Bid Package #:

Size: px
Start display at page:

Download "Bid Package #: 2014-01-17"

Transcription

1 Bid Solicitation Bid Package #: o HVAC o Plumbing

2 TABLE OF CONTENTS DESCRIPTION PAGES SECTION 1: BID CRITERIA...2 Subsection I General Bid Criteria 2 Subsection II General Scope Criteria 3 Subsection III Furnish & Install HVAC & Plumbing 4 SECTION 2: SCHEDULE FOR BID PACKAGE...6 SECTION 3: BID FORM... 7 SECTION 4: SCOPE OF WORK CONTRACT REFERENCE DOCUMENTS...13 SECTION 5: ADDITIONAL REQUIRED DOCUMENTS..14

3 SECTION 1: BID CRITERIA WAYSIDE FACILITIES HVAC AND PLUMBING I. General Bid Criteria A. Bid Requirements 1. No Prequalification Required Before Bid 2. No Pre-Bid Conference 3. No Bid Bond Required 4. Bidder shall provide proposals for each package separately. Bidder may provide proposal for one, any combination, or all Bid Packages. Proposals for all packages shall include detailed schedule of values listing including quantities, unit price, and total price per item. (For example Stainless Steel Guardrail would include lineal footage, price per foot, total tonnage, add/deduct, and total price for the item.) 5. PRICES WILL BE ACCEPTED FOR PARTIAL AREAS AND SCOPE WITHIN THE SKILL SET OF THE BIDDER. Clear qualifications will be expected. 6. Bids should note which items are furnished and installed and which items, if any, are furnish only. 7. All Bids on one station and/or select scopes will be considered. 8. Payment & Performance Bond required; (SSH pays first 1% of bond cost) 9. California Contractor s license required prior to bid for Bids involving field services 10. No Escrow of Bid Documents 11. Your bid prices include all necessary taxes 12. Interested Bidders must obtain bidding materials that include: a. this Bid Solicitation b. Plans and Specifications c. Other information necessary to submit a comprehensive Bid d. Bid documents can be found at the following location: Packages/ HVAC B. Disadvantaged Business Enterprise (DBE) PARTICIPATION ENCOURAGED 1. This project has over $140 million in DBE participation expected so all bids that include material DBE participation are valued highly. DBE and other small business enterprises (SBEs), as defined in Title 49 CFR, Part 26 are encouraged to participate in the performance of agreements financed in whole or in part with Federal funds. The Contractor and sub bidders shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT assisted agreements. Failure by the Contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of the Agreement or such other remedy as VTA, a recipient of federal funds, deems appropriate. 2

4 2. This procurement will be awarded on a best value basis with key factors including but not limited to price, schedule, DBE participation commitment, inclusions/exclusions, and related work history of subcontractor. 3. Please inform Skanska-Shimmick-Herzog JV (SSH JV) if your firm is a CA certified DBE and be prepared to submit a copy of the DBE certificate. 4. Liquidated Damages of 7.77% of DBE shortfall between bid and actual participation will be incurred as that is the same rate as the liquidated damages will be charged to the joint venture for DBE shortfalls. C. Conditions 1. Please expect each worker to invest one day for safety training, drug testing, environmental awareness training, and any other required new hire activity. Training and drug testing shall be provided by the Contractor. 2. The bidder must only use equipment that meets US EPA emission standards Tier 3 or higher for all non-road diesel engines unless exception is approved by the Contractor. 3. All permanent materials made of iron or steel and all manufactured products must be produced in the United States as per Buy America provisions. 4. The Bidder / suppliers will be required to report sustainability information for all materials purchased for the project. Subcontractor/ supplier will be provided the excel spreadsheet template the Contractor is using for reporting and the process will be explained during preconstruction orientation. 5. Bidder shall include all disposal of debris produced by this scope of work. II. General Scope Criteria A. Requirements & Conditions 1. The BIDDER shall as required, furnish all permits, labor, materials, tools, engineering, submittals, coordination, supervision, scheduling, unloading, staging, rigging, scaffolding, equipment, hoisting, and taxes for the Scopes of Work in conformance with, but not limited to the Plans, Specifications, and Contract Documents for Skanska-Shimmick-Herzog, Joint Venture (SSHJV). 2. Bidder shall provide all Local and Federal TAXES to complete the scope of work as stated herein. 3. Bidder is responsible to adequately provide its means and methods, fabrication and installation solutions and submit for review and approval by Contractor and Owner. 4. The Bidder shall include multiple mobilizations as required for each. 5. Bidder shall contribute to the input and planning with the Project Team for site logistics and accesses. 6. As required, the Bidder shall attend meetings and coordinate with the CONTRACTOR, its Consultants and Subcontractors. 7. Bidder shall provide written warranties and guarantees in accordance with the Contract Documents from the date of Final Acceptance from the Owner. 8. Bidder shall provide and perform all closeout activities including, but not limited to, record documents, as-built drawings, submittals, operations and maintenance manuals, Owner Training Records, test reports, extra stock material turnover, punch list completion, and warranty and guarantee documents. 9. Bidder shall include any required labor and material escalation costs for the duration of the project. 3

