UNIVERSITY OF CALIFORNIA, SAN DIEGO

Size: px
Start display at page:

Download "UNIVERSITY OF CALIFORNIA, SAN DIEGO"

Transcription

1 / BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ OFFICE OF THE AS SOCIA TE VICE CHANCELLOR CAPITAL PROGRAM MANAGEMENT TEL: (858) FAX: (858) GILMAN ORNE #0916 LA JOLLA, CALIFORNIA August 15, 2017 TO: ALL HOLDERS OF BIDDING DOCUMENTS LUDWIG GROUPS 1 & 2 MODERNIZATION PROJECT NO. 5032/A4L-429/ Enclosed are the following: 1. Addendum No. 1 dated August 15, 2017, to the Construction Documents. 2. Supplementary Instructions to bidders, dated August 15, NOTE: THE BID DATE HAS BEEN EXTENDED TO 2:00 P.M., TUESDAY, AUGUST 22, Sincerely, James R. Gillie Director of Construction Services Capital Program Management Enclosures

2 General: ADDENDUM NO. ONE TO THE CONSTRUCTION DOCUMENTS August 15, 2017 The following changes, additions or deletions shall be made to the following documents; all other conditions shall remain the same. I. SPECIFICATIONS Item# 1. ANNOUNCEMENT TO LEVEL 2 PREQUALIFIED BIDDERS Delete the sentence that reads: Bids will not be accepted after: 2:00 P.M., Thursday, August 17, 2017, and substitute the following: Bids will not be accepted after: 2:00 P.M., Tuesday, August 22, ADVERTISEMENT FOR BIDS (AFTER PREQUALIFICATION) Delete the sentence that reads: Sealed bids must be received on or before 2:00 P.M., THURSDAY, AUGUST 17, and substitute the following: Sealed bids must be received on or before 2:00 P.M., Tuesday, August 22, SUPPLEMENTARY INSTRUCTIONS TO BIDDERS Delete Supplementary Instructions to Bidders in its entirety and substitute with the enclosed Supplementary Instructions to Bidders dated August 15, II. Item# CLARIFICATIONS 1. Contractor Questions and University responses, dated August 15, UCSD - FD&C Page 1 of 1

3 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS 1. Contract Time: A. The time allowed for Phase 1 Pre-Construction Services is 90 days, the Phase 1 Time. B. The time allowed for Phase 2 Construction is 210 days, the Phase 2 Time. C. The Design/Construction Overlap Duration is 30 days. 2. Contract Sum: Contract Sum Phase 1 is $50, Anticipated Contract Value: A. Anticipated Contract Value is $700,000 B. Maximum Anticipated Contract Value is $805, Requests for clarification or interpretation of the Bidding Documents shall be addressed only to:. CAPITAL PROGRAM MANAGEMENT N. TORREY PINES ROAD, SUITE 470 LA JOLLA, CA ATTENTION: MARIE CLARK, PROJECT MANAGER TELEPHONE: mjclark@ucsd.edu 5. The Pre-Bid Conference will be conducted at the time, day, and place indicated in the Advertisement for Bids. (Attendance at Pre-Bid Conference is mandatory.) 6. Bids will be received on or before the Bid Deadline and only at: CONSTRUCTION CONTRACTS OFFICE (AT THE FRONT COUNTER) TORREY PINES CENTER SOUTH, STE N. TORREY PINES ROAD LA JOLLA, CALIFORNIA Bids will be opened at 2:00 P.M., TUESDAY, AUGUST 22, 2017, at: TORREY PINES CENTER SOUTH SMALL CONFERENCE ROOM, SUITE 466A N. TORREