuance by the Owner of a University of Ottawa Purchase Order and the acceptance thereof by the selected Bidder shall constitute the form of Agreement between the Owner and the selected Bidder (Contractor)..2 The Purchase Order is supplemented by the General Conditions of the contract. These General Conditions govern the Work of the Contract..3 If there is a conflict within the Contract Documents:.1 the order of priority of documents, from highest to lowest, shall be the Agreement between the Owner and the Contractor, the Definitions, the General Conditions, Division 1 of the Specifications, technical Specifications, material and finishing schedules, the Drawings..2 Drawings of larger scale shall govern over those of smaller scale of the same date..3 dimensions shown on Drawings shall govern over dimensions scaled from Drawings...4 later dated documents shall govern over earlier documents of the same type. 10 BID DOCUMENTS.1 The bids shall be based on the Bid Documents which shall include the following:.1 The bidding and contracting requirements (Series 00) listed in Section List of Contents..2 The drawings listed in Section List of Drawings Sheets..3 The specifications Divisions 01 to 49 listed in Section List of Contents..4 Addenda issued by the Owner during the bidding period..5 The General Conditions of the Contract.

8 University of Ottawa UNIVERSITY OF OTTAWA POLICY FOR IRREGULAR BIDS Project No.: Page 1 of 3 UNIVERSITY OF OTTAWA POLICY FOR IRREGULAR BIDS 1 GOALS The goals of the policy guidelines are as follows: a) To maintain the integrity of our public bidding system. b) To maintain a flexible system in which low bids are not rejected because of minor irregularities. This approach allows the University of Ottawa to maximize the advantages of a competitive public bidding process. c) To ensure that the University of Ottawa s policy for dealing with irregular bids promotes fair competition. d) To ensure that no bidder can use his own default or mistake as a justification for withdrawal without penalty. 2 STAFF RESPONSIBILITIES The following system shall be followed: a) The authorized representative of the University of Ottawa will receive the bids. b) The bids will be recorded and announced publicly. No evaluation of irregularity shall be made at that time. The only exceptions to this are; late bids and bids submitted in unsealed envelopes SHALL NOT BE OPENED OR READ. c) The staff will proceed to review, evaluate and report on the bid documents to the authorized representative of the University of Ottawa. d) An irregular bid shall be evaluated in accordance with the guidelines attached. e) Irregularities that go beyond the scope of these guidelines shall be considered and reported by the Director of.

9 University of Ottawa UNIVERSITY OF OTTAWA POLICY FOR IRREGULAR BIDS Project No.: Page 2 of 3 3 GUIDELINES It is impossible to predict all potential irregularities. Those irregularities outlined in the attached chart are the most common ones. IRREGULARITY RESPONSE 1. Late bids Automatic rejection and not read publicly 2. Unsealed bid envelope Automatic rejection and not read publicly 3. Proper bid envelope not used Acceptable if the envelope is properly sealed. Automatic rejection if the envelope is not sealed. 4. Insufficient financial security (bid bond or agreement to bond or insufficient bid bond or agreement to bond) Automatic rejection unless insufficiency is trivial or insignificant 5. Bids not completed in ink or by typewriter Automatic rejection 6. Incomplete bids (part bids all items not bid) Automatic rejection unless part bid specifically permitted by bid documents 7. Missing WSIB Clearance Certificate 48 hours to correct 8. Qualified bids (bids qualified or restricted by an attached statement) 9. Bids received on documents other than those provided by the or copies thereof Automatic rejection Automatic rejection 10. Bids containing minor clerical errors 48 hours to correct and initial errors 11. Execution of Agreement to Bond: Bonding company corporate seal or signature missing from agreement to bond 48 hours to correct

10 University of Ottawa UNIVERSITY OF OTTAWA POLICY FOR IRREGULAR BIDS Project No.: Page 3 of 3 IRREGULARITY RESPONSE 12. Execution of Bid Bonds: (a) (b) Corporate seal or signature of the bidder, or both, missing Corporate seal or signature of bonding company missing 48 hours to correct Automatic rejection 13. Execution of Bid Documents: (a) Corporate seal missing but signature present 48 hours to affix corporate seal (b) Corporate seal and signature missing Automatic rejection (c) Corporate seal affixed but signature missing Automatic rejection 14. Erasures, Overwriting or Strike outs which are not initialled: (a) (b) (c) (d) Un initialled changes to bid documents which are minor (e.g.: the bidder s address is amended by overwriting but not initialled) The supplementary prices (*) have been changed but not initialled and are consistent with the bid price The supplementary prices (*) have been changed but not initialled and are not consistent with the bid price Other mathematical errors which do not affect the bid price 48 hours to initial 48 hours to initial Automatic rejection 48 hours to initial corrections as made by 15. Bid documents which suggest that the bidder has made a major mistake in calculations or bidding 16. Bid documents in which all Addenda issued have not been identified Consultation with Procurement at Resources Service on a case by case basis Automatic rejection (*) supplementary prices include: alternative prices, unit prices and identified prices.

11 University of Ottawa Section GEOTECHNICAL DATA Project No.: Page 2 of 2

12 University of Ottawa Section BID FORM Project No.: Page 1 of 2 Date: Project Number: Project Name: Réfection de la terrasse au 2e étage UCU I/We, (Company Name) of (Business Address) have fully inspected the Site and examined all the conditions affecting the Work. I/we have also carefully examined all documents prepared for this Contract including Addenda thereto; and hereby offer to furnish all labour, materials, plant, equipment and services for the proper execution and completion of the entire Work, in accordance with the Contract Documents listed in Section and Section , including all Addenda thereto which are acknowledged hereinafter for the above project for the Stipulated Sum separately indicated as follows:.1) Tender amount excluding Harmonized Sales Tax (HST) dollars ($ ) in Canadian funds, which includes any specified cash allowance(s), inspection charges, legal charges, provincial and excise taxes in force at this date. (Building Permit Fee is excluded)..2) The amount for Harmonized Sales Tax (HST) is dollars ($ ) in Canadian Funds..3) Total of the above (items.1 +.2) dollars ($ ) in Canadian Funds.

