STC Allied Health Center PN 16029

Size: px
Start display at page:

Download "STC Allied Health Center PN 16029"

Transcription

1 SECTION INVITATION TO BID THE PROJECT: YOU ARE HEREBY INVITED TO BID THE FOLLOWING PROJECT For the construction of PN STC Allied Health Center To be Located at One Technology Drive State Technical College of Missouri Linn, MO For The Board of Trustees State Technical College of Missouri Prepared by: Bates & Associates, Inc.; Architects 433 W. Walnut SPRINGFIELD, MISSOURI (417) Location: State Technical College of Missouri (Previously Linn State Technical College) is located approximately two miles east of the City of Linn, MO on State Highway 50. The Project Site is located on campus, east of the Vehicle and Power Center-East Parking Lot. It is north of the Campus Housing. Project Delivery Format: The Project is competitive bid; Design-Bid-Build method of Project Delivery. The Project Work: Site Development and Construction of a 21,000 s.f. single story, Allied Health Center, Building Use: The Allied Health Center consists of classrooms and laboratory facilities, storage, and common area student study spaces. There are faculty offices. Curriculum disciplines include: Nursing, Radiology, Physical Therapy, and Dental Programs. The Project Documents includes Additive Alternates. Exterior site preparation: Site work includes but is not limited to: earthwork and engineered fill, walks,, and limited landscaping and planting. There are requirements for extending site utilities to connect the building to one site locations. There is storm water management systems required. The existing parking lot will serve parking requirements for this project. Building systems and materials: Building shell elements: Steel structural framing to include joists and trusses, metal deck. There is cold form metal stud framing at perimeter walls. The foundation system includes concrete spread footings, foundations, and slabs on grade. There is CMU walls at two interior locations. The exterior wall envelope: includes zip-wall sheathing, a second moisture membrane, roof membrane sub flashing at parapets and special barriers defined in the materials section. Exterior wall systems cladding: include pre-finish metal panels on 8 CMF, brick veneering, and limited areas of Exterior Insulation and Finish Systems. INVITATION TO BID

2 Interior partitions are metal stud/gypsum board partitions and gypsum board furring on CMU walls. There is lead lining required at limited locations in the Radiology Area. Perimeter wall Insulation is batt insulation with an alternate option for foam insulation. Roofing: Roof framing is metal roof decking on bar joists or steel purlins. There is a limited amount of composite concrete deck. Roofing is TPO on rigid insulation. Interior roof drains are directed to underground drainage. There are walk pads, roof hatch with ladder, and a mechanical screen presented as an additive alternate. There is prefinished metal copings and flashing. Openings: Aluminum framing includes thermally broken Aluminum Storefront systems. There are aluminum window systems. Non entrance doors are insulated metal doors in hollow metal frames. Interior doors are solid core hard wood with transparent stain finish. Most door are in Hollow metal frames. Finishes: Interior walls are painted gypsum board with vinyl base. Flooring finishes include carpet, stain and sealed polished concrete with tile base at the main entrance area, or sealed concrete. Ceilings are suspended acoustical tile. Bathrooms have porcelain tile wet walls and epoxy painted gypsum board at other walls.there is an Add Alternate to upgrade interior finishes. Millwork, FF&E: There is laminated plastic clad cabinet work. There are specialty items required and scheduled. There are requirements for new and/or relocated equipment and furnishings provided and installed others. Engineering Systems shall include but is not limited to: Fire sprinkler system: 1. Complete, automatic fire sprinkler system for protection of all areas of project. 2. Fire sprinkler water service located at mechanical room near northeast corner of building. Refer to civil drawings for service to building. 3. All fire sprinkler calculations, engineering, design, etc. shall be provided by contractor. Plumbing systems: 1. Low-flow, sensor-operated fixtures. 2. Domestic water service located at mechanical room near northeast corner of building. 3. Domestic water heater located at mechanical room near northeast corner of building. 4. Standard installation methods for waste/vent and domestic water supply piping. 5. Dental equipment plumbing provisions and special connections. 6. Refer to civil drawings for sanitary sewer, domestic water, and storm sewer services to building. 7. Primary and secondary roof drains with internal roof drainage piping. 8. Roof drainage specified at pavilion/canopy shall be provided under add alternate bid. HVAC systems: 1. Variable refrigerant flow (VRF) systems with indoor fan coil units and roof-mounted heat recovery units. 2. Roof-mounted dedicated outside air unit with energy recovery. 3. Network based building management system. Electrical systems: 1. Service equipment located at electrical room at northeast corner of building served by utility transformer at exterior. 2. Branch electrical panelboards located at main electrical room and a single branch electrical room. 3. LED lighting fixtures with occupancy based controls in most areas. 4. Lighting specified at pavilion/canopy shall be provided under add alternate bid. 5. Standard general purpose power and special equipment power. 6. Manual type fire alarm system with voice annunciation. 7. Rough-in for low-voltage special systems including cable tray for primary routing paths. 8. Telecommunications devices and structured cabling. INVITATION TO BID

3 BID PERIOD: All Bidding will be from Feb 14, 2017 through March 22, PRE-BID CONFERENCE: A pre-bid conference will be held on Wed. March 8, The conference is to be held in the Board of Trustees Meeting Room located in the Nilges Building on the STC campus. BIDDING: The sealed bids for PN STC Allied Health Center Dated , shall be received by Don Lloyd; Director of Facilities. Submit bids to the following location: Attention Don Lloyd; Board of Trustees Meeting Room located on the first floor of the Nilges Technical Center, State Technical College of MO, One Technology Dr., Linn, MO. Submit bids no later than 10:00 a.m. CDT, March 22, Bids will be publicly read aloud. No bids may be withdrawn for a period of (30) thirty days subsequent to the specified time for receipt of bids. Locations where plans are available: **Engineer Reprographics; Springfield, MO ( or erdigital@erdigital.com A refundable deposit of $ is required for each set of documents. An additional fee for the cost of FedEx, UPS, or other shipping will be added to the deposit. That fee is nonrefundable. Any questions related to Bid Document procurement or clarifications are to be directed to the Architect. RETAINAGE: The Owner shall retain an amount of 5% the cost of construction throughout the Construction Period. PERFORMANCE AND PAYMENT BOND: A Performance and Payment Bond is required of the successful bidder in the amount of 100% of the Contract. BID BOND REQUIRED: A Bid Bond in the Amount of 5% of the Bid Amount shall be submitted with the Bid. LIQUIDATED DAMAGES: Liquidated damages in the amount of $ per calendar day may be assessed every day after the scheduled Day for Final Completion. CONSTRUCTION SCHEDULE: (395) Three Hundred Ninety-Five Days have been allotted for the Construction Period. (365) days for achieving Substantial Completion plus (30) days for Final Completion. INVITATION TO BID

4 Documents are available for review at Plan Rooms: Associated General Contractors of St. Louis MO 6330 Knox Industrial DR #200 St. Louis, MO PH Associated General Contractor of Jefferson City, MO 1221 Jefferson St. Jefferson City, MO PH Builders Association of MO 1907 Pennsylvania Drive Columbia, MO PH Builders Association of Missouri 521 S Ingram Road Springfield, MO PH McGraw Hill Construction Dodge 5700 Broadmoor St. Mission KS END OF SECTION INVITATION TO BID

5 SECTION INSTRUCTIONS TO BIDDERS 1. THE WORK Bates & Associates Architects PN Allied Health Center; Dated ; Contract Documents identify the work required, upon the conditions set forth in the Advertisement for Bidders, in the Documents, and herein. The Work includes Base Bid and Additive Alternates approved by the Owner. 2. SECURING DOCUMENTS Copies of the proposed Contract Documents may be obtained from: Engineers Reprographics 1600 E. St. Louis Street Springfield, MO Ph. (417) Fax (417) erdigital@erdigital.com 3. INTERPRETATION OF CONTRACT DOCUMENTS A. If any person contemplating submitting a bid for construction of the Work is in doubt as to the true meaning of any part of the proposed Contract Documents, or finds discrepancies in, or omissions from any part of the proposed Contract Documents, he shall submit to the Architect a request for interpretation thereof not later than Three (3) days before bids will be opened. The person submitting the request shall be responsible for its prompt delivery. B. Interpretation or correction of proposed Contract Documents will be made only by Addendum and will be ed to the Architect. Distribution of Addenda will be through the Architect. The Owner will not be responsible for any other explanations or interpretations of the proposed Contract Documents. Bidders shall not assume that a discrepancy or conflict thereby voids or omits any item entirely from the contract. C. Discrepancies, conflicts, ambiguities, and errors, or issues which may have more than one interpretation, should initially be submitted to the Architect for interpretation. In absence of an interpretation issued by addendum, the default position shall be for the bidder to bid the more restrictive and/or costlier interpretation which gives the owner the option of either. Items in the drawings that are not specifically called out in the drawings but can be reasonably inferred to be a part of the project will be considered a part of the Work. 4. SUBSTITUTIONS A. Specific materials and manufactures for all disciplines have been specifically selected to meet requirements and substitutions will meet all requirements to be considered acceptable. Substitution requests provided in accordance with section will be reviewed on this basis and any products not approved in the bidding process as described herein will not be accepted during the execution of the Work and it will be the responsibility of the Subcontractor requesting substitution to provide the specified or approved product. Substitution requests that are not approved by addenda during the bidding process are considered rejected. 5. ADDENDA A. Addenda will be distributed systematically during the bidding process. Clarifications, interpretations, and substitution request approvals will be contained in the addenda. INSTRUCTIONS TO BIDDERS

6 6. EXAMINATION OF DOCUMENTS AND SITE OF WORK A. Before submitting a bid, each bidder shall examine the Drawings carefully, shall read the Specifications and all other proposed Contract Documents, and shall visit the site of the Work. Each bidder shall fully inform himself prior to bidding as to the existing conditions and limitations under which the Work is to be performed. Bidders shall review all documents made available to him by the owner, and shall include in his bid a sum to cover the cost of items necessary to perform the Work to a completed and operational condition and as set forth in the proposed Contract Documents. No allowance will be made to a bidder because of lack of such examination or knowledge that is determined by the architect that could have been reasonably inferred by inspection. The submission of a bid will be considered as conclusive evidence that the bidder has made such examination. 7. PREPARATION OF BIDS A. In order to receive consideration, make bids in accordance with the following. B. Make bids upon the form provided (Section Bid Form), properly signed and with all items filled out. Do not change the wording of the bid form, and do not add words to the bid form. Unauthorized conditions, limitations, or provisions attached to the bid may be cause for rejection of the bid. If alterations by erasure or interlineations are made for any reason, explain over such erasure or interlineations with a signed statement from the bidder. Clarify conditions and limitation issues by the addenda process. C. No telegraphic or facsimile bid, or modification of a bid will be considered. No bids received after the time fixed for receiving them will be considered. Late bids will be returned to the bidder unopened. D. Address bids to and deliver to the address as given, on or before the day and hour set for opening the bids. Enclose each bid in a sealed envelope bearing the title of the Work, the name of the bidder, and the date and hour of the bid opening. Submit only the original signed copy of the bid. It is the sole responsibility of the bidder to see that the bid is received on time. E. All proposals must be properly signed and submitted as set forth in the Notice to Bidders. Each Bidder shall specify in his proposal, in figures, the lump sum price or the unit price for each of the separate items listed in the proposal. The proposal shall not contain interlineations, alterations, or erasures except as noted in Paragraph below. The Bidder shall show the products of the respective unit prices and quantities in the amount column provided for that purpose. These extensions shall be totaled and in case of errors or discrepancies in extensions, the unit prices shall govern. All entries on the proposal form shall be in ink or typed. All errors in extensions or totals will be corrected by the Owner and such corrected extensions and totals will be used in comparing bids. F. A Bidder may alter or correct a unit price, lump sum bid, or extension entered on the proposal form by crossing out the figure with ink and entering a new unit price, lump sum bid, or extension above or below in ink, and initialing the alteration or correction. The author modifying the bid shall initial the change. If an alteration or correction of a unit price or lump sum bid is not initialed, the original unit price or lump sum bid will be assumed to be correct. All corrections must be made before any bids have been opened. G. No Bidder shall stipulate in his proposal any conditions not contained in the specifications or standard proposal form contained in the contract documents. H. Bids are to be presented in sealed envelope on the bid date and bid time and delivered to the place specified in the Advertisement for Bids or announced under separate cover. Bidders shall be responsible for actual delivery of proposals during business hours, and it shall not be sufficient to show that a proposal was dispatched in time to be received before scheduled closing time for receipt of bid. 8. SUBMISSION OF BIDS A.. The bids for the Allied Health Center, Architects Project No shall be received by Don Lloyd, Dean of Information Technology and Director of Facilities. INSTRUCTIONS TO BIDDERS

7 B. The bid shall be submitted no later than 10:00 a.m. CDT, March 22, At the location of the State Technical College of Missouri Board of Regents Meeting Room, 1 st Floor of the Nilges Technical Center, One Technology Drive, Linn, Missouri The Bid Form, all bid submittal requirements must all be received as described herein and in the Instruction to Bidders to be considered a Complete Bid Proposal. 9. WITHDRAWAL OF BIDS A. A bidder may withdraw his bid, either personally or by written request, at any time prior to the scheduled time for opening bids. B. No bidder may withdraw his bid for a period of Thirty calendar days after the date set for opening thereof, and bids shall be subject to acceptance by the Owner during this period. 10. AWARD OR REJECTION OF BIDS A. General: The Contract, if awarded, will be awarded to the lowest and best responsible qualified bidder complying with the terms set forth herein, in the interest of the Owner, subject to the Owner's right to reject any or all bids and to waive informality and irregularity in the bids and in the bidding. The Contract Sum may be determined by the sum of the base bid, and/or the sum of any or all bid alternates, in any order, which the Owner may chose to add or delete from the base bid. B. Conditions of Award: Award of Contract will be based on the following factors in combination and in no particular order: 1. PROPOSED CONTRACT AMOUNT: Award will be based upon the best value of sum of base bid and any or all bid alternates the Owner may wish to accept. The Owner may accept Bid Alternates in any order and combination. 2. BIDDERS QUALIFICATIONS: Award of Contract will be made to a bidder who is experienced and qualified in similar size and types of projects, with a history of successful projects completed on time and with supportive references. The goal of this section is to maximize likelihood of project success and minimize risk to the owner: 3. BEST BID EVALUATION: includes a subjective evaluation, by the owner, based on lowest apparent bid and: 1. Compliance with bid requirements. 2. Schedule: The proposed days to complete the project. 3. Financial history of the bidder, and his ability to remain financially strong during the construction and warranty period. 4.A bidder who is unable to demonstrate ability, and/or history to schedule, manage, and complete the project through cooperative, systematic process, according to the Contract, may be disqualified and have their bid rejected. 5. Performance history of the Contractor. 6. Performance history of the Contractor s Project Manager and Superintendent. 11. EXECUTION OF AGREEMENT A. The form of agreement between the Owner and Contractor shall be the AIA Document A101-Latest ED. B. The bidder to whom the Contract is awarded shall, within seven calendar days after notice of award and receipt of Agreement forms from the Owner, sign and deliver required copies to the Owner. The signed contract by the Owner shall serve as a Notice to Proceed to the Contractor. The date of the Agreement signed by the Contractor starts the clock on the Construction Time and Schedule. C. At or prior to delivery of the signed Agreement, the bidder to whom the Contract is awarded shall submit to the Owner Certificates of Insurance required by the Contract Documents and as are required by the Owner. D. Certificates of Insurance shall be approved by the Owner before the successful bidder may proceed with the Work. Failure to provide Certificates of Insurance in a form satisfactory to the Owner shall subject the successful bidder to loss of time from the allowable construction period equal to the time INSTRUCTIONS TO BIDDERS

8 of delay in furnishing the required material. Refusal of successful bidder to provide certificates of insurance that is satisfactory to the Owner shall be cause for disqualification of this bid. 12. CONSTRUCTION TIME AND LIQUIDATED DAMAGES The Owner requires The Contractor schedule and coordinate all work and cooperate with the Owner s staff and separate contractors regarding their work within the designated bid period. The schedule shall include partial occupancy for purposes of installing furniture and equipment, IT connections and finish, and prepping of spaces for full occupancy. A. Commencement: It is expected that a Contract will be awarded and signed within (10) days of bid open opening, but no later than (30) thirty days, and that the Work shall commence immediately after the Notice to Proceed. B. Liquidated damages and Schedule: Liquidated Damages will be in effect for this project and is specifically clarified herein: a. 395 calendar days have been allotted for this project schedule. b. The project begins when the Owner/Contractor Agreement is signed. c. Substantial Completion is to be achieved 365 days after the project commences. d. Final Completion: The project is required to be complete thirty (30) days after Substantial Completion. Final Completion Document is the Architect s Certification of the Final Pay App. That is 395 Days. e. Liquidated Damages become applicable on the396 day after the O/C Agreement is signed. f. Liquidated Damages will accumulate at the rate of $1, per day and will progress by calendar days until Final Completion is achieved. C. Weather Days: The Contractor agrees to comply with The Project Schedule which he has prepared. Schedule compliance is a condition of the bid. By submitting the bid, the Bidder agrees the days to complete the project includes allowance for inclement weather, see Supplemental Conditions, and as stipulated in the bid form. No extension to the schedule will be allowed due to weather or labor relations issues unless the owner and architect determine there are extreme and unusual conditions and are exceptions to common industry tolerances and the item is identified as a Critical task in the schedule. (Determining Common Industry Tolerance and Extreme exception is a subjective judgment made by the Architect.) D. Value Engineering: The Owner and Architect have worked to align the Scope of the Work with the Base Bid. There are Additive Alternates which add quality to the Project if the budgeting is satisfied. Should the bids not be within guidelines, the Owner reserves the right to negotiate the Scope of Work requirements with the Low Bidder to get the project within budget. If that negotiation is unsuccessful, the Owner reserves the right to negotiate with the second low bidder. 13. GEOTECHNICAL REPORT AND CONSTRUCTION TESTING A. A geotechnical report is included as a part of this project (See sections , , and ). Requirements of that report interpreted by the Architect to be a part of the Work. Refer conflicting requirements of that report and Section Earthwork, to the Architect for Clarification. B. The Owner will employ a Gredell Engineering Resources, Inc. to Observe, test, and evaluate soil conditions for suitability during construction. C. 14. MATERIALS AVAILABILITY A. P Contractor shall confirm through each sub-contractor and material suppliers that all major materials, suppliers and subcontractors, which may impact the Construction Schedule (Project Schedule), are able to be delivered and/or provided such that the project schedule. The Contractor shall immediately notify the Architect of any such conflicts and adversities, prior to Bidding. END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS

9 SECTION PREBID MEETINGS 1.1 PREBID MEETING A. The Architect, Owner, and potential bidders will attend a Pre-bid meeting. The time for that meeting is designated in the Invitation to Bid. B. The Pre-bid meeting is administered by the Architect with the assistance of the Owner. C. Attendance: 1. Subcontractors and material suppliers: Attendance at Pre-bid meeting is recommended for Bidders. It is important information and data developed during meeting is extended to all parties to the Bid. D.. Agenda: The Pre-bid Meeting Agenda will typically include review of topics that may affect proper preparation and submittal of bids, including the following: 2. Procurement and Contracting Requirement highlights: a. Advertisement for Bids. b. Instructions to Bidders. c. Bid Form and Attachments. d. Bid Submittal Requirements. 3. Communication during Bidding Period: a. Obtaining documents. b. Bidder's Requests for Information. c. Bidder's Substitution Request/Prior Approval Request. d. Addenda. 4. Contracting Requirements: a. Agreement and conditions to the agreement as Attachments. b. The General Conditions. c. The Supplementary Conditions. d. Other Owner requirements. e. Brief review of Geotechnical Report f. Use of Submittal Exchange as the project communications platform. 5. Construction Documents: a. Scopes of Work. b. Temporary Facilities. c. Use of Site. d. Work Restrictions. e. Parking, staging, and entrances f. Material storage areas g. Alternates, Allowances, and Unit Prices. h. Substitutions and Material Selection i. Security and Safety requirements of the Owner. 6. Separate Contracts: a. Work of Owner and Other Contracts. 7. Schedule: a. Project Schedule. b. Contract Time. c. Liquidated Damages. d. Other Bidder Questions. PREBID MEETINGS

10 8. Site/facility visit or walkthrough. D. Minutes: The Architect will record and distribute Pre Constriction Meeting Minutes which are issued for information only. The Architect will issue changes or clarifications required of the Work resulting from discussion and outcome of the pre-bid meeting. Minutes are issued as Available Information and do not constitute a modification to the Procurement and Contracting Documents. Modifications to the Procurement and Contracting Documents are issued by written Addendum only. END OF DOCUMENT PREBID MEETINGS

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,

More information

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

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

More information

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

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

Schedule of Values Cruise Terminal 2 Expansion

Schedule of Values Cruise Terminal 2 Expansion Schedule of Values The Schedule of Values outlined below is intended to reflect the standard format that would be used in a Contractors Application for Payment. Values reflect materials and labor. General

More information

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

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

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

ADVERTISEMENT FOR BIDS

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

More information

Application for Commercial Plan Review and Building Permit. Address:

Application for Commercial Plan Review and Building Permit. Address: City of Warrenton 200 West Booneslick Warrenton, MO 63383 : 636-456-3535 Fax: 636-456-1336 www. war r ent o n- mo.org Application for Commercial Plan Review and Building Permit PERMIT# Purpose: Commercial

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

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

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

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

More information

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

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH ADDENDUM NO. 1 TO CONTRACT DOCUMENTS DATED FEBRUARY 12, 2015 FOR ADDITION TO ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH Located at 8910 Gap Newport Pike Avondale, PA 19311 ARCHITECT 270 South Main Street,

More information

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

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

More information

Project #1139 Budget #82. $ Budgeted $ Billed to Date $ Paid to Date $ Due 210, , , ,158.50

Project #1139 Budget #82. $ Budgeted $ Billed to Date $ Paid to Date $ Due 210, , , ,158.50 Project #1139 Budget #82 $ Budgeted $ Billed to Date $ Paid to Date $ Due 210,087.68 120,979.20 120,979.20 77,158.50 Deposit Paid Deposit Due Phase I: Project Programming and Research $ Budgeted $ Billed

More information

Midwester State University Health Science Center

Midwester State University Health Science Center Bid Proposal For: Bid Due: Bids Received At: Email Bid to: Midwester State University Health Science Center 8-Aug-17 Midwestern State University Attn: Steven Shelley - Director of Purchasing/Contract Management

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

JEFFERSON PARISH SHERIF S OFFICE

JEFFERSON PARISH SHERIF S OFFICE ADDENDUM NO. 1 TO THE BID DOCUMENTS FOR: NEW JEFFERSON PARISH SHERIFF S OFFICE 1 ST DISTRICT STATION 3620 HESSMERAVENUE METAIRIE, LOUISIANA 70002 JEFFERSON PARISH SHERIF S OFFICE Jefferson Parish Bid No.:

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

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

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

More information

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

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

(Project Location) (your firm's name)

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

More information

Document B252TM 2007

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

More information

EXAM GUIDE. & Services. Overview a Knowledge / Skills 1. Sample Multiple-Choice Questions 4 Sample Multiple-Choice Answers 15

EXAM GUIDE. & Services. Overview a Knowledge / Skills 1. Sample Multiple-Choice Questions 4 Sample Multiple-Choice Answers 15 RE Construction EXAM GUIDE Documents & a Knowledge / 1 4 Choice Answers 15 16 Sample Passing Solution 18 Sample Failing Solution 19 20 Copyright 2013 This document, effective July 2013, supersedes all

More information

2010 National Building Code Adoption and Associated Process Changes

2010 National Building Code Adoption and Associated Process Changes Building Inspection City of Moncton 655 Main Street Moncton, NB E1C 1E8 Phone: (506) 856-4375 Fax: (506) 856-4348 Bulletin No. 14 From: Randy Richard Date: February 9, 2015 Subject: 2010 National Building

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

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

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

More information

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

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

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More 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

Commercial Remodel Permit

Commercial Remodel Permit Commercial Remodel Permit Zoning requirements Staff recommends always verifying the zoning requirements for your project before deciding to build. Warrensburg has eleven separate zoning districts, each

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

BUILDING PERMIT APPLICATION

BUILDING PERMIT APPLICATION Permit Application # Building Permit # Building Project Type: A. Project Information Lot: Plan: District Lot: Legal: PID: Site Address: Project Square Area (Ft 2 or M 2 ) Project Construction Value $ B.

More information

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

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

More information

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

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

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

More information

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

DOCUMENT BID FORM - STIPULATED SUM

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

More information

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

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

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

More information

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

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

More information

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

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

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More 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

THE CONSTRUCTION SUPERVISOR

THE CONSTRUCTION SUPERVISOR City of Aurora Building Inspections 15151 E Alameda Pkwy Aurora, CO 80012 (303) 739-7420 THE CONSTRUCTION SUPERVISOR When a building permit has been issued for any construction within the City, the Supervisor

More information

Renovations to The Hill at Whitemarsh New Pharmacy, Medical Suite, Health Center

Renovations to The Hill at Whitemarsh New Pharmacy, Medical Suite, Health Center Renovations to The Hill at Whitemarsh New Pharmacy, Medical Suite, Health Center The Hill at Whitemarsh Lafayette Hill, PA June 23, 2014 Project Number: 2345.00 Specifications Volume One of One ISSUED

More information

ADDENDUM #4 `` Alabama Department of Transportation - Office Addition & New Project Shop Greensboro & Carrollton, AL ABC No.

