PRE BID MEETING AGENDA
|
|
- Randolf Barton
- 7 years ago
- Views:
Transcription
1 PRE BID MEETING AGENDA Project Name: UCHC Academic Bldg. Addition & Renovation Meeting Location: UCHC, Farmington, CT Campus Project #: Meeting Date: December 10, Team Introductions: Construction Manager Henry Cence Bruce Laudone Bethel Hairston Owner Owner s Representative Richard Carey Architect M/E/P, Civil, Structural Geotech. Landscape Architect Skanska USA Building, Inc. Project Manager Project Superintendent Administrative Assistant University of Connecticut Health Jacobs Engineering Senior Program Manager Centerbrook BVH Integrated Services Haley & Aldrich Towers Gould 2. Agenda: Project Description Project Schedule Project Requirements Bid Package Breakdown Bid Documents Division 0 Instructions to Bidders Bid Proposal / Submission Requirements Bid Opening Post Bid Interviews Bid Schedule Milestones Questions / Answers 3. Project Description: The Project consists of isolated renovations to the two story Academic Building, the Clinical Building and L Building of the existing UCHC as well as a new three story addition. The existing buildings are cast-in-place concrete and steel structures that currently hold administrative and educational spaces for the Schools of Medicine and Dental Medicine, administrative offices for the Health Center, research labs with associated mechanical facilities in the basement and sub-basement. Approximately 66,000SF of program will be accommodated in the existing building through a combination of renovation, relocations, and reassignment of spaces. The new addition will consist of a new 28,000SF structure primarily built on piers, one story above grade to align with the existing building s main floor. LEED Silver certification and compliance with the CT Higher Performance Building Standard s Mandatory Requirements will be sought for the new addition only. The total estimated direct cost value of the project is +/- $19,500,000. Page 1 of 6
2 4. Project Schedule: Bid Period December 4, 2014 January 7, 2015 Scope Reviews January 2015 Awards/Notice to Proceed Late January 2015 Construction Commencement on Site March 20, 2015 Project Complete December Project Requirements: Skanska Subcontractor Prequalification a. All subcontractors interested in bidding on this project must be prequalified by Skanska. b. Bids received from Subcontractors who have not been Skanska prequalified will not be accepted and will be returned to the contractor unopened. c. All Skanska Subcontractor Prequalification Applications must be submitted no later than December 19, 2014 DAS Prequalification a. In addition to Skanska Prequalification, The DAS Contractor Prequalification Program (C.G.S 4a-100) requires all bidders to prequalify before they can bid on a contract or perform work pursuant to a contract for the construction, reconstruction, alteration, remodeling, repair or demolition of any public building or any other public work by the state or a municipality, estimated to cost more than $500,000 and which is funded in whole or in part with state funds, except a public highway or bridge project or any other construction project administered by the Department of Transportation. b. DAS prequalification is required for all work in excess of $500,000 regardless of tier. A prospective bidder whose bid does not exceed $500,000 is not required to be pre-qualified by the State of Connecticut Department of Administrative Services for the classification of work that they are bidding. For additional information on becoming a DAS prequalified contractor in the State of Connecticut, please visit the following link: Bid Securities a. Bidders shall note that bid securities will be required for all bid packages over $50,000 in value. b. Bid securities shall be in the amount of ten (10%) percent of the bid proposal following the requirements set forth in the Instructions to Bidders. c. In the event that the Small and Minority business enterprise contractor cannot supply a Labor, Material and Performance Bond, Skanska will accept a letter of credit following the requirements set forth in the Instructions to Bidders. Labor, Material, and Performance Bonds a. Bidders shall note that Labor, Material and Performance Bonds will be required for all contracts over $100,000 in value. b. Labor, Material and Performance Bonds will meet the requirements set forth in the Instructions to Bidders. c. In the event that the Small and Minority business enterprise contractor cannot supply a Labor, Material and Performance Bond, Skanska will accept a letter of credit following the requirements set forth in the Instructions to Bidders. Page 2 of 6
3 Commission on Human Rights and Opportunities (CHRO) a. Brief Summary on the CHRO program: i. Programs are intended to remedy prior underrepresentation and assure inclusion of diverse workforce and contractor representation on state-funded projects. ii. UCONN Goal is 32% Small Business Enterprise (SBE) participation; including 12% of that participation by DAS certified contractors. 1. SBE are defined as firms with a gross annual revenue less than $15 million 2. Contractors include Women-Owned, ethnic, and Disadvantage contractor Business Enterprises iii. Skanska wants to see a diverse contractor representation and encourages all contractors to work toward inclusion of not only women but ethnic s on this project. b. Who is responsible for participating in the program: 6. Bid Package Breakdown: i. Skanska and all subcontractors are responsible for participating in the program at varying levels. ii. Skanska has created packages specifically for s iii. Set Aside Contractors: 1. Set Aside Bid Packages may only be bid by DAS certified contractors. 2. Maintain certification throughout the duration of the project and must: a. Provide a letter with their contract stating they will maintain such certification and apply for recertification at least 90 days prior to its expiration. 3. s must be mindful of the Set Aside Program threshold as it relates to their company s continued certification, as Skanska has an expectation that certification will be current throughout the completion of the project. iv. Non-Set Aside Bid Packages: 1. Required participation of 32% SBE, 12%. 1. Non Set Asides are responsible to submit payment reports and monthly utilization report for their second tier S/M/WBE contractors within the 1 st 10 days of each month 2. Non Set Asides are responsible to submit certified payroll for their second tier S/M/WBE contractors. v. All project contractors must submit CHRO reports, including monthly utilization report and those who have Set Aside contractors must provide monthly payment status reports both within the 1 st 10 days of each month, vi. All project contractors must submit certified payroll reports. a. There are currently thirty-eight (38) bid packages for this project. b. All Subcontractors, other than those specifically designated as OR Excluded, will be required to award a minimum of 32% percent or more of the value of their Subcontract to DAS- Certified contractors/vendors, of which a minimum of 20% percent of the value of their subcontract must be awarded to DAS-Certified SBE contractors/vendors and a minimum of 12% percent or more of the value of their subcontract must be awarded to DAS-Certified SBE s that are also DAS-Certified contractors/vendors (this includes ethnic minorities, disabled, and women-owned businesses). c. All subcontractors interested in bidding on the following packages will be required to self-perform a minimum of 40% with their own labor regardless of DAS certifications or prequalification Page 3 of 6
4 DESCRIPTION DAS Prequalification Required 32/12 APPROX. VALUE (based on 50%CD est.) DESCRIPTION DAS Prequalificati on Required 30/12 APPROX. VALUE (based on 50%CD est.) BP-01A Demolition Yes $445,564 BP-10 Toilet Partitions /Accessories (Supply Only) No Excluded $37,427 BP-02 Sitework Yes 32/12 $1,717,377 BP-10A Signage No $10,975 BP-02A Landscaping No $179,075 BP-10B Visual Display No $63,856 Units BP-02B Site Concrete No $163,302 BP-10C Lockers No $32,114 BP-02C Paving No 32/12 $179,283 BP-10D Operable No Excluded $13,674 Partitions BP-03 Concrete Yes 32/12 $473,074 BP-11 Fixed Seating No Excluded $24,384 BP-03A Piling Yes Excluded $682,125 BP-12 Window Shades No $70,844 BP-04 Masonry No 32/12 $158,573 BP-13 Fire Protection Yes 32/12 $515,211 BP-05 Structural Steel Yes 32/12 $1,320,591 BP-13A Security No BP-05A Miscellaneous Metals Yes $439,397 BP-13B Fire Alarm No BP-06 Millwork Yes 32/12 $568,515 BP-13C Structured Cabling BP-07 Roofing Yes 32/12 $485,948 BP-07A Fire Stopping & Joint Protection No $37,188 BP-15 Plumbing & Installation of Toilet Accessories No $136,496 $100,373 $205,343 Yes 32/12 $483,594 BP-07E Fire Proofing No Excluded $212,102 BP-15A HVAC & Controls Yes 32/12 $5,174,637 BP-08 Curtain Wall / No 32/12 $319,724 BP-16 Electrical Yes 32/12 $1,642,790 Storefront BP-08A Doors, Frames, and No Excluded $148,538 BP-17 Final Cleaning No $100,261 Hardware BP-08C Metal Wall Panels Yes 32/12 $1,499,878 BP-09 Gypsum Board Yes 32/12 $2,211,925 Assemblies BP-09A Acoustical Ceilings No $209,749 BP-09B Painting No $140,351 BP-09C Resilient / Carpet No $362,545 BP-09D Tile No $17, Bid Documents: a. Hardcopies and/or CD available via BL Graphics in Meriden, CT ( ) b. Digital Documents available via our online Plan Room. c. Contract Documents (Not Including Pending Addenda): Division 0, Instructions to Bidders, dated December 3, Issued for Bid Documents, Specification Volumes 1, 2, and 3, dated November 21, 2014 Bid Document Drawings, Volumes I and II, dated November 21, 2014 d. If you have ordered documents directly from our reproduction company (BL Graphics), you will receive a hardcopy of all Addenda sent to you directly. e. If you are viewing the bid documents online, it will be your responsibility to return to the website and search for addenda throughout the bid period. Page 4 of 6
5 f. Bidders are reminded that they will be held accountable for the requirements of all published documents and will not be relieved of their responsibility for requirements indicated in any document not purchased or viewed. 8. Division 0 Instructions to Bidders: a. Review of the sections included in this document. b. All bidders shall review this document in its entirety c. This document will affect the bidder pricing. 9. Bid Proposal / Submission Requirements: a. Must submit a separate bid proposal for each bid package. b. Bid qualifications and exclusions will not be accepted. c. Must submit a complete Bid Proposal Form, completed in its entirety: i. All acknowledgements must be checked ii. All sections must be completed iii. All attachments must be included 1. Skanska subcontractor prequalification approval letter 2. DAS business classification certificate (SBE or W/) Required if Bid Package is designated as a Set Aside Package 3. DAS prequalification certificate (if bid in excess of $500,000) Required for all primary and sub-tier contractors that are providing work over $500, Bid bond (or approved alternate security) for all bid packages over $50, Consent of Surety 6. Non-collusion affidavit 7. Contractors wage certificate form 8. OPM Ethics Form 6- Affirmation of Receipt of State Ethics Laws Summary d. All bidders must price project alternates as they pertain to their respective scope of work. This includes both design add alternates and deduct alternate for CCIP Enrollment. e. Two (2) original bid proposal forms & one (1) original bond. f. Seal in labeled package following requirements in Instructions to Bidders. g. Proposals that do not include all of the required documentation will be considered non-responsive and will be rejected. 10. Bid Opening: a. All Subcontractor proposals will be due on Wednesday, January 7, 10 a.m. b. Bids will be received by Skanska USA Building, Inc. c. Bids will be received at 545 Long Wharf Drive, New Haven, 1 st Flr Conference Rm. d. Bids will be opened publicly. e. Base Bid and Alternates (Supplements) will be read out loud. f. Within seven (7) business days after award of subcontracts, all accepted bid results will be made available for viewing by written request. 11. Post Bid Interviews: a. Apparent low bidder (only) for each bid package will be interviewed. b. Apparent low bidder will be determined by taking Base Proposal plus Owner-decided alternates. c. It is Skanska s intent to award contracts to the low bidder provided that they have met all bidding requirements and have confirmed a complete scope of work in accordance with Bid Package Exhibit A s. d. Bidders are advised that post bid interviews are for confirmation of scope only. Bids will be taken at face value. Page 5 of 6
6 e. If there is a scope item that was missed by the bidder and they are willing to absorb the cost in their original bid, that is acceptable. f. If the bidder is not able to absorb the cost of a missed scope item, that firm will withdraw their bid and the next lowest contractor will be chosen for the project. 12. Bid Schedule Milestones: Subcontractor Prequalification Forms Due: (Mandatory) Subcontractor Acknowledgement to Bid Due: (Mandatory) Last Day for Subcontractor s to Submit RFI s: December 19, 2014 by 5 p.m. December 19, 2014 by 5 p.m. December 24, 2014 by 5 p.m. Bid Submission/Opening: January 7, 2015 at 10 a.m. Anticipated Scope Review Schedule: January 12-23, Questions: Questions answered at this pre-bid will need to be submitted by the subcontractor for a formal written response. Page 6 of 6
NOTICE TO CONTRACTORS
NOTICE TO CONTRACTORS Notice is hereby given that San Luis Obispo County Community College District, ( District ) is accepting sealed Informal Bidding Prequalification Applications and Formal Bidding Prequalification
More informationADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES *RE-ADVERTISED*
ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES *RE-ADVERTISED* BID PACKAGE DESCRIPTION REQUIRED LICENSE Bid Package No. 1 Asbestos Abatement C22 or B, with ASB & HAZ Certification Bid
More informationSECTION 00100 NOTICE TO BIDDERS IVY TECH COLLEGE OF INDIANA NMC INFRASTRUCTURE IMPROVEMENTS INDIANAPOLIS, INDIANA
Ivy Tech Community College of Indiana, hereinafter referred to as the Owner, furnishes the following information and special instructions to prospective Bidders desiring to submit Bids for the Work on
More informationST. 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 informationTruexCullins 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 informationINVITATION 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 informationÉCOLE TACHÉ DAYCARE and ADDITION Winnipeg, MB Division Scolaire Franco-Manitobaine
I N V I T A T I O N T O P R E Q U A L I F Y MASONRY SUB-CONTRACTORS ÉCOLE TACHÉ DAYCARE and ADDITION Winnipeg, MB Division Scolaire Franco-Manitobaine The Division Scolaire Franco-Manitobaine invites Masonry
More informationPrequalification Supplement for First Tier Subcontractors under CM at Risk Wake Technical Community College Early Site North Campus Project
NC General Statue 143-128.1.c states, The construction manager at risk shall contract directly with the public entity for all construction; shall publically advertise as prescribed in G.S. 143-129; and
More informationDIVISION 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 informationSub-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 informationRequest for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School
Request for Qualifications Owner s Project Manager Design and Construction of a New School Facility K~8 Charter School 26 Madeira Avenue New Bedford, MA 02746 REQUEST FOR QUALIFICATIONS (RFQ) Issued: 4/16/2014
More informationRepair and Remodeling Estimating Methods. 4th Edition. RSMeans
Brochure More information from http://www.researchandmarkets.com/reports/2214808/ Repair and Remodeling Estimating Methods. 4th Edition. RSMeans Description: This estimating guide for repair and remodeling
More informationAll 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 informationWake 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 informationQA/QC, Project Updates & Procurement
Construction Institute The Changing State of the State October 16, 2015 QA/QC, Project Updates & Procurement Laura A. Cruickshank, FAIA University Master Planner and Chief Architect Planning, Architectural
More informationCULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015
I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction
More informationKIEWIT CM/GC Enabling/Utilities
South Terminal Redevelopment Program KIEWIT CM/GC Enabling/Utilities Contract Value $50 million M/WBE Goal 20 percent Contact John Todd, LEED AP Project Manager 303.930.9046 john.todd@kiewit.com General
More informationState of North Carolina Prequalification for First Tier Subcontractors under CM at Risk
NC General Statute 143.128.1.c states, The construction manager at risk shall contract directly with the public entity for all construction; shall publicly advertise as prescribed in G.S. 143 129; and
More informationMICHIGAN STATE HOUSING DEVELOPMENT AUTHORITY LOW INCOME HOUSING TAX CREDIT PROGRAM COST CERTIFICATION GUIDELINES TABLE OF CONTENTS
MICHIGAN STATE HOUSING DEVELOPMENT AUTHORITY LOW INCOME HOUSING TAX CREDIT PROGRAM COST CERTIFICATION GUIDELINES TABLE OF CONTENTS 1. Cost Certification Guidelines PAGE I General 1 II Identity of Interest
More informationCollege of the Siskiyous Insurance Requirements
College of the Siskiyous Insurance Requirements Minimum Insurance Coverages for 2016 Pre-Qualification Contractor Insurance. The Contractor shall obtain and maintain the following insurance coverages with
More informationVOLUME V GUIDELINES FOR DESIGN CONSULTANT TABLE OF CONTENTS APPENDIX B: MASTER CONSTRUCTION SPECIFICATIONS AND PREPARATION GUIDE, DIVISIONS 0-10
VOLUME V GUIDELINES FOR DESIGN CONSULTANT TABLE OF CONTENTS APPENDIX B: MASTER CONSTRUCTION SPECIFICATIONS AND PREPARATION GUIDE, DIVISIONS 0-10 SECTION B1: PREPARATION GUIDE B1.1 INTRODUCTION... B1-1
More informationNOTICE TO CONTRACTORS INVITATION FOR BIDS
NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the FOUNTAIN ALLEY PEDESTRIAN WALK PROJECT ( Project ), located in the Century
More informationADDENDUM 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 informationSUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE NOTICE TO PROPERTY OWNER
NOTICE TO PROPERTY OWNER Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule. If your home or business is below
More informationHunt 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 informationRESOLUTION NO. 2012-11
RESOLUTION NO. 2012-11 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GARIBALDI ACTING AS CONTRACT REVIEW BOARD APPROVING A REQUEST FOR PROPOSAL DOCUMENT AND SAMPLE CONTRACT FOR THE GARIBALDI FIRE STATION
More informationT34 - PUBLIC WORK IN MASSACHUSETTS, UNDERSTANDING CHAPTER 149 AND CHAPTER 149A
T34 - PUBLIC WORK IN MASSACHUSETTS, UNDERSTANDING CHAPTER 149 AND CHAPTER 149A PANELISTS: Deborah Anderson, Esq. Office of the Attorney General Laura Wernick, FAIA, REFP, LEED AP HMFH Architects, Inc.
More informationDENVER URBAN RENEWAL AUTHORITY GUIDELINES FOR UTILIZATION OF SMALL BUSINESS ENTERPRISES IN URBAN REDEVELOPMENT PROJECTS.
DENVER URBAN RENEWAL AUTHORITY GUIDELINES FOR UTILIZATION OF SMALL BUSINESS ENTERPRISES IN Policy Statement URBAN REDEVELOPMENT PROJECTS November 2014 The Denver Urban Renewal Authority ("DURA") has determined
More informationADDENDUM 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 informationInvitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy
More informationElectrical Contractor Pre-Qualification Packet. CHEM R/R Bus Duct & Generator (DMI) Project No. CP165716. Notice No. 13 09.
Electrical Contractor Pre-Qualification Packet CHEM R/R Bus Duct & Generator (DMI) Project No. CP165716 Notice No. 13 09 Issued by Department of Facilities Management Delivery address: Research Laboratory
More informationImportant Information for Owners of Buildings in Flood Zones
Important Information for Owners of Buildings in Flood Zones Rebuilding your home after the storm? Adding on, renovating, or remodeling your home? Here is information YOU need to know about the 50 percent
More informationGeneral Contractor Pre-qualification Requirements
General Contractor Pre-qualification Requirements Trevor Arnett / Clark Atlanta University Atlanta, Georgia Project Description Trevor Arnett is an existing historic building constructed in 1931 as a library
More informationSTATEMENT of WORK Roof Repair Dauphin County, Harrisburg, 0850101 Building # 0850111 Project #11452460
I. SUMMARY A. The Department of Transportation (PennDOT) is issuing a solicitation to provide for (Roof Repairs to Sign Storage Building). The following list of documents made part of this procurement
More informationMechanical Contractor Pre-Qualification Packet. SPSC N180 Computer Data Room Phase II. Project No. CP 159313. Notice No. Notice 13-11.