5 10. Bidder shall include any fire stopping, safing, and sealants, including fire sealants required in the performance of the Scopes of Work herein. 11. Bidder shall include any required and necessary labeling and identification. 12. Bidder shall furnish and install any required sleeves, cans, penetrations, or block-outs through slabs, walls, and metal decking as required. 13. The Bidder shall provide water proofing around each metal deck penetration. 14. The Bidder shall tie in modular 15. Bidder shall include any required hangers, supports, including secondary structural supports, vibration control, bracing, including seismic bracing as required in the performance of its work. 16. Bidder shall include any cutting, coring, and patching as required. 17. Bidder shall include all costs associated with mobilization and demobilization activities to the work sites. 18. As required, the Bidder is responsible to obtain all permits and licenses, and pay all fees as required in the direct performance of its work. 19. Bidder shall provide all necessary support, factory and trained personnel, reporting and documentation required to fully execute and complete the testing, including pre-testing, check-out, startup, and coordination with other trades. B. Safety 1. Furnish and install all necessary temporary safety brackets, safety cables and fall protection devices to meet Cal-OSHA and Contractor requirements. Subcontractor shall provide Contractor with copies of Subcontractors fall protection plan, hoisting and rigging plan, safety policies, etc. prior to starting work. 2. Fall protection shall be in accordance with all local, state and federal laws and guidelines and Contractor s Safety Policy. C. Hoisting & Equipment 1. As The Bidder shall provide a Certified Rigger per OSHA section Temporary electricity supplied by the Contractor will include minimal wattage single phase for small electric hand tools and basic construction temporary lighting only. 3. As required, the Bidder shall be responsible for filing Notice of Proposed Construction or Alteration, Form , with the Federal Aviation Administration ( FAA ) at least 45 days prior to any Subcontractor crane arriving on site. 4. This Bidder shall provide all equipment, labor and material for all hoisting, lifts, forklifts, temporary planking, rigging, scaffolding, ladders, shoring, bracing, falsework, etc. necessary for the completion of the Scope of Work stated herein. III. Furnish and Install A. Mechanical (HVAC) Inclusions 1. Bidder shall furnish and install a complete and operational mechanical system including, but not limited to, air handling units, fans, blowers, ventilator fans ductwork and ductwork accessories 4

6 such as dampers, fire dampers, FSD, turning vanes, flex connections, louvers, grilles, exterior louvers, and other accessories and appurtenances. 2. Bidder shall include system air balancing, cleaning, and filters changes. 3. The Bidder shall furnish and install HVAC Controls as required. B. Plumbing Inclusions 1. Bidder shall furnish and install a complete and operational plumbing system including, but not limited to, plumbing piping, fixtures and trim, water system piping, domestic water distribution, meters, gauges, storm drain piping, sanitary sewer piping, condensate system and condensate handling equipment, HVAC hot water distribution, underground plumbing and piping systems under and in the building footprint, including any backing, accessories and appurtenances. 2. Bidder shall furnish and install all bathroom fixtures as required, and eyewash stations. Include furnish and install drinking fountains, if shown. 3. Bidder shall include all required trench excavation and backfill for the Scope of Work Stated herein. 4. Bidder shall include any required flushing, cleaning, and disinfecting of the plumbing systems. 5. Bidder shall furnish and install all required drains. 6. The Bidder shall tie in all plumbing pipes 5 outside unless otherwise noted. 5

7 SECTION 2: SCHEDULE FOR BID PACKAGE HVAC & Plumbing Bid Contacts: Michael Schreckengost Skanska-Shimmick-Herzog JV 1436 California Circle Milpitas, CA (408) (Desk) CC to bid contact Grace Li Skanska-Shimmick-Herzog JV 1436 California Circle Milpitas, CA (408) (Desk) CC to bid contact BID DUE DATE: January 31, CONTRACTOR reserves the right to award any work posted for solicitation 10 or more days after the solicitation is posted. o Expected Start Date for Work: : August

8 SECTION 3: BID FORM HVAC AND PLUMBING SCHEDULE OF BID PRICES For the SCOPE, in accordance with the Contract Documents for SSHJV Bidder s Firm Name & CSLB Lic. # Street Address City State Zip Code Estimator: Address: (Area Code) Telephone No. Bidder shall provide proposals for each package/ Station separately. Bidder may provide proposal for all Bid Packages/ Stations. Bids will be considered if Bidder selects to Bid on one station and / or scope. Proposals for all packages shall include detailed schedule of values listing including quantities, unit price, total tonnage, and total price per item. (For example Stainless Steel Guardrail would include lineal footage, price per foot, total tonnage, add/deduct, and total price for the item.) The undersigned, having examined all referenced documents and the Drawings, understanding the terms and conditions of the Contract Documents and the local conditions affecting the performance and costs of the Work, and having fully inspected the Site in all particulars, hereby proposes and agrees to fully perform the Work as indicated on the Drawings and in accordance with the requirements of the Contract Documents within the time stated therein, and for the following price(s): 7

9 Reference Sheet Milpitas - DU25 Facilities HVAC Plumbing 1 Train Control House S28 M102 M Breaker Station SXB Toilet M102 M108 3 DC Switchgear House SME M105 4 DC Switchgear House SRR M106 5 Substation SXB M107 San Jose - DU26 Facilities HVAC Plumbing 1 Train Control/ Communications House S44 M202 M SSL, SLP Toilet M202 M208 3 Substation SLPP and Switching Station SSL M205 4 Station SXC M206 5 SHO-DC House M207 Fremont - DU27 Facilities HVAC Plumbing 1 Train Control/ Communications House S24 M402 M Train Control/ Communications House S26 M405 M Switchgear House SKR M

10 HVAC MILPITAS WAYSIDE FACILITIES DU25 Item Description 1 Louver Vent 2 HVAC Equipment 3 Duct Insulation 4 Controls 5 Management & Overhead SAN JOSE WAYSIDE FACILITIES DU26 Quantity Item Description Quantity UM 1 Louver Vent 2 HVAC Equipment 3 Duct Insulation 4 Controls 5 Management & Overhead FREMONT WAYSIDE FACILITIES DU27 Item Description Quantity UM 1 Louver Vent 2 HVAC Equipment 3 Duct Insulation 4 Controls 5 Management & Overhead UM Price/ Unit Price Price / Unit Price Price / Unit Price 9

11 PLUMBING MILPITAS WAYSIDE FACILITIES DU25 Item Description Quantity UM 1 Fixtures 2 Drainage 3 Waste/ Sanitary Sewer System 4 Domestic Water System 5 Management & Overhead SAN JOSE WAYSIDE FACILITIES DU26 Item Description Quantity UM 1 Fixtures 2 Drainage 3 Waste/ Sanitary Sewer System 4 Domestic Water System 5 Management & Overhead FREMONT WAYSIDE FACILITIES DU27 Item Description Quantity UM 1 Fixtures 2 Drainage 3 Waste/ Sanitary Sewer System 4 Domestic Water System 5 Management & Overhead Price/ Unit Price Price / Unit Price Price / Unit Price 10

12 Acknowledgement of Addenda Labor Rates Bidder will provide labor rates for all trades and scales associated with their work. Include escalated rates as required. Tools & Equipment Rates Bidder shall provide proposed tool and equipment rental rates per Article 6 of the Prime Contract within 10 days of issuance of Contract. Insurance Requirements VTA / BART Berryessa extension is a Contractor Controlled Insurance Program (CCIP). Reference Appendix C Insurance Requirements (Contractor Controlled Insurance Program, CCIP) Schedule: Please confirm or provide the following: Attach a proposed schedule including time for the following tasks, but not limited to: award; submittals; shop drawings by assembly type; approvals; mockups and testing; fabrication; shipping; and installation. Material Procurement List materials which have lead times longer than three (3) weeks after submittal approval. Material Lead Time Unique Material/Equipment List materials/equipment included in this Trade scope considered unique to the SSHJV project. 11

13 Material Bidder acknowledges and agrees that this Bid, if not withdrawn prior to the scheduled time for receipt of Bids, shall not be withdrawn for a period of 90 days thereafter. Bid Grand Total: $ Bid submitted by: (Item #5 on Schedule of Bid Prices) (seal) Name of Firm, Corporation, Partnership or Joint Venture Names of All Partners, if Partnership State of Incorporation, if Corporation Signature of Bidder or Authorized Representative Date of Bid Name and Title of Authorized Representative Note: If Bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership. 12

14 SECTION 4: SCOPE OF WORK CONTRACT REFERENCE DOCUMENTS HVAC AND PLUMBING The Scope of Work/Supply is identified but not limited to the following Specification Section(s) as required to compete the scopes herein: Specification Sections Division One Division Twenty-Two Division Twenty-Three Description General Requirements (All) Plumbing Heating, Ventilating, and Air Conditioning Related Sections Description Sustainability Requirements Drawings Description DU025 RFC Milpitas Wayside Architectural DU025 RFC Milpitas Wayside Structural DU025 RFC Milpitas Wayside Mechanical DU026 RFC San Jose Wayside Architectural DU026 RFC San Jose Wayside Structural DU026 RFC San Jose Wayside Mechanical DU027 RFC Fremont Wayside Architectural DU027 RFC Fremont Wayside Structural DU027 RFC Fremont Wayside Mechanical Guideway and Stations Aesthetics Design Guidelines BFS Volume 6 Volume 6 BART Facilities Standards R2.1 13

15 SECTION 5: ADDITIONAL REQUIRED DOCUMENTS HVAC AND PLUMBING Appendix A Scope of Work and Contract Price Appendix B Safety Appendix C Insurance Requirements (Contractor Controlled Insurance Program, CCIP) Appendix D Code of Conduct Appendix E Employee Rights Poster Appendix F Environmental Management System Requirements and Policy Appendix G Storm Water Pollution Prevention and Dust Control Plans Appendix H Certain Prime Contract Clauses Appendix I Subcontractor Quality Assurance/ Control (QA/QC) --- Exhibit A Conditional Wavier and Release Upon Progress Payment Exhibit B Unconditional Waiver and Release Upon Progress Payment Exhibit C Conditional Wavier and Release Upon Final Payment Exhibit D Unconditional Wavier and Release Upon Final Payment Exhibit E Payment Bond Exhibit F Performance Bond Exhibit G Subcontractor Certification Exhibit H Subcontractor Monthly Incident Summary Report 14

SECTION 00 0110 TABLE OF CONTENTS. H. 00 2115.01 - Proposed Material, Product or Equipment Substitution Request

SECTION 00 0110 TABLE OF CONTENTS. H. 00 2115.01 - Proposed Material, Product or Equipment Substitution Request SECTION 00 0110 PROCUREMENT AND CONTRACTING REQUIREMENTS 1.1 DIVISION 00 -- PROCUREMENT AND CONTRACTING REQUIREMENTS A. 00 0101 - Project Title Page B. 00 0105 - Certifications Page C. 00 0110 - Table

More information

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 MINORITY AND WOMEN S BUSINESS ENTERPRISE PARTICIPATION

More information

MTA UNIVERSAL STATION PEDESTRIAN BRIDGE Los Angeles, CA. Project Manual and Specification 100% PE SUBMITTAL TABLE OF CONTENTS

MTA UNIVERSAL STATION PEDESTRIAN BRIDGE Los Angeles, CA. Project Manual and Specification 100% PE SUBMITTAL TABLE OF CONTENTS Los Angeles, CA Project Manual and Specification DIVISION 1 GENERAL CONDITIONS 01 01 10 STATEMENT OF WORK 01 11 00 SUMMARY OF THE WORK 01 14 05 METRO (OWNER) - DIRECTED STOPPAGES 01 20 00 PRICE AND PAYMENT

More information

HEANEY General Contracting, Inc.

HEANEY General Contracting, Inc. HEANEY General Contracting, Inc. March 26, 2016 AAPS BID NO. 16-019-665 ADDENDUM NO. 03- PROJECT: DESCRIPTION: Ann Arbor Public Schools Mitchell Expansion Phase I Bid Pkg. 3 (MEP) Building Addition and

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

Sub-Bid Contractor Update Statement. Tab A - Invitation for Bids. Tab B - Instructions to Bidders

Sub-Bid Contractor Update Statement. Tab A - Invitation for Bids. Tab B - Instructions to Bidders INTRODUCTORY INFORMATION TABLE OF CONTENTS 00 0101 PROJECT TITLE PAGE PROCUREMENT REQUIREMENTS (PROJECT MANUAL) Tab A - Invitation for Bids Tab B - Instructions to Bidders Tab C Bid Form for General Bids

More information

ADDENDUM NO. 1. DATE: February 10, 2015 INVITATION FOR BID: IFB K150015033 1801 Commerce Road Renovations Project DATED: February 9, 2015

ADDENDUM NO. 1. DATE: February 10, 2015 INVITATION FOR BID: IFB K150015033 1801 Commerce Road Renovations Project DATED: February 9, 2015 ADDENDUM NO. 1 DATE: February 10, 2015 INVITATION FOR BID: IFB K150015033 1801 Commerce Road Renovations Project DATED: February 9, 2015 RECEIPT DATE: March 17, 2015 at 2:30 p.m. OPENING DATE: March 18,

More information

ST. MONICA FOOD PANTRY HOUSTON, TEXAS

ST. MONICA FOOD PANTRY HOUSTON, TEXAS PROJECT MANUAL FOR ST. MONICA FOOD PANTRY HOUSTON, TEXAS OWNER: ST. MONICA CATHOLIC CHURCH 8421 W. MONTGOMERY ROAD HOUSTON, TEXAS 77088 ARCHITECT: C SIX ARCHITECTURE, LLC 4606 F.M. 1960 WEST, STE 400 HOUSTON,

More information

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: SECTION 16050 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1

More information

SECTION 23 00 01 HEATING, VENTILATION AND AIR CONDITIONING EQUIPMENT

SECTION 23 00 01 HEATING, VENTILATION AND AIR CONDITIONING EQUIPMENT SECTION 23 00 01 HEATING, VENTILATION AND AIR CONDITIONING EQUIPMENT PART 1 - GENERAL 1.1 DESCRIPTION A. The Work specified in this Section consists of designing, furnishing and installing factory-assembled

More information

STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND

STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND DISADVANTAGE BUSINESS ENTERPRISES OVERVIEW The loan recipient, consultant and contractor of

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

COMPANY ESTIMATOR BID DAY PHONE NO.

COMPANY ESTIMATOR BID DAY PHONE NO. COMPANY ESTIMATOR BID DAY PHONE NO. Work Package: Structural Steel Fabrication & Erection The work in each bid package shall include but shall not be limited to all labor, burden, fringe benefits, materials,

More information

SECTION 23 05 12 GENERAL PROVISIONS FOR HVAC WORK

SECTION 23 05 12 GENERAL PROVISIONS FOR HVAC WORK SECTION 23 05 12 GENERAL PROVISIONS FOR HVAC WORK 1 GENERAL 1.1 GENERAL REQUIREMENTS A. This Section is coordinated with and complementary to the General Conditions and Supplementary General Conditions

More information

Sample Company SECTION 019113 GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY AND CONTRACT RESPONSIBILITIES

Sample Company SECTION 019113 GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY AND CONTRACT RESPONSIBILITIES SECTION 019113 GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY AND CONTRACT RESPONSIBILITIES A. The Owner will contract separately and directly for the majority of the commissioning work

More information

All work shall comply with applicable codes and ordinances. Work shall comply with the BOCA National Plumbing Code, latest edition.

All work shall comply with applicable codes and ordinances. Work shall comply with the BOCA National Plumbing Code, latest edition. DIVISION 15 MECHANICAL SECTION 15100 - PLUMBING PART 1 - GENERAL SCOPE Plumbing work includes all domestic water, gas, and sanitary sewer systems as shown on plans. Also all fixtures and equipment which

More information

Airport Safety and Construction Management Under The FAA

Airport Safety and Construction Management Under The FAA U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Quality Management for Federally Funded Airport Construction Projects Date: DRAFT Initiated by: AAS-100 AC No.:

More information

RFQ # PR5006805 Replace Kitchen Equipment in the CGR

RFQ # PR5006805 Replace Kitchen Equipment in the CGR RFQ # PR5006805 Replace Kitchen Equipment in the CGR GENERAL The Consulate General of the United States of America has a requirement to furnish and install new kitchen equipment at the Consul General s

More information

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT University of Nevada, Las Vegas Purchasing Department 4505 Maryland Parkway Las Vegas, Nevada 89154-1033

More information

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD The contactor shall possess a California contractor s license, Class A,

More information

All other provisions of the contract documents, plans and specifications shall remain unchanged.

All other provisions of the contract documents, plans and specifications shall remain unchanged. B. Supplementary Conditions a. Reference Page CS-5, Section 11.0 Insurance, Section C3.3-11 Insurance Item c.7: Delete paragraph and replace with the following: Environmental Impairment Liability Coverage

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES Part I: Proposal Information A. General Information The Berwick Area School District is soliciting proposals for construction management services

More information

SECTION 33 05 16.13 PRECAST CONCRETE UTILITY STRUCTURES

SECTION 33 05 16.13 PRECAST CONCRETE UTILITY STRUCTURES SECTION 33 05 16.13 PRECAST CONCRETE PART 1 - GENERAL 1.01 SECTION INCLUDES A. This item shall consist of the construction of both sanitary and storm sewer precast concrete manholes in accordance with

More information

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT The Milford Board of Library Trustees, as the Awarding Authority, invites the submission of qualifications by responsible