13 University of Ottawa Section BID FORM Project No.: Page 2 of 2 I/we acknowledge receipt of the following Addenda and have included for the requirements thereof in my/our Tender: Addendum #1 dated: Addendum #2 dated: Addendum #3 dated: APPENDICES TO TENDER FORM The information called for in Instruction to Bidders is provided in the attached Appendices and forms an integral part of this Tender. DECLARATIONS I/we hereby declare that: (a) (b) (c) I/we agree to perform the Work in compliance with the Contract Documents within the time specified in Instructions to Bidders. Where no time is specified, I/we agree to perform the work within calendar weeks of receipt of Instructions to commence work on Site. No person, firm or corporation other than the undersigned has any interest in this Tender or in the proposed Contract for which this Tender is made. This Tender is open to acceptance for a period of forty five (45) days from the date of the bid closing. SIGNED, SEALED AND SUBMITTED FOR AND ON BEHALF OF Company (Company Name) (Street Address or Postal Box Number) (City, Province & Postal Code) (Apply SEAL above) Signature Name & Title Dated at this day of, 20

14 University of Ottawa Section APPENDIX D TO BID: PROPOSED SUBCONTRACTORS FORM Project No.: Page 1 of 1 1 SUBMISSION.1 The Contractor shall complete and submit this list with the Tender..2 Where work is to be executed by the Contractor's own forces, so indicate. 2 PRINCIPAL SUBCONTRACTORS.1 The following is a list of the Principal subcontractors I/we propose to use. I/we have worked with these subcontractors and/or have verified their credentials and are satisfied that they can fully meet the requirements of the contract documents..2 I/we have carefully checked the Specifications and Addenda and have included, thereafter, only those Subcontractors, suppliers or items who/which are permitted in the Specification or Addenda: Concrete work Bidder Signature

15 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 1 of 12 General Conditions of the Contract To be used in conjunction with the University of Ottawa Purchase Order

16 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 2 of 12 PART 1 GENERAL PROVISIONS GC 1.1 DEFINITIONS The following Definitions shall apply to all Contract Documents Change Directive A Change Directive is written instruction prepared by the Consultant and signed by the Owner directing a change in the Work within the general scope of the Contract Documents prior to the owner and the contractor agreeing upon adjustment of the contract price and the contract time Change Order A Change Order is a written amendment to the Contract prepared by the Consultant stating their agreement upon: a change in the Work; the method of adjustment or the amount of the adjustment in the Contract Price, if any: and the extent of the adjustment in the Contract Time, if any Consultant The Consultant is the University of Ottawa or a Firm (Architectural, Engineering or Project Management). The term Consultant means the Consultant or the Consultant s authorized agent or representative Contract The Contract is the undertaking by the parties to perform their respective duties, responsibilities, and obligations as prescribed in the Contract Documents and represents the entire agreement between the parties Contract Documents The Contract Documents consists of those documents listed in Sections and of the Invited Bid Form and amendments upon between the parties Contract Price The Contract Price is the amount stipulated in the Purchase Order Contract Time The Contract Time is the time agreed upon between the parties from the commencement of the Work to Substantial Performance of the Work.

17 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 3 of Contractor The Contractor is the person or entity identified as such in the Agreement. The term Contractor means the Contractor or the Contractor s authorized representative as designated to the Owner in writing Place of Work The Place of Work is the designated site or location of the Work Product Product or Products means material, machinery, equipment, and fixtures forming the Work, but does not include machinery and equipment used to prepare, fabricate, convey, or erect the Work, which are referred to as construction machinery and equipment Project The Project means the total construction contemplated of which the Work may be the whole or a part Provide Provide means to supply and install Subcontractor A Subcontractor is a person or entity having a direct contract with the Contractor to perform a part or parts of the Work, or to supply Products worked to a special design for the Work Substantial Performance of the Work Substantial Performance of the Work is as defined in the lien legislation applicable to the Place of the Work. If such legislation is not in force or does not contain such definition, Substantial Performance of the Work shall have been reached when the Work is ready for use or is being used for the purpose intended and is so certified by the Owner Supplemental Instruction A Supplemental Instruction is an instruction, not involving adjustment in the Contract Price or Contract Time, in the form of specifications, drawings, schedules, samples, models or written instructions, consistent with the intent of the Contract Documents. It is to be issued by the Consultant to supplement the Contract Documents as required for the performance of the Work.

18 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 4 of Supplier A Supplier is a person or entity having a direct contract with the Contractor to supply Products not worked to a special design for the Work Value Added Taxes Value Added Taxes means such sum as shall be levied upon the Contract Price by the Federal or Provincial Government and computed as a percentage of the Contract Price and includes the Harmonized Sales Tax, and any similar tax, the payment or collection of which is by the legislation imposing such tax an obligation of the Contractor Work The Work means the total construction and related services required by the Contract Documents Working Day Working Day means a day other than a Saturday, Sunday, or a holiday which is observed by the construction industry in the area of the Place of Work Purchase Order The Purchase Order means the University of Ottawa Purchase Order, a blank copy of which is included for reference in the Bid Documents, appended to Section Instruction to Bidders. GC 1.2 INTENT The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complimentary, and what is required by one shall be as binding as if required by all. PART 2 CONSULTANT GC 2.1 CONSULTANT S ADMINISTRATION OF THE CONTRACT The Consultant will visit the site at intervals appropriate to the stage of construction to review the Work. The Consultant will be entitled to reject work that does not conform to the Contract Documents.

19 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 5 of The Consultant will not have control over or charge of and will not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor's responsibility Based on the Consultant's observations and evaluations of the Contractor's Applications for Payment, the Consultant will review the amounts due the Contractor and make payment as prescribed in the Contract Documents The Consultant will promptly review and take appropriate action upon the Contractor's submittals such as Shop Drawings, Product Data and Samples, but for the sole purpose of ascertaining conformance with the general concept. The review by the Consultant does not relieve the Contractor from the responsibility for meeting all requirements of the Contract Documents. GC 2.2 OWNER'S RIGHT TO STOP THE WORK If the Contractor fails to correct work which is not in accordance with the Contract Documents, the Owner may direct the Contractor in writing to stop the Work until the correction is made. GC 2.3 OWNER S RIGHT TO CARRY OUT THE WORK If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails, within a seven day period after receipt of written notice from the Owner, to correct such default or neglect with diligence and promptness, the Owner may, without prejudice to other remedies, correct such deficiencies. In such case, a Change Order shall be issued deducting the cost of correction from payments due the Contractor. GC 2.4 OWNER S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS The Owner reserves the right to perform construction or operations related to the Project with the Owner's own forces, and to award separate contracts in connection with other portions of the Project When article applies, the Contractor remains responsible for compliance with the applicable health and construction safety legislation at the Place of Work and shall coordinate and cooperate with the contractors employees by the Owner or the Owner s own forces.

20 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 6 of 12 PART 3 CONTRACTOR GC 3.1 SIGNING OF THE CONTRACT Signing of the Contract by the Contractor is a representation that the Contractor has visited the site, examined the Contract Documents, and fully informed himself of all existing conditions, limitations, and difficulties which may arise during the execution of the Work GC 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR Before commencing the Work, the Contractor shall:.1 review the Contract Documents and identify errors, discrepancies, omissions, ambiguities or conflicts in or among the Contract Documents;.2 take field measurements, verify field conditions and correlate with the Contract Documents and other information known to the Contractor; and.3 promptly report errors, discrepancies, omissions, ambiguities or conflicts discovered to the Owner. GC 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES The Contractor shall employ a competent supervisor and necessary assistants to supervise and direct the Work and shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. GC 3.4 LABOUR AND MATERIALS Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labour, materials, equipment, tools, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work. GC 3.5 WARRANTY The Warranty period with regard to the Contract is one year from the date of Substantial Performance of the Work or those periods specified in the Contract Documents for certain portions of the Work or Products. The Contractor shall promptly correct, at his own expense, defects or deficiencies in the Work which appear prior to and during the warranty periods specified in the Contract Documents.

21 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 7 of 12 GC 3.6 TAXES AND DUTIES The Contract Price shall include all taxes and customs duties in effect at the time of tender closing, except for Value Added Taxes which shall be payable by the Owner to the Contractor. The Contract Price shall be adjusted to reflect any increase or decrease in the cost of taxes to the Contractor. GC 3.7 PERMITS, FEES AND NOTICES The Contractor shall obtain and pay for permits, governmental fees, charges, inspections, licences and certificates required by authorities having jurisdiction, except for the Building Permit which will be obtained and paid for by the Owner. GC 3.8 INSURANCE, DEDUCTABLE AND INDEMNIFICATION Insurance The Contractor agrees at his expense to maintain in force during the term of this agreement and in any renewal thereof:.1 Comprehensive General Liability Insurance, with a limit of not less than 2 million dollars per occurrence, against claim for personal injury, death or property damage arising out of all operations of the Contractor, including personal and contractual liability. Such policy shall include the University of Ottawa as named insured and contain a waiver of subrogation in favour of the University..2 Automobile Liability Insurance with a limit of not less than 2 million dollars for bodily injury, death and damage to property covering vehicles owned or leased by the Contractor..3 All risk direct damage insurance covering all property carried, handled and transported by the Contractor, including without limitation, its full replacement..4 Such other insurance as may be reasonably required by the University Deductible In all instances whereby the University s Insurance must contribute in part or in whole to the payment of a claim for which the responsibility lies with the Contractor or its subcontractor, the Contractor shall be responsible for the deductible(s) associated to the claim.

22 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 8 of Indemnification The Contractor shall indemnify and hold harmless the University of Ottawa, consultants employed by the University, its agents and employees from and against claims, demands, losses, cost, damages, actions, suits or proceeding (hereinafter called claims ), by third parties, including but not limited to legal fees and costs, arising out of or attributable to the Contractor s performance of the work, provided such claims are: attributable to bodily injury, sickness, disease, loss of use or to damage to or destruction of tangible property, and caused by negligent acts or omissions of the Contractor or anyone for whose acts the Contractor may be liable. PART 4 CHANGES IN THE WORK GC 4.1 CHANGE ORDER AND CHANGE DIRECTIVE Changes in the Work may be accomplished by Change Order or by Change Directive. The Owner, through the consultant, without invalidating the Contract, may order changes in the Work, within the general scope of the Contract, consisting of additions, deletions or other revisions, the Contract Price and Contract Time being adjusted accordingly. GC 4.2 VALUATION OF CHANGES The amount of Contract Price or Contract Time adjustment shall be negotiated between the Consultant and the Contractor. If agreement cannot be reached, the Contractor, on receipt of a Change Directive, shall promptly execute the change in the Work. Pending determination of the final amount of a Change Directive, the undisputed value of the work performed as a result of the Change Directive is eligible to be included in progress payments Where work is added pursuant to 4.2.1, the Contract Price shall be increased only by the net value of the work added, but excluding Harmonized Sales Tax, plus the following identified separately:

23 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 9 of 12.1 Contractor s mark up on its own work: Overhead Profit Change Value 10% 10% between $0 to $ % 7% between $1, to $4, % 5% over $5, Contractor s mark up on each individual Subcontractor s work: Overhead Profit Change Value 5% 10% between $0 to $ % 7% between $1, to $4, % 5% over $5, Subcontractor s mark up on its own work:.1 Overhead: 10%.2 Profit: 5%.4 Subcontrator s mark up on sub subcontractor s work:.1 Overhead: 5%.2 Profit: 5% Where work is deleted pursuant to 4.2.1, the Contract Price shall be decreased only by the net actual value of the work deleted, but excluding Harmonized Sales Tax, less 5% The Contractor s proposed amount of adjustment in the Contract Price, if any, shall include any proposed compensation for costs as a result of delay in performance of the Work. PART 5 PAYMENTS AND COMPLETION GC 5.1 APPLICATIONS FOR PAYMENT At least ten (10) days before submission of the first Application for Payment, the Contractor shall submit to the Consultant a Schedule of Values consisting of a breakdown of the Contract Price in to identifiable portions of the Work, based on the Table of Contents of the Project Specifications or such other format as may be mutually agreed upon by both parties.

24 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 10 of At the end of each calendar month or at such other times as may be mutually agreed upon by both parties, the Contractor shall submit to the Consultant an itemized Application for Payment for operations completed. Such application shall be supported by such data substantiating the Contractor's right to payment as the Consultant may reasonably require. GC 5.2 PROGRESS PAYMENTS The Consultant shall, within ten (10) days after receipt of the Contractor's Application for Payment: review the amount of the application and correlate with the Consultant's observations on site; if deemed necessary, adjust the amount of the claim to reflect the amount the he determines is properly due; if the amount of the claim is adjusted by the Consultant, notify the Contractor in writing of the reasons for withholding payment in whole or in part; and make payment to the Contractor of the amount properly due, based on the value of the completed work less the 10% holdback required by the applicable lien legislation A progress payment, or partial or entire use or occupancy of the Project by the Owner shall not constitute acceptance of work not in accordance with the requirements of the Contract Documents The Owner shall make payment no later than 20 days after receipt of certificate of payment by the consultant. GC 5.3 SUBSTANTIAL PERFORMANCE When the Contractor, after having conducted his own inspection, claims that the Work or a designated portion thereof if substantially performed, the Consultant shall conduct an inspection and prepare a list of items to be completed or corrected. Failure to include an item on the list does not alter the Contractor's responsibility to complete the Contract When the Consultant deems the Contract to be substantially performed, the Consultant shall establish the date of Substantial Performance, shall establish the responsibilities of the Consultant and Contractor, and shall fix the time within which the Contractor shall finish all items on the list of items to be completed or corrected.

25 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 11 of Warranties required by the Contract Documents shall commence on the date of Substantial Performance of the Work. GC 5.4 FINAL COMPLETION AND FINAL PAYMENT Upon receipt of a final Application for Payment, the Consultant shall inspect the Work. When the Owner finds the Work acceptable and the Contract fully performed, the Owner shall promptly make final payment Final Payment shall not become due until the Contractor submits to the Owner releases and waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security interests or encumbrances arising out of the Contract. PART 6 PROTECTION OF PERSONS AND PROPERTY GC 6.1 OWNER S RESPONSIBILITIES Prior to the Contractor commencing the Work, the Owner shall take all reasonable steps to determine whether any toxic or hazardous substances or materials are present at the Place of Work, and provide the Contractor with a written list of any such substances and materials The Owner shall take all reasonable steps to ensure that no person suffers injury, sickness or death and that no property is damaged or destroyed as a result of exposure to or the presence of the substances or materials which were at the Place of Work prior to the Contractor commencing the Work Unless the Contract provides otherwise the Owner shall be responsible for taking all necessary steps, in accordance with legal requirements, to dispose of, store or otherwise render harmless toxic or hazardous substances or materials which were present at the Place of Work prior to the Contractor commencing the Work.

26 University of Ottawa Section GENERAL CONDITIONS Project No.: Page 12 of 12 GC 6.2 CONTRACTOR S RESPONSIBILITIES If the Contractor encounters toxic or hazardous substances or materials at the Place of Work which were not disclosed by the Owner, or which were disclosed but not dealt with by the Owner, the Contractor shall take all reasonable steps, including stopping the Work, to ensure that no person suffers injury, sickness or death and that no property is damaged or destroyed as a result of exposure to or the presence of the substances or materials, and immediately report the circumstances to the Owner in writing. PART 7 CORRECTION OF WORK GC7.1 The Contractor shall promptly correct Work rejected which fails to conform to the requirements of the Contract Documents. The Contractor shall bear the cost of correcting such Work. GC 7.2 If the Contractor fails to complete or correct nonconforming work within a reasonable time, the Owner may correct it and the Contractor shall reimburse the Owner for the cost of correction.

27 University of Ottawa Section GENERAL REQUIREMENTS Project No.: Page 1 of 5 1 EXISTING SERVICES AND BUILDINGS.1 Perform the Work in a manner which will cause the minimum disruption to pedestrian and vehicle traffic and the normal operation of existing buildings..2 Where the Work involves breaking into or connecting to existing services, carry out the work at times directed by governing authorities and acceptable to the Owner. Provide the Owner with a minimum of seventy two (72) hour notice of pre scheduled activities affecting utility services or existing buildings..3 Where unknown services are encountered, immediately advise the Owner and confirm findings in writing..4 Obtain all information required for sewer, gas, water, telephone, electrical signal systems, and any other utilities that are both within the building and in adjoining areas, streets, sidewalks, parking areas, and other locations. 2 OWNER S USE OF PREMISES.1 The use of and access the Site by the Contractor and construction personnel is subject to constraints necessitated by the Owner's continuous use of the existing premises. Coordinate with the Owner regarding work which is to be executed in areas designated to remain in use..2 Comply with the Owner's restrictions regarding limits on areas to be made available for construction purposes, restrictions on work hours, restrictions on noise and dust generating activities, and other constraints which might affect the construction process..3 Provide for such regular, double shift, overtime and weekend work as may be required to conform to the construction schedule. 3 CONTRACTOR S USE OF PREMISES.1 Manage the use of the premises to facilitate the continuous normal use of the premises by the Owner. Cooperate with the Owner to schedule operations to minimize conflict with the Owner's activities..2 Assume full responsibility for the protection of the existing building and property from damage due to the Work. Make good, to the approval of the Consultant and at no cost to the Owner, all such damage..3 Do not encumber site with materials or equipment. Ensure no part of Work is subjected to a load which will endanger its safety or will cause permanent deformation.

28 University of Ottawa Section GENERAL REQUIREMENTS Project No.: Page 2 of 5.4 Confine access to the site and the building by construction personnel, access routes to work areas, use of service roads, drop of areas, and related other uses of the site to areas designated by the Owner..5 If the Work requires entry by the Contractor or obstruction of an occupied area of the premises, coordinate with the Owner regarding the scheduling of the interruption. Do not execute work in existing occupied areas until authorized by the Owner..6 From time to time, the Contractor may be asked to suspend certain objectionable operations causing interference with the ongoing use of the building. Extend full cooperation and courtesy in such cases..7 Throughout the duration of the construction, ensure that the Owner's computer and power requirements are not be affected by the Contractor's use of existing building services. 4 CONTRACTOR S USE OF MASTER KEYS.1 The Contractor will be permitted to use the appropriate master keys to facilitate access to the Work..2 Must comply with the University's security policy regarding the daily "sign out and return of master keys to "Protection Services"..3 The Contractor will be held liable for costs arising out of the Contractor's failure to properly safeguard master keys. 5 PARKING.1 Parking is not available immediately adjacent to the site. Construction personnel may use nearby parking lots. Users will be required to pay for parking on a daily or monthly basis. 6 SHOP DRAWINGS, PRODUCT DATA, RECORD DRAWINGS.1 The Contractor shall review, approve in writing and submit copies of shop drawings, product data, samples and mock ups. Do not proceed with work until reviewed by the Consultant. Submit the following:.1 Shop drawings and product data:.1 Items to be reviewed by the Consultant: One (1) PDF copy.2 Items to be reviewed by civil, structural, mechanical, electrical or other sub consultant: One (1) PDF copy

29 University of Ottawa Section GENERAL REQUIREMENTS Project No.: Page 3 of 5.2 Samples: Two (2) sets..3 Mock ups: As specified in the respective sections of the specification..2 Submit comprehensive systems operations and maintenance manuals in formats acceptable to the Consultant. Submit One (1) copy in English in a 3 ring black binder c/w windows on spine and One (1) PDF copy..3 Maintain project record drawings and accurately record significant deviations caused by site conditions and change orders by the Owner. The Contractor is advised that periodic review of the record drawings will be made by the Consultant throughout the construction period to ensure that as built information is being properly recorded as the Work progresses. 7 TEMPORARY ENCLOSURES AND DUST CONTROL.1 Provide and maintain weather tight closures to unfinished door and window openings, tops of shafts and other openings in floors and roofs..2 Provide and maintain dust tight screens or partitions to localize dust generating activities, and for the protection of workers, finished areas of the building, building users, and the public..3 Need to cover furniture and equipment with protective sheets and block off air vents as necessary to control dust. 8 QUALITY CONTROL.1 Deliver, handle, store and install products in accordance with Manufacturer s instructions..2 Execute work in accordance with the latest edition of applicable codes and standards. 9 CUTTING, PATCHING & MAKING GOOD.1 Where new work connects with existing and where existing work is altered, cut, patch, and make good to match existing work..2 Make cuts with clean, true, smooth edges. In the finished work there shall be no detectable difference in appearance between existing surfaces, patched surfaces and new surfaces.

30 University of Ottawa Section GENERAL REQUIREMENTS Project No.: Page 4 of 5.3 At penetrations of fire rated assemblies, completely seal voids with fire rated material, full thickness of construction element. 10 PROJECT CLEANLINESS.1 Maintain the Work in tidy condition, free from accumulation of waste products and debris..2 Remove debris and rubbish from pipe chases, plenums attics, crawl spaces or other closed or remote spaces..3 Sweep and vacuum clean interior areas prior to the start of finish work; maintain areas free of dust and other contaminants during finishing operations. Use a non oil sweeping compound as necessary..4 Remove waste material and debris from site and deposit in a designated waste container at the end of each working day. (Refer to Section ENVIRONMENTAL PROTECTION AND WASTE REDUCTION)..5 At completion of project, perform final cleaning of all areas including vacuum clean all interior areas, hand dust windows and windowsills..6 Use of Owner s housekeeping rooms, housekeeping mop sinks, housekeeping equipment and housekeeping products is not permitted at any time. 11 CONTRACT CLOSEOUT.1 Contractor s Inspection: The Contractor and all Sub contractors shall conduct an inspection of the Work, identify and make good deficiencies and defects, and request the Consultant s inspection..2 Consultant s Inspection: The Consultant, the appropriate sub consultants and the Contractors shall conduct an inspection of the Work to identify and document deficiencies and defects. The Contractor shall make good the Work accordingly..3 Certificate of Substantial Performance of the Contract: When the Consultant deems the Contract to be substantially performed, he will issue a Certificate of Substantial Performance of the Contract. The date of issue of this certificate shall be the date of commencement of the lien and warranty period.

31 University of Ottawa Section GENERAL REQUIREMENTS Project No.: Page 5 of 5.4 Deficiency Holdbacks: Upon issuance of the Certificate of Substantial Performance, the Consultant will attach the list of deficiencies with a deficiency holdback identified. The deficiency holdback is separate from and shall be administered independently of the holdback by lien legislation..5 Closeout Documents: The submission of specified closeout documents, including systems operation and maintenance data, maintenance materials and project record drawings is a requirement of the Contract and failure to submit any item to the Consultant s satisfaction will be deemed to be a deficiency under the Contract. Accordingly, a holdback of 2% of the current billing amount and not less than $2,000 will be included in the deficiency holdback. The purpose of this provision is to ensure that Contract closeout documents are accurately and properly prepared and submitted. This portion of the deficiency holdback will be released upon acceptance of all the required Contract closeout documents..6 Upon completion of all items identified on the deficiency list, the Contractor shall request issuance of the Final Certificate for Payment. When the Consultant considers final deficiencies and defects to have been made good and the requirements of the Contract to have been totally performed, he shall issue a Final Certificate for Payment. If the Work is deemed incomplete by the Consultant, the Contractor shall be responsible of the outstanding items and request a re inspection..7 Should the status of the Work at the time the Contractor requests an inspection by the Consultant, be such that additional inspections are required, the Owner shall be entitled to deduct the costs of re inspection services from payment to the Contractor.

32 University of Ottawa Section HEALTH AND SAFETY REQUIREMENTS Project No.: Page 1 of 2 1 SAFETY REGULATIONS.1 Comply with applicable safety and health laws, regulations and codes, including, but not limited to the latest edition or amendment of the following documents:.1 The Occupational Health and Safety Act Regulations for Industrial Establishments, R.R.O. 1990, Regulation 851 (includes Confined Space Access)..2 Occupational Health and Safety Act R.S.O.1990, Chap Hazardous Products Act R.S.C. 1985, Chap. H 3 Canadian Labour Code, R.S.C. 1985, Chap. L 2..4 Occupational Health and Safety Regulation for Construction Projects, Ontario Regulation 213/91..5 Workers' Compensation Act R.S.O. 1990, Chap. W Ontario Building Code Act R.R.O. 1990, Regulation Fire Marshals Act Regulations for Fire Code, R.R.O. 1990, Regulation Environmental Protection Act for General Waste Management, R.R.O. 1990, Regulation Workers' Compensation Act Regulations for First Aid Requirements, R.R.O. 1990, Regulation In the event of conflict between regulations, the more stringent provision shall apply. 2 GENERAL HEALTH AND SAFETY REQUIREMENTS.1 Take all necessary steps to protect construction personnel, visitors, building users, the general public, and property from all hazards arising out of the execution of the Contract..2 Supply competent personnel to implement the safety program and to monitor compliance with safety requirements..3 Remove from the site any person not observing or complying with safety requirements..4 The University's representative will monitor on a regular basis to ensure that safety requirements are met, and that safety records are being properly kept and maintained. Initial disregard for safety standards will cause the Contractor to be subject to a safety review. This review will become part of the Contract Record Documents.

33 University of Ottawa Section HEALTH AND SAFETY REQUIREMENTS Project No.: Page 2 of 2.5 Report to the University's representative and jurisdictional authorities, any accident or incident involving the Contractor, the University, or the public, personnel and/or property, arising from the Contractor's execution of the Work..6 Include all pertinent provisions of the Contract in any agreement with Subcontractors and hold all Subcontractors equally responsible for safe work performance..7 Delays in the progress of the Work arising out of infractions of legislation of University of Ottawa health and safety requirements are the Contractor's responsibility. 3 MATERIAL SAFETY DATA SHEETS.1 Material Safety Data Sheets (MSDSs) for those controlled products known to exist in the Work area shall form part of the Contract Documents. They shall be kept on site at all times and will be furnished to the Contractor upon request. 4 CONFINED SPACES.1 Where applicable, provide equipment and appropriately trained personnel necessary to enter and work in confined spaces..2 If applicable, Confined Space Survey Forms will be provided by the Owner and shall form part of the Contract Documents. These forms will be kept on site at all times and will be furnished to the Contractor upon request. 5. PRE CONSTRUCTION SAFETY MEETING.1 If appropriate to the Project's scope of work, a Pre construction Safety Meeting shall be held. Attendees:.1 A representative of the University.2 The Consultant.3 The Contractor.4 Major Subcontractors.2 The agenda shall include:.1 Work areas; work contents and methods.2 Definition of responsibilities.3 Identification and recording of name(s) of the Contractor's job safety representative(s) for this Contract (who shall be present at the meeting).3 The job safety representative(s) appointed for this Contract shall not be changed without the University's prior agreement.

34 University of Ottawa Section ENVIRONMENTAL PROTECTION AND WASTE REDUCTION Project No.: Page 1 of 3 1 FIRES.1 Fires and burning of rubbish on site is not permitted. 2 DISPOSAL OF WASTES.1 Do not bury rubbish and waste materials on site..2 Collect all waste and rubbish in suitable containers. Remove from site and legally dispose of. Do not use the Owner's refuse bins..3 Do not dispose of any waste prohibited by bylaw parameters or volatile materials, such as mineral spirits, oil or paint thinner into sanitary fixtures, waterways, storm or sanitary sewers. Do not clean brushes, rollers or other equipment in sanitary fixtures..4 Dispose of waste or volatile materials which could be hazardous to the health, in strict accordance with the requirements of the authorities having jurisdiction and in a manner which will protect construction personnel, visitors to the site and the public from all such hazards..5 Hazardous or liquid industrial wastes generated at the Project Site shall be appropriately transported back to, and disposed of from the Contractor's or Subcontractor's principal place of business. The Contractor or Subcontractor shall provide the Owner with a copy of their generator registration from MOEE. 3 WASTE REDUCTION.1 Regardless of the 2000 m 2 minimum floor area limit contained in the legislation, comply with the requirements of the following regulations made under the Environmental Protection Act:.1 Ontario Regulation 102/94: Waste Audits and Waste Reduction Work plans..2 Ontario Regulation 103/94: Industrial, Commercial and Institutional Source Separation Programs..3 Ontario Regulation 105/94: Definitions (Amendments to Regulation 347).

REQUEST FOR TENDER UNIVERSITY OF OTTAWA FACILITIES INFORMATION SHEET

REQUEST FOR TENDER UNIVERSITY OF OTTAWA FACILITIES INFORMATION SHEET REQUEST FOR TENDER UNIVERSITY OF OTTAWA FACILITIES INFORMATION SHEET Perform work to the Exterior Hardscapes for the University of Ottawa. Tender #: BT16-28636 Bidders Briefing Date and Time: Tuesday April

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

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

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

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

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

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

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

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

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

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

Corporate Policy and Procedure

Corporate Policy and Procedure Corporate Policy and Procedure POLICY CATEGORY AUTHORITY RELATED POLICIES APPROVED BY Safety Management When Outside Contractors are Retained (Contractor Safety Management Program) (the Policy ) Health

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

PLANNING AND EVALUATION PRELIMINARY DESIGN

PLANNING AND EVALUATION PRELIMINARY DESIGN PLANNING AND EVALUATION Project Initiation Discuss and refine client requirements Project brief, Schedule, Budget Confirm client's space needs and program Establish scope of work Obtain client-supplied

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014 Town of Middleton Storm Water Outfall Connaught Avenue June 20, 2014 Set No. Town of Middleton Storm Water Outfall OVERVIEW Page 1 Connaught Avenue _ June 20, 2014 OVERVIEW This document is a Supplementary

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

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

NORTHERN COLLEGE DRY HYDRANT

NORTHERN COLLEGE DRY HYDRANT NORTHERN COLLEGE DRY HYDRANT Prepared for: NORTHERN COLLEGE 4715 Highway 101 East South Porcupine, ON P0N 1H0 Prepared by: J.L. RICHARDS & ASSOCIATES LIMITED 834 Mountjoy Street S, PO Box 10 Timmins, ON

More information

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB Interior Construction Specification Dr. Kalinowski 2nd Floor, United Health Centre 7609 109 Street, Edmonton, AB Issued for Tender: May 18, 2017 Mandatory Site Visit: May 23, 2017 @ 2:00 PM Closing Date:

More information

Chapter 2 Parties to the Contract

Chapter 2 Parties to the Contract Chapter 2 Parties to the Contract 2.1 Introduction Construction work may include building of a new structure, additions, alterations, expansion, replacement, dismantling, erection, commissioning, rehabilitation,

More information

A62 UT PRE-CONSTRUCTION MEETING AGENDA

A62 UT PRE-CONSTRUCTION MEETING AGENDA Provided below are the agenda items typically required by the Owner for the Pre-Construction Meeting. Guidance provided in agenda items does not revise the requirements of the Agreement. Instructions:

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

A62 PRE-CONSTRUCTION MEETING AGENDA

A62 PRE-CONSTRUCTION MEETING AGENDA Provided below are the agenda items typically required by the Owner for the Pre-Construction Meeting. Guidance provided in agenda items does not revise the requirements of the Agreement. Instructions:

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

More information

CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO. 2018-1 Prepared by: Kresin Engineering Corporation 536 Fourth Line East Sault Ste. Marie, ON P6A 6J8 www.kresinengineering.ca

More information

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

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

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

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

ATTACHMENT D SCOPE OF SERVICES

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

More information

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: CITY OF HOPKINSVILLE COMMERCIAL CLEANING MAINTENANCE

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

Pre-Construction Conference Discussion Guide

Pre-Construction Conference Discussion Guide Pre-Construction Conference Discussion Guide This guide is a summary of the topics normally required at the Pre-Construction Conference based upon the Tennessee Board of Regents Designers Manual standard

More information

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Appendix A RFP No. 894-2014 Page 1 of 1 Template Version: SrC120131129 - Consulting Services RFP APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Revision: 2014-09-22 DEFINITION OF

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

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

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

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

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

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

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

More information

Table of Contents. Project Agreement Schedule 14

Table of Contents. Project Agreement Schedule 14 Table of Contents PART 1 DEFINITIONS... 3 PART 2 INTEGRATED MANAGEMENT SYSTEM REQUIREMENTS... 6 2.1. Introduction... 6 2.2. Overview... 6 2.2.1 Management System Requirements... 7 2.2.2 Certification...

More information

TERMS AND CONDITIONS OF CARRIAGE

TERMS AND CONDITIONS OF CARRIAGE TERMS AND CONDITIONS OF CARRIAGE 1. Definitions a. On this Waybill, "SF" or us refers to S.F. Express (Hong Kong) Limited or S.F. Express (Macau) Limited (as applicable), or any member of the group of

More information

Town of Saugeen Shores Department of Community Services

Town of Saugeen Shores Department of Community Services Town of Saugeen Shores Department of Community Services TENDER- Supply and Delivery of Janitorial/ Maintenance Supplies (Reference No: 2015.6760.4710) Purpose: The Town of Saugeen Shores invites companies

More information

NOTICE TO BIDDERS. Bids will be publicly opened and read aloud at approximately 2:15pm in the Saugatuck-Douglas District Library.

NOTICE TO BIDDERS. Bids will be publicly opened and read aloud at approximately 2:15pm in the Saugatuck-Douglas District Library. SECTION 00 02 00 - NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that sealed bids will be received: By: Saugatuck-Douglas District Library 137 Center Street Douglas, MI 49406 For: Saugatuck-Douglas

More information

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

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

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

Chapter 6, Construction

Chapter 6, Construction Chapter 6, Construction CHAPTER CONTENTS 6.1 OWNER-CONTRACTOR AGREEMENT A. Preparation B. Owner Signature C. Award 6.2 PRE-CONSTRUCTION CONFERENCE A. Administration B. Attendees C. Pre-Construction Conference

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

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

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE DIVISION 1 GENERAL REQUIREMENTS SECTION 01 32 16 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All drawings and technical specifications, Notice to Bidders, Instructions and Information to Bidders, Bid Proposal

More information

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

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: 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 74015

More information

BARBADOS WATER AUTHORITY

BARBADOS WATER AUTHORITY BARBADOS WATER AUTHORITY TENDER FOR BILL PRINTING SERVICES November 2016 1. GENERAL On October 17, 2013, the Barbados Water Authority (BWA) and the Canadian Commercial Corporation (CCC) signed an Agreement

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

Specific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16.

Specific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16. SECTION 01 77 00 - PROJECT CLOSE-OUT PART 1 - GENERAL DESCRIPTION OF REQUIREMENTS: Definitions: Project close-out is the term used to describe certain collective project requirements, indicating completion

More information

REQUEST FOR QUOTATION DOCUMENT (For Planning/Engineering Assignment) PART C- FORMS AND NOTICES

REQUEST FOR QUOTATION DOCUMENT (For Planning/Engineering Assignment) PART C- FORMS AND NOTICES DOCUMENT (For Planning/Engineering Assignment) PART C- FORMS AND NOTICES Version 2.8 June 2011 Ministry of Transportation Ontario FORM 1(a) - OFFER AND ACCEPTANCE TO: Her Majesty the Queen in right of

More information

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

More information

GUIDELINES FOR MUNICIPAL ENGINEERING SERVICES JUNE 1996 PUBLISHED BY:

GUIDELINES FOR MUNICIPAL ENGINEERING SERVICES JUNE 1996 PUBLISHED BY: GUIDELINES FOR MUNICIPAL ENGINEERING SERVICES JUNE 1996 PUBLISHED BY: PROFESSIONAL ENGINEERS AND GEOSCIENTISTS NEWFOUNDLAND & LABRADOR (PEGNL) P.O. Box 21207, St. John's, NL A1A 5B2 Telephone: (709) 753-7714

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements RFP 2019-01 Reeta s Building Demolition City of Morgantown REQUEST FOR PROPOSALS Demolition Contractors INTRODUCTION A. Overview This Request for Proposals ( RFP ) is being issued by the City of Morgantown

More information

The University of Alabama General Requirements for Purchase Orders Involving Public Works

The University of Alabama General Requirements for Purchase Orders Involving Public Works The University of Alabama General Requirements for Purchase Orders Involving Public Works Revised January, 2011 The following items are to be included in the scope of each Purchase Order individually,

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

City of Dawson Creek Request for Proposals No

City of Dawson Creek Request for Proposals No City of Dawson Creek Request for Proposals No. 2011-29 SANITARY SEWER MASTER PLAN The City of Dawson Creek is requesting proposals for the creation of a Sanitary Sewer Master Plan. All contract documents

More information

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of: 02070 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 STIPULATIONS A. The specifications sections " General Conditions of the Construction Contract ", "Special Conditions", and "Division 1 - General Requirements"

More information

SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION Definitions... 1

SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION Definitions... 1 SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION... 1 1.1 Definitions... 1 2. PARTIES DESIGN AND CONSTRUCTION REPRESENTATIVES... 2 2.1 Appointment of Representatives...

More information

270 Prince Street, Suite 202 Montréal (Québec) H3C 2N3 Tel: (514) Fax: (514) NOTICE OF TENDER

270 Prince Street, Suite 202 Montréal (Québec) H3C 2N3 Tel: (514) Fax: (514) NOTICE OF TENDER G.C.C.E.E.I. est. 1974 Grand Council of the Crees (Eeyou/Eenou Istchee) Grand Conseil des Cris (Eeyou/Eenou Istchee) ᐄᓅ/ᐄᔨᔫ ᒋᔐᐅᒋᒫᐤ CREE NATION GOVERNMENT GOUVERNEMENT DE LA NATION CRIE Capital Works and

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 16, 2017 PROJECT Facilities Master Plan - Phase 1 Interior Renovations PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

More information

SCOPE OF WORK AND GENERAL INSTRUCTIONS

SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK SUMMARY FOR PROJECT CONSTRUCTION SERVICES Project: ECCC Space Optimization Project No.: GOC504787 Location: 401 Burrard Street, Vancouver The purpose

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

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services Appendix D University of Maine System Supplementary Requirements to AIA Document B201-2007 Standard Form of Architect s Services This document provides the Architect s scope of services only and must be

More information

AGREEMENT FOR ARCHITECTURAL SERVICES

AGREEMENT FOR ARCHITECTURAL SERVICES AGREEMENT FOR ARCHITECTURAL SERVICES This Agreement for ( Agreement ) is dated XX XX, 20XX for reference purposes only and is made by and between SANTA MONICA-MALIBU UNIFIED SCHOOL DISTRICT, a California

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: LOCATION OF WORK: ROOFING OF WASTE WATER TREATMENT PLANT 3240 Highway 1, Belliveau Cove, NS TENDER CLOSING DATE:

More information

THE CITY OF EDMONTON PROJECT AGREEMENT VALLEY LINE LRT STAGE 1. Schedule 11. Project Safety Requirements

THE CITY OF EDMONTON PROJECT AGREEMENT VALLEY LINE LRT STAGE 1. Schedule 11. Project Safety Requirements THE CITY OF EDMONTON PROJECT AGREEMENT VALLEY LINE LRT STAGE 1 Schedule 11 Project Safety Requirements VAN01: 3666008: v7 SCHEDULE 11 PROJECT SAFETY REQUIREMENTS TABLE OF CONTENTS 1. SAFETY... 1 1.1 Safety

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

INTERNATIONAL AIR TRANSPORT ASSOCIATION CARGO AGENCY AGREEMENT

INTERNATIONAL AIR TRANSPORT ASSOCIATION CARGO AGENCY AGREEMENT INTERNATIONAL AIR TRANSPORT ASSOCIATION IATA SERVICE CENTRE EUROPE TORRE EUROPA PASEO DE LA CASTELLANA 95 28046 MADRID SPAIN CARGO AGENCY AGREEMENT AN AGREEMENT made this....... BETWEEN each IATA Member

More information

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015 Town of Atkinson, New Hampshire INVITATION TO BID Town Garage Roof Replacement Issued: June 30, 2015 The Town of Atkinson invites qualified contractors to bid on the replacement of the roof of the Town

More information

OSNI PONCA OFFICE REMODEL

OSNI PONCA OFFICE REMODEL OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING

More information