Mechanical Contractor Pre-Qualification Packet SPSC N180 Computer Data Room Phase II Project No. CP 159313 Notice No. Notice 13-11 Issued by Department of Facilities Management Delivery address: Research
More informationREQUEST FOR PROPOSAL MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING SERVICES VARIOUS BUILDING RENOVATIONS AND NEW CONSTRUCTION
REQUEST FOR PROPOSAL For MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING SERVICES For VARIOUS BUILDING RENOVATIONS AND NEW CONSTRUCTION CITY OF ROCHESTER November 2009 TABLE OF CONTENTS GENERAL INFORMATION
More informationSUCF PROJECT COST REPORTING GUIDE
SUCF PROJECT COST REPORTING GUIDE State University Construction Fund 353 Broadway / ALBANY, NY 12246 SUCF 900 / 11 Table of Contents Page A. Preface 1 B. Area Takeoff Methodology 1. General 2 2. Net Assignable
More informationREQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors
REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors TABLE OF CONTENTS INTRODUCTION AND BACKGROUND... 3 Purpose Of The Request For Proposal window repair and replacement contractors...
More informationRICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********
RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** February 11, 2014 DESCRIPTION The Invitation to Bid and Very High
More informationSECTION 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 informationRequest for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP02658
More informationDOCUMENT 009113 - ADDENDA ADDENDUM NUMBER ONE (1) A. Project Name: BHFC 16-001 New Single Family Dwelling Unit 1. 7264 Dahlia Circle
DOCUMENT 009113 - ADDENDA ADDENDUM NUMBER ONE (1) 1.1 PROJECT INFORMATION A. Project Name: BHFC 16-001 New Single Family Dwelling Unit 1. 7264 Dahlia Circle B. Owner: Brownsville Housing Finance Corporation.
More informationCity Of Portsmouth, New Hampshire REQUEST FOR QUALIFICATIONS # 30-10 For. Construction Management Services for the
City Of Portsmouth, New Hampshire REQUEST FOR QUALIFICATIONS # 30-10 For Construction Management Services for the Renovation and Expansion of Portsmouth Middle School INVITATION The City of Portsmouth,
More informationGENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES
REQUEST FOR QUALIFICATIONS GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES NEW DINING HALL MONTANA STATE UNIVERSITY Bozeman, Montana PPA NO. 15-0103 Campus Planning, Design & Construction Plew Building
More informationSubstantially incomplete submissions will be declined
CONTRACTORS POLLUTION LIABILITY FOR FIRE/WATER RESTORATION CONTRACTORS APPLICATION REQUIREMENTS 1. Contractors Pollution Liability Application - complete all questions in full. 2. Special attention should
More informationCorrected Form: Revised Attachment 7B Cost Proposal Distribution Exhibits A1 and A2 Attached
ADDENDUM #1 RFP: 500 16 Design Build Maintenance & Operations Complex The following changes to the Request for Proposal and clarifications are provided based on questions received and must be added/considered
More informationHOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM
HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and
More informationSolicitation 4448/4449 COOK/CHILL EQUIPMENT INSTALLATION & KITCHEN AIR CONDITIONING INSTALLATION. State of California
Solicitation 4448/4449 COOK/CHILL EQUIPMENT INSTALLATION & KITCHEN AIR CONDITIONING INSTALLATION State of California May 20, 2010 2:04:19 PM PDT p. 1 Bid 4448/4449 COOK/CHILL EQUIPMENT INSTALLATION & KITCHEN
More informationREQUEST FOR QUALIFICATIONS FROM FOUNDATION REPAIR CONTRACTORS BROOMFIELD DEPOT FOUNDATION REHABILITATION PROJECT
Project Description and Scope The City and County of Broomfield, Colorado (Broomfield) hereby solicits this Request for Qualifications (RFQ) to prequalify and shortlist up to five (5) foundation repair
More informationAttachment A. Application for Prequalification. General Contractors, Trade Subcontractors and Related Construction Service Providers.