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES. Responsibilities of Construction Manager Scope of Construction Manager s Basic Services

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES. Responsibilities of Construction Manager Scope of Construction Manager s Basic Services AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES Article I Article II Article III Article IV Article V Article VI Article VII Article VIII Article IX Responsibilities of Construction Manager Scope of Construction

More information

SAMPLE SCHEDULE OF VALUES APPLICATION & CERTIFICATE FOR PAYMENT

SAMPLE SCHEDULE OF VALUES APPLICATION & CERTIFICATE FOR PAYMENT SAMPLE SCHEDULE OF S 1.00 General Conditions 1.01 Project Management 1.02 General Superintendent 1.03 Superintendents 1.04 Safety Engineer 1.05 Scheduling 1.06 Field Engineering 1.07 Bonds 1.08 Trailer

More information

CONSTRUCTION SAFETY POLICY

CONSTRUCTION SAFETY POLICY California Institute of Technology CONSTRUCTION SAFETY POLICY Caltech Environment, Health, and Safety Office 1200 E. California Blvd., M/C 25-6 Pasadena, CA 91125 Phone: 626.395.6727 Fax: 626.577.6028

More information

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA Pu6lic Works works for the Public N., ICDPW DEPARTMENT OF PUBLIC WORKS S. 11th Street Centro, CA 92243 Tel: (442) 265-1818 Fax: (442) 265-1858 COUNTY OF IMPERIAL PUBLIC WORKS 155 S. 11 th Street El Centro,

More information

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT:

More information

OPEN ITEMS LIST - CONSTRUCTION Project Name: East Central Middle School - Jackson County CLA#: 11003

OPEN ITEMS LIST - CONSTRUCTION Project Name: East Central Middle School - Jackson County CLA#: 11003 OPEN ITEMS LIST - CONSTRUCTION Project Name: East Central Middle School - Jackson County CLA#: 11003 No. Discipline Sent to Name Item Date Noted Date Resolved How item was resolved Electrical Contractor

More information

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES AGREEMENT FOR PROFESSIONAL DESIGN SERVICES This Professional Design Services (this "Agreement"), made as of 20 by and between the University of Cincinnati (the "University") by the Division of Administration

More information

2012 BIM Guidelines and Standards (Rev. 00) University at Albany

2012 BIM Guidelines and Standards (Rev. 00) University at Albany A. Building Information Modeling (BIM) Guidelines: The Office of AECM will require the submission of BIM modeling files as part of an electronic file submission to the AECM project manager as requested

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

More information

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: $ Date: / / Receipt No: Demolition Permit (including Right of

More information

Assessment Blueprint PHCC Educational Foundation Plumbing Year 2

Assessment Blueprint PHCC Educational Foundation Plumbing Year 2 Assessment Blueprint PHCC Educational Foundation Plumbing Year 2 Post-Test Code: 7662 Copyright 2008. All Rights Reserved. General Assessment Information PHCC Educational Foundation Plumbing Year 2 General

More information

ADDENDUM #2 November 4, 2015 IFB-15-881

ADDENDUM #2 November 4, 2015 IFB-15-881 ADDENDUM #2 November 4, 2015 IFB-15-881 Roof Replacement Housing Authority of Kansas City 920 Main Street, Suite 701 Kansas City, MO 64105 NOTICE TO ALL POTENTIAL RESPONDENTS The following addendum to

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES

CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES CITY OF BELL 6330 PINE AVENUE BELL, CA 90201 PH: (323) 588-6211 FAX: (323) 771-9473 CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES I. INTRODUCTION City of Bell

More information

GENERAL SERVICES ADMINISTRATION FEDERAL ACQUISITION SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG/PRICE LIST

GENERAL SERVICES ADMINISTRATION FEDERAL ACQUISITION SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG/PRICE LIST C o n t r a c t o r s MECHANICAL ELECTRICAL PLUMBING GENERAL SERVICES ADMINISTRATION FEDERAL ACQUISITION SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG/PRICE LIST On-line access to contract ordering

More information

TRANSBAY JOINT POWERS AUTHORITY

TRANSBAY JOINT POWERS AUTHORITY STAFF REPORT FOR CALENDAR ITEM NO.: 14 FOR THE MEETING OF: November 13, 2014 BRIEF DESCRIPTION: TRANSBAY JOINT POWERS AUTHORITY Amending Contract No. 08-04-CMGC-000, authorizing Webcor/Obayashi Joint Venture

More information

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016 ISLAMORADA, VILLAGE OF ISLANDS FLORIDA REQUEST FOR QUOTES for NEW HVAC UNITS May 11, 2016 Islamorada, Village of Islands Village Administrative Center 86800 Overseas Highway Islamorada, Florida 33036 ISLAMORADA,

More information

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

How To Install An Overhead Sewer

How To Install An Overhead Sewer Village of Broadview Flood Control Assistance Program Village of Broadview 2350 S. 25 th Avenue, Broadview, IL 60155 INTRODUCTION The Village of Broadview is served by combined sewers which carry sewage

More information

PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS

PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS Sealed bids will be received by the City of West Des Moines, Iowa on or before 2:00 p.m., Central Time,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Page 1 of 6 REQUEST FOR PROPOSALS Issue Date: 2/19/2013 RFP# WHS-2013-001 Title: Services for roofing improvements and annual roof assessments, Windsor School Complex, State Street, Windsor, Vermont Issuer

More information

This permit does not include replacement or upgrading of the existing electrical panel or service (a separate electrical permit must be obtained).

This permit does not include replacement or upgrading of the existing electrical panel or service (a separate electrical permit must be obtained). CITY OF MILPITAS Building & Safety Department 455 E. Calaveras Blvd. Milpitas, CA 95035 408-586-3240 www.ci.milpitas.ca.gov RESIDENTIAL AIR CONDITIONING, REPLACEMENT 1. PERMIT INFORMATION: The replacement

More information

A. The Commissioning Authority (CxA) has been contracted or will be contracted directly with the Owner for this project.

A. The Commissioning Authority (CxA) has been contracted or will be contracted directly with the Owner for this project. DIVISION 23 HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) SECTION 23 08 02 PART 1 GENERAL 1.01 AUTHORITY (CxA) A. The Commissioning Authority (CxA) has been contracted or will be contracted directly

More information

SEWER SERVICE LINE REPLACEMENT PROGRAM PROCEDURE Revision No. 1 - Effective January 4, 2016

SEWER SERVICE LINE REPLACEMENT PROGRAM PROCEDURE Revision No. 1 - Effective January 4, 2016 11 Clearwater Drive Little Rock, AR 72204 SEWER SERVICE LINE REPLACEMENT PROGRAM PROCEDURE Revision No. 1 - Effective January 4, 2016 Section 1 Procedure Background information At the recommendation of

More information

Exhibit C: Scope of Work and Schedule of Deliverables

Exhibit C: Scope of Work and Schedule of Deliverables Exhibit C: Scope of Work and Schedule of Deliverables Project Scope of Work Phases: A City Hall Envelope Renovations B City Hall Skylight Replacement C City Hall Chiller Replacement D City Hall Annex Plaza

More information

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

City of St. Charles Basement Finish or Remodel

City of St. Charles Basement Finish or Remodel City of St. Charles Basement Finish or Remodel Building & Code Enforcement Division 2 East Main Street St. Charles IL 60174 630.377.4406 (Office) 630.443.4638 (Fax) http://www.stcharlesil.gov Please direct

More information

Topics for Today. Order of Magnitude Mechanical Estimating. Order of Magnitude Estimate Goal. Project Delivery Methods. Questions for Client

Topics for Today. Order of Magnitude Mechanical Estimating. Order of Magnitude Estimate Goal. Project Delivery Methods. Questions for Client Order of Magnitude Mechanical Estimating Justin Apprill, P.E. Topics for Today Estimate Goals A Concept for Accurate Conceptual Estimating HVAC Systems Common System Types and Rules of Thumb Pricing Example

More information

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS TEMPO PARK IMPROVEMENTS PROJECT # 2012-3-4202-86 1.01 SCOPE OF WORK DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS The Contractor shall perform, furnish and complete the following

More information

REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Appendix 1 Project Information. PS-0748-A Page 1 5/4/2016 Appendix 1

REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Appendix 1 Project Information. PS-0748-A Page 1 5/4/2016 Appendix 1 REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Project Information PS-0748-A Page 1 5/4/2016 Table of Contents Project Budget Worksheet Program Plan Project Location (Site Plan) Scope of Services

More information

ADDENDUM NUMBER ONE (1)

ADDENDUM NUMBER ONE (1) Page 1 of 1 MINNESOTA DEPARTMENT OF TRANSPORTATION Office of Maintenance: Building Services Section ADDENDUM NUMBER ONE (1) ADDENDUM DATE: 19 October 2012 Request for Proposals for Designer Selection for

More information

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131 SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY

More information

REQUEST FOR BID. Server/Computer and VAV Controls with Backup Bid

REQUEST FOR BID. Server/Computer and VAV Controls with Backup Bid 1. INTRODUCTION REQUEST FOR BID Server/Computer and VAV Controls with Backup Bid The Northwest Arkansas Regional Airport Authority is seeking bids for the replacement of VAV box controllers, the shielded

More information

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS General Information: The work includes the construction of a new three story elementary

More information

Essentials Welding QA/QC Plan Sample

Essentials Welding QA/QC Plan Sample Essentials Welding QA/QC Plan Sample Good for smaller projects and bid qualifications Has All the Essential Elements of a well-founded Quality Control Plan Contact: Ed Caldeira 410-451-8006 Pat [Pick the

More information

ESTIMATING PLUMBING, HEATING, VENTILATING, AND AIR CONDITIONING (HVAC), AND ELECTRICAL WORK

ESTIMATING PLUMBING, HEATING, VENTILATING, AND AIR CONDITIONING (HVAC), AND ELECTRICAL WORK C H A P T E R 7 ESTIMATING PLUMBING, HEATING, VENTILATING, AND AIR CONDITIONING (HVAC), AND ELECTRICAL WORK OBJECTIVES After reading this chapter and completing the review questions, you should be able

More information

Larry Haight's Residential Roofing Co, Inc 15203 NE 95th Street Redmond, Washington Phone: (425) 881-9771 Fax: (425) 869-1010

Larry Haight's Residential Roofing Co, Inc 15203 NE 95th Street Redmond, Washington Phone: (425) 881-9771 Fax: (425) 869-1010 Larry Haight's Residential Roofing Co, Inc 15203 NE 95th Street Redmond, Washington Phone: (425) 881-9771 Fax: (425) 869-1010 Custom bid generated for: Job site address: Lake Villas Condominium Attention:

More information

MECHANICAL TRADE SCOPE OF WORK GUIDELINES

MECHANICAL TRADE SCOPE OF WORK GUIDELINES MECHANICAL TRADE SCOPE OF WORK GUIDELINES OTTAWA REGION 2009 Comprised of Piping Trade, Ventilation (HVAC) Trade, Fire Protection Trade Endorsed by the following organizations Ottawa Construction Association

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

MULTI-FAMILY, COMMERCIAL, INDUSTRIAL, AS GOVERNED BY THE BC BUILDING CODE PART 3

MULTI-FAMILY, COMMERCIAL, INDUSTRIAL, AS GOVERNED BY THE BC BUILDING CODE PART 3 TOWN OF SIDNEY Multi-Family, Commercial, Industrial and Institutional Building Permit Guide The information provided is intended as a guide only and does not replace current bylaws and regulations. Complete

More information

Construction Management Standards of Practice

Construction Management Standards of Practice Construction Management Standards of Practice 2010 Edition Advancing Professional Construction/ Program Management Worldwide. 7926 Jones Branch Drive, Suite 800 McLean, VA 22102-3303 USA 703.356.2622 703.356.6388

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

Physical Address/Intersection: Name of Project: Within a NFIP 100/500yr Floodzone:

Physical Address/Intersection: Name of Project: Within a NFIP 100/500yr Floodzone: Choctaw Date Recorded: Permit # RESIDENTIAL - BUILDING Permit APPLICATION Physical Address/Intersection: Name of Project: Within a NFIP 100/500yr Floodzone: YES NO Sec., Township, Range/Subdivision: Acres/Block:

More information

KANSAS DEPARTMENT OF HEALTH & ENVIRONMENT DIVISION OF ENVIRONMENT BUREAU OF WATER

KANSAS DEPARTMENT OF HEALTH & ENVIRONMENT DIVISION OF ENVIRONMENT BUREAU OF WATER Appendix E-1 Page 1 of 4 July 2008 KANSAS DEPARTMENT OF HEALTH & ENVIRONMENT DIVISION OF ENVIRONMENT BUREAU OF WATER KANSAS PUBLIC WATER SUPPLY LOAN FUND KANSAS WATER POLLUTION CONTROL REVLOVING LOAN FUND

More information

When is a Permit Required? What Types of Permits are Required? The most common types of projects that require permits are:

When is a Permit Required? What Types of Permits are Required? The most common types of projects that require permits are: When is a Permit Required? The most common types of projects that require permits are: -New Houses or buildings -Room Additions or Expansions -Structural repairs, remodeling and alterations -Accessory

More information

UNDERSTANDING PROJECT DESIGN CRITERIA

UNDERSTANDING PROJECT DESIGN CRITERIA Chapter II Section 1 The design of each project must be divided into phases of development that Massport reviews periodically to ensure that the Consultant has achieved all of the project s goals and objectives,

More information

SECTION 23 01 30.51 HVAC AIR-DISTRIBUTION SYSTEM CLEANING

SECTION 23 01 30.51 HVAC AIR-DISTRIBUTION SYSTEM CLEANING SECTION 23 01 30.51 HVAC AIR-DISTRIBUTION PART 1 - GENERAL 1.1 SUMMARY A. Section includes cleaning of interior surfaces of HVAC equipment. The HVAC equipment cleaning work includes the following: 1. Air

More information

Upper Southampton Township Department of Licenses and Inspections 939 Street Rd. Southampton, Pa. 18966 Phone: 215-322-9700 Fax: 215-322-5842

Upper Southampton Township Department of Licenses and Inspections 939 Street Rd. Southampton, Pa. 18966 Phone: 215-322-9700 Fax: 215-322-5842 Upper Southampton Township Department of Licenses and Inspections 939 Street Rd. Southampton, Pa. 18966 Phone: 215-322-9700 Fax: 215-322-5842 APPLICATION for ZONING and BUILDING PERMIT APPLICATION INSTRUCTIONS:

More information

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For WEB FILTER REPORTING TOOL RFP #0413-242

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For WEB FILTER REPORTING TOOL RFP #0413-242 ATTACHMENT B PROPOSAL SUBMITTAL FORMS For WEB FILTER REPORTING TOOL RFP #0413-242 FORM NAME Page General Company Information Form.. 2 Proposal Cost Summary Form.. 3 Signature Page Form... 4 Buy Local Packet

More information

CHAPTER XIX PLUMBING

CHAPTER XIX PLUMBING CHAPTER XIX PLUMBING Section 1. Section 2. Section 3. Section 4. Sec tion 5. Section 6. Section 7. Section 8. Section 9. Sec tion 10. Section 11. Section 12. Section 13. Section 14. Short Title Administration

More information

Exhibit B. Property Acquisition and Disposition Division Residential Design & Performance Standards

Exhibit B. Property Acquisition and Disposition Division Residential Design & Performance Standards Exhibit B Property Acquisition and Disposition Division Residential Design & Performance Standards I. Introduction The Property Acquisition and Disposition Division ( PADD ) has developed design standards

More information

Gramercy Place Condo Association, Inc.

Gramercy Place Condo Association, Inc. Gramercy Place Condo Association, Inc. UNIT MODIFICATION REQUEST Date of Application: Name of Owner (s): Telephone: (Home) (Cell) E-Mail: Anticipated start date: Anticipated ending date: Permission is

More information

How To Bid On A Building Project In San Jose

How To Bid On A Building Project In San Jose NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the CIVIC AUDITORIUM BOILER SYSTEM REPLACEMENT PROJECT ( Project ), located

More information

Job Description. Plumber

Job Description. Plumber Job Description 5/30/2005 Page 1 PURPOSE OF THE POSITION (The main reason for the position, in what context and what is the overall end result) The is responsible for installing, repairing and maintaining

More information

Construction Technologies Career Field Pathways and Course Structure

Construction Technologies Career Field Pathways and Course Structure Courses in Structural Systems (DD) Construction Technologies Career Field Pathways and Course Structure PATHWAY COURSES SUBJECT CODE Construction Technology-Core and Sustainable Construction 1 178000 Carpentry

More information

February 4, 2016. Estimate

February 4, 2016. Estimate Wrentham, MA February 4, 2016 Architect: Turowski2 Architecture, Inc. P.O. Box 1290 313 Wareham Road Marion, MA 02738 (508) 758-9777 Cost Estimator: Miyakoda Consulting 300 Black Mallard Road Bridgewater,

More information

ENVIRONMENT, HEALTH & SAFETY

ENVIRONMENT, HEALTH & SAFETY ORACLE ENVIRONMENT, HEALTH AND SAFETY: CONTRACTOR SAFETY PROGRAM Oracle has a comprehensive and structured approach to sourcing third-party companies and contractors ( contractors ) to perform a variety

More information

Guide Specification SECTION 23 08 00 - COMMISSIONING OF HVAC PART 1 - GENERAL 1.1 SUMMARY

Guide Specification SECTION 23 08 00 - COMMISSIONING OF HVAC PART 1 - GENERAL 1.1 SUMMARY SECTION 23 08 00 - COMMISSIONING OF HVAC PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. HVAC Commissioning description. 2. HVAC Commissioning responsibilities. 1.2 REFERENCES A. American Society

More information

Independent Contractor Policy

Independent Contractor Policy Independent Contractor Policy This Policy has been implemented to prevent accidents and personal injuries. It is not intended to be entirely inclusive. It is the responsibility of the Independent Contractor

More information

CLM 2014 Construction & Environmental Conference August 1, 2014 Boston, MA. Expert Strategies for Managing Construction Defect Litigation

CLM 2014 Construction & Environmental Conference August 1, 2014 Boston, MA. Expert Strategies for Managing Construction Defect Litigation CLM 2014 Construction & Environmental Conference August 1, 2014 Boston, MA Expert Strategies for Managing Construction Defect Litigation I. Background HYPOTHETICAL Lobster Bay, Massachusetts, School District

More information

City of Treasure Island FEMA Cost Breakdown Worksheet For Substantial Improvement / Damage

City of Treasure Island FEMA Cost Breakdown Worksheet For Substantial Improvement / Damage City of Treasure Island FEMA Cost Breakdown Worksheet For Substantial Improvement / Damage Property Address: Company Name: Contractor Name: Contractor Address: City: State: Zip: License Number: Phone Number

More information

The Embassy of the United States of America invites you to submit an offer for supply and install the following A/Cs:

The Embassy of the United States of America invites you to submit an offer for supply and install the following A/Cs: RFQ number PR4877728 The Embassy of the United States of America invites you to submit an offer for supply and install the following A/Cs: A- Supplying and installing 30 high wall A/C split unit 3HP- 24,000

More information

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES ISSUED BY: INGLEWOOD UNIFIED SCHOOL DISTRICT Issued: November 20, 2015 Due: December 18, 2015 SCHEDULE OF EVENTS INGLEWOOD UNIFIED SCHOOL

More information

All bidders shall indicate in their bid/proposal that this Addendum has been received and considered in their bid proposal.

All bidders shall indicate in their bid/proposal that this Addendum has been received and considered in their bid proposal. Addendum #1 Fire Damage Repairs 4316 City View Terrace, Units A and B City View Terrace, OH5-13C, AMP 4 IFB #14-03 October 23, 2014 Greater Dayton Premier Management 400 Wayne Ave. Dayton, Ohio 45410 This

More information

Commercial Building Permit Application & Submittal Guidelines

Commercial Building Permit Application & Submittal Guidelines Building Inspection Department 1625 13 th Street, Suite 106 Lubbock, Texas 79457 (806) 775-2087 (806) 775-2088 http://buildinsp.ci.lubbock.tx.us/ Commercial Building Permit Application & Submittal Guidelines

More information

Hartsfield-Jackson Atlanta International Airport s

Hartsfield-Jackson Atlanta International Airport s Hartsfield-Jackson Atlanta International Airport s 2008-09 Closed Projects (Posted 1/6/2009) FC-3007000038C: MISCELLANEOUS BUILT-UP ROOF AND SINGLE PLY ROOF REPAIRS AT H-JAIA Furnish all labor, equipment,

More information

PLAN SUBMITTAL REQUIREMENTS FOR SPRAY BOOTHS AND SPRAYING ROOMS EXTINGUISHING SYSTEMS

PLAN SUBMITTAL REQUIREMENTS FOR SPRAY BOOTHS AND SPRAYING ROOMS EXTINGUISHING SYSTEMS January 1997 PLAN SUBMITTAL REQUIREMENTS FOR SPRAY BOOTHS AND SPRAYING ROOMS EXTINGUISHING SYSTEMS 1.0 PERMIT 1.1 After receipt of a Building Permit from the City of San Jose Building Department, submit

More information

BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Santa Maria Public Airport

BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Santa Maria Public Airport BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Public Airport TO: Board of Directors Public Airport District 3217 Terminal Drive, CA 93455 Ladies and Gentlemen: The undersigned,

More information

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San

More information

REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka

More information

Construction Management/ General Contractor Alternative Contracting Process

Construction Management/ General Contractor Alternative Contracting Process Clean Water State Revolving Fund Loan Program Construction Management/ General Contractor Alternative July 2011 Last Updated: 08/03/2011 By: Larry McAllister DEQ 11-WQ-027 Prepared by: Clean Water State

More information

RSMeans Plumbing Estimating Methods. 3rd Edition

RSMeans Plumbing Estimating Methods. 3rd Edition Brochure More information from http://www.researchandmarkets.com/reports/2489152/ RSMeans Plumbing Estimating Methods. 3rd Edition Description: PlumbingEstimating Methods Joseph J. Galeno and Sheldon T.

More information

Gas Fired Water Heater Installation

Gas Fired Water Heater Installation Michigan Department of Energy, Labor & Economic Growth Bureau of Construction Codes P.O. Box 30254 Lansing, Michigan 48909 (517) 241-9302 Bureau of Construction Codes Technical Bulletin Publication Number

More information