ADDENDUM #4 `` Alabama Department of Transportation - Office Addition & New Project Shop Greensboro & Carrollton, AL ABC No. PROJECT NO. 11-050.00 ALDOT 5 th Div. Office Addition & New Project Shop ADDENDUM #4 `` Alabama Department of Transportation - Office Addition & New Project Shop Greensboro & Carrollton, AL ABC No. 2013086

More information

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809 Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 PRA Project No. 00-0 SWTC Project No. -0 July 0 00-0 TITLE PAGE 00

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

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

More information

A , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

A , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum A101 2007, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AIA Document A101 2007 is a standard form of agreement between owner and contractor for

More information

A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI

A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI Project Manual and Specifications for A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI November 12, 2015 MO CA #000531 Corner Greer & Associates, Inc. Architects 716 S. Main Street

More information

SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB

SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB SPECIFICATIONS For Brisbin Family Chiropractic 150 Chippewa Road Sherwood Park AB AS PREPARED BY May 15, 2017 TABLE OF CONTENTS Invitation to Provide Pricing Instruction to Bidders Bid Form List of Subcontractors

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

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

Schedule T5. Tender Documents. This tender is for: Tender Documents: The documents issued for this tender include the following: Tender Schedules

Schedule T5. Tender Documents. This tender is for: Tender Documents: The documents issued for this tender include the following: Tender Schedules Schedule T Tender Documents T This tender is for: Contract: Location: Tender Documents: Norrie Home 56 Hardinge Road The documents issued for this tender include the following: Tender Schedules Schedule

More information

HOUSE REPAIRS & RENOVATIONS BUILDING PERMIT REQUIREMENTS

HOUSE REPAIRS & RENOVATIONS BUILDING PERMIT REQUIREMENTS St. Louis County Department of Public Works Division of Code Enforcement HOUSE REPAIRS & RENOVATIONS BUILDING PERMIT REQUIREMENTS This guide is intended to provide the homeowner or contractor with the

More information

Florida Army National Guard Construction Facilities Management Office. Scope of Work:

Florida Army National Guard Construction Facilities Management Office. Scope of Work: Florida Army National Guard Construction Facilities Management Office Florida Armory Revitalization Program (FARP) Design Guidelines October 2008 Scope of Work: To provide complete design for the renovation/alterations

More information

Request For Proposal (RFP) For Architectural/Design Services. Ski Hi Park Multi-Purpose Building

Request For Proposal (RFP) For Architectural/Design Services. Ski Hi Park Multi-Purpose Building Request For Proposal (RFP) For Architectural/Design Services Ski Hi Park Multi-Purpose Building REQUEST FOR PROPOSALS The Ski Hi Multi-Purpose Improvement Committee (Committee), a sub-committee of the

More 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

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003 University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003 May 16, 2016 Addendum #1 Contract Number: UMA16-25 Project Number: 1000730 Speedtype: 157194 Title:

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

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

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

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS Mr. & Mrs. FL Schlagle Library Improvements Kansas City Kansas Public Schools USD 500 IFB 16-043 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for

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

PROJECT MANUAL. New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon. Set No. 01. For the Construction of: October 2017

PROJECT MANUAL. New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon. Set No. 01. For the Construction of: October 2017 PROJECT MANUAL For the Construction of: New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon October 2017 Set No. 01 990 John Adams Parkway, P.O. Box 2212, Idaho Falls, Idaho 83403-2212

More information

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

Addendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by: Addendum Number 1 Colcock Hall Windows Owner Project Number: 50059 Prepared by: ADC Engineering, Inc. 1226 Yeamans Hall Road Hanahan, South Carolina 29410 To Bidders: This Addendum forms a part of the

More information

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

STATE PROJECT NUMBER TZ MnDOT

STATE PROJECT NUMBER TZ MnDOT 1.1 NOTICE TO RESPONDERS ADDENDUM NUMBER SIX DATED 24 October 2014 MnDOT LITTLE FALLS TRUCK STATION 15038 Pine Avenue, Little Falls MN 56345 STATE PROJECT NUMBER TZ 90468 WIDSETH SMITH NOLTING 610 Fillmore

More information

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED. Beaverton School District Capital Program Purchasing 16550 SW Merlo Road, Beaverton, OR 97006 Phone: 503-591-4539 SOLICITATION ADDENDUM NO. 1 RFP 15-0013 THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

Sewer, Water, Gas, Electric and Cable

Sewer, Water, Gas, Electric and Cable Richardson Commercial, LLC Realtors 52 State Highway #33 Hamilton, NJ 08619-2583 Phone: (609) 586-1000 Fax: (609) 586-8732 www.richardsoncommercial.com SUBJECT: LOCATION: SITE: UTILITIES: ZONING: TAXES:

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

SPECIFICATIONS AND PROJECT MANUAL

SPECIFICATIONS AND PROJECT MANUAL SPECIFICATIONS AND PROJECT MANUAL ITB#: 2016-015-FAC PROJECT#: 083050-15-001 (Bid Opening Date: 5/2/2016 Time: 2pm ) FURNISHING OF ALL LABOR AND MATERIALS FOR THE COLINAS DEL NORTE ELEMENTARY SCHOOL MECHANICAL

More information

Request for Quotation: S&E Door replacement

Request for Quotation: S&E Door replacement Request for Quotation: S&E Door replacement March 2, 206 Belmont College 68094 Hammond Road St. Clairsville, OH 43950 TABLE OF CONTENTS Overview...3. General Description...4 2. Installation Schedule...4

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

REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014

REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014 REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014 Cortex Innovation Community requests qualifications from qualified firms and a fee proposal from such firms for the services

More information

1 BASE HOME CONSTRUCTION SPECIFICATIONS: TOWNHOMES 5-13-2015 Note: Specifications noted below may change based on selected options. Verify upgrades from the base specifications with the option sheets and

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

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

More information

Selection of Contractor Step 5. June 2013

Selection of Contractor Step 5. June 2013 Selection of Contractor Step 5 June 2013 Project Management Concept Step 1: Needs Development Step 2: Scope Development Step 3: Procurement of Design Team Step 4: Design Step 5: Bid/Procurement of Contractor

More 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

Construction Document Specifications. SMC Niles Phase V Southwestern Michigan College Niles, Michigan

Construction Document Specifications. SMC Niles Phase V Southwestern Michigan College Niles, Michigan Construction Document Specifications November 27, 2017 SMC Niles Phase V Southwestern Michigan College Niles, Michigan Prepared by: ABONMARCHE 95 W. Main St. Benton Harbor, MI 49022 269.927.2295 ACI Project

More information

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 RE: Putnam County Emergency Services Disaster Response and Logistical Storage 410 S. State Road 19 Palatka, Florida Architect s Project No. 1132 FROM:

More information

PERMIT APPLICATION REQUIREMENTS INTERIOR RENOVATIONS/BUILD OUTS CODES USED: ADOPTED FLORIDA BUILDING CODE & NEC

PERMIT APPLICATION REQUIREMENTS INTERIOR RENOVATIONS/BUILD OUTS CODES USED: ADOPTED FLORIDA BUILDING CODE & NEC PERMIT APPLICATION REQUIREMENTS MANDATORY DOCUMENTS: INTERIOR RENOVATIONS/BUILD OUTS CODES USED: ADOPTED FLORIDA BUILDING CODE & NEC 1. COMPLETED INTERIOR RENOVATIONS/BUILDOUT PERMIT APPLICATION PACKET.

More information

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents.

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents. Project Manual Arriba Flagler Consolidated School District 20 Flagler School MEP Renovations 100% Construction Documents Prepared By: Leffingwell Consulting Engineers, Inc. 1315 North El Paso Street Colorado

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

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

600 - Phase C Intermediate Review Checklist for the Architect- Engineer

600 - Phase C Intermediate Review Checklist for the Architect- Engineer 600 Phase C Intermediate Review Checklist for the Architect Engineer This checklist is to be used by the ArchitectEngineer during Phase C of the Project and shall be included in the Intermediate Review

More information

RESIDENTIAL BUILDING PLAN REQUIREMENTS

RESIDENTIAL BUILDING PLAN REQUIREMENTS CITY OF MANSFIELD BUREAU OF BUILDING AND CODES 30 NORTH DIAMOND STREET 3RD FLOOR MANSFIELD, OHIO 44902 Phone (419) 755-9688 Fax (419) 755-9453 www.ci.mansfield.oh.us RESIDENTIAL BUILDING PLAN REQUIREMENTS

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

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 8113.53 - SUSTAINABLE DESIGN REQUIREMENTS - GREEN GLOBES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions

More information

Webinar Project Close Out. December 14, 2017 / 10:00 - Noon

Webinar Project Close Out. December 14, 2017 / 10:00 - Noon Welcome to Project Close Out We will begin shortly. (for higher quality, dial a number based on your current location) To listen to this webinar: 1.669.900.6833 or + 1.408.638.0968 Access Code: 393.375.631

More information