Attachment A Application for Prequalification of General Contractors, Trade Subcontractors and Related Construction Service Providers Pre-Qualification Form 03.14.16 Page 1 of 15 Application for Pre-Qualification:
More informationDenver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS
RFQ Term: 9/29/2015 12/1/2019 Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS Denver Water (DW), in an effort to improve the administration and efficiency, has initiated
More informationRequest for Proposals BUILDING DEMOLITION SERVICES
Request for Proposals BUILDING DEMOLITION SERVICES Coffeyville Community College 400 W. 11 th Street Coffeyville, KS 67337 Date Issued: February 17, 2014 Date Due: March 6, 2014 at 2:00 pm, local time
More informationAGREEMENT 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 information7. Do you perform any out of state work?... If yes, in what states and provide details of work performed
Applicant s Name* (*If more than one entity, attach separate sheet with description of each entity s operations, relationship to each other and ownership.) Contractors Application Agent Applicant Mailing
More informationFrequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools
Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools 1. Are charter schools required to comply with New Jersey public bidding requirements
More informationDesign Development Quality Management Phase Checklist Project Phase Checklist Series
Best Practices Design Checklist Project Phase Checklist Series Contributed by Micheal J. Lough, AIA, Principal, Integral Consulting The AIA collects and disseminates Best Practices as a service to AIA
More informationPUBLIC 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 informationINFORMAL BIDDING APPLICATION FOR REGISTRATION November 2015 October 2016
INFORMAL BIDDING APPLICATION FOR REGISTRATION General Instructions: Bidders must complete the entire Application. If the requested information does not apply please indicate by N/A. If there is not enough
More informationClancy & Theys Construction Company/Holt Brothers Construction Prequalification Form for First-Tier Subcontractors under CM at Risk
Pursuant to the NC Statute GS143-128.1, 143-135.8 and Wake Technical Community College Policy for Prequalification of Bidders for Construction Projects, this form gathers information about the Subcontractor
More informationGEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES
GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS Perley Elementary School Roof Replacement Project DESIGN SERVICES The Georgetown School Committee seeks proposals for Design Services in connection with
More informationHamilton-Wentworth Catholic District School Board Event Listing By Ascending Event Year
Hamilton-Wentworth Catholic District School Board Event Listing By Ascending Event Year Printed On: 2003/04/03 St Patrick CES, 7932 Study [03.3-050 Plumbing Piping Systems] Study condition, remaining service
More informationNEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law
Page 1 NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law *** This file includes all Regulations adopted and published through the *** *** New Jersey Register,
More informationOcoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
More informationCHARLOTTE COUNTY Community Development Department
CHARLOTTE COUNTY Community Development Department Building Construction Services Division 18400 Murdock Circle, Port Charlotte FL 33948 Phone: 941.743.1201 Fax: 941.764.4907 www.charlottecountyfl.gov 50
More informationGUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to
More informationREQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive
More informationCONSTRUCTION MANAGEMENT SERVICES for the new REPLACEMENT NORTH DORCHESTER HIGH SCHOOL Dorchester County Public Schools December 9, 2015
CONSTRUCTION MANAGEMENT SERVICES for the new REPLACEMENT NORTH DORCHESTER HIGH SCHOOL Dorchester County Public Schools December 9, 2015 Dorchester County Public Schools is intending to engage the services
More informationNotice to Property Owners
Modification or Repair of your Flood Prone Property Notice to Property Owners Rebuilding or Remodeling Your Home If your home or business sustained damage, or if you are making improvements to the structure
More informationPu6lic 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 informationRICHARD B. HUDGENS ARCHITECT, INC.AIA
RICHARD B. HUDGENS ARCHITECT, INC.AIA 520 DALLAS AVENUE P.O. BOX 1467 SELMA, ALABAMA 36702 334-874-1335 PROJECT: RENOVATIONS AND ADDITIONS TO PEBBLE HILL (03-01-13) AU PROJECT NO. 06-176 LOCATION: OWNER:
More informationD3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS
PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section
More informationFLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874
ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial
More informationPASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List
PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List At their Board meeting of August 21, 2013, the Trustees of the
More informationNECESSITY OF SCHOOL CONSTRUCTION STAGE III DESIGN REVIEWS
NECESSITY OF SCHOOL CONSTRUCTION STAGE III DESIGN REVIEWS Rhode Island Department of Education School Building Authority 255 Westminster Street, Providence, RI 02909 Telephone (401)222-4600 Website: www.ride.ri.gov
More informationINVITATION TO BID ROOF REPAIR & COATING PUBLIC WORKS BUILDINGS B-E CITY OF GREENVILLE NORTH CAROLINA
INVITATION TO BID ROOF REPAIR & COATING PUBLIC WORKS BUILDINGS B-E CITY OF GREENVILLE NORTH CAROLINA PRE-BID MEETING: TUESDAY, FEBRUARY 23, 2016 @ 10:00 AM PUBLIC WORKS CONFERENCE ROOM 1500 BEATTY STREET,
More informationNOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN:
ORDINANCE FOR THE ESTABLISHMENT OF ALAMANCE COUNTY MINORITY BUSINESS ENTERPRISE (MBE) OUTREACH PLAN AND GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES WHEREAS, the Board of Commissioners
More informationGREATER HARTFORD TRANSIT DISTRICT DISADVANTAGED BUSINESS ENTERPRISE PROGRAM GOALS/METHODOLOGY FISCAL YEAR 2014, 2015 and 2016 Draft, May 2013
BACKGROUND GREATER HARTFORD TRANSIT DISTRICT DISADVANTAGED BUSINESS ENTERPRISE PROGRAM GOALS/METHODOLOGY FISCAL YEAR 2014, 2015 and 2016 Draft, May 2013 Pursuant to 49 Code of Federal Regulations Part
More informationA mandatory pre bid walk through will be held on May 14, 2015 at 1:30 p.m. See Invitation to Bid for pre qualifications required to bid.
REQUEST FOR PROPOSALS (RFP) for CONSTRUCTION SERVICES at Hollywood Theater: Minimum Improvements and Add Alternates 2815 Johnson Street NE Minneapolis, MN 55418 Section 1: Introduction Out of the Past
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract
More informationEXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE
EXHIBIT 1 Solicitation Date: August 10, 2012 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,
More informationGramercy 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 informationREQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT The Town of Avon and Avon Board of Education are seeking written responses to a Request for
More informationNebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,
More informationCHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
More informationShawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
More informationCITY OF COMMERCE CITY BID BOND
BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($
More informationSUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE APPLICATION REVIEW
CITY OF EDGEWATER BUILDING DEPARTMENT 104 North Riverside Drive Edgewater, Florida 32132 Phone: (386) 424-2400 X 1514 FAX: (386) 424-2423 SUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE APPLICATION SUBSTANTIAL
More informationSAMPLE 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 informationFIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
More informationN.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY
More informationPUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
More informationNOTICE TO POTENTIAL BIDDERS
NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List
More informationREQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office
REQUEST FOR PROPOSALS (RFP) - Construction Management Services From: Germantown School District Project: Germantown School District Addition & Renovations to Rockfield Elementary School N132 W18473 Rockfield
More informationProject Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:
This bid form must be filled out but is for MPOWER processing purposes only. It does not replace the contractors bid. Your contractors bid should additionally be attached. Project Name: Project No.: CONTRACTOR
More informationREQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
More informationATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects
Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical
More informationRequest for Proposal
Request for Proposal Design, Build, Lease Rooftop Solar PV System RFP# 14-2015 Calabogie Community Rink, 574 Mill Street, Calabogie, Ontario Proposal Closing Date: September 25, 2015; 2:00 PM Local Time
More informationCONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).
ISSUE DATE: March 31, 2016 Entertainment Venue Construction Project INVITATION TO BID BIDS DUE: INSTRUCTIONS: CONTACT INFO: 2:00 P.M. on May 6, 2016 (the Submission Deadline ) Submit one completed Bid
More informationREQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
More informationRequest for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Shideler Hall Renovation Response Deadline 12/20/13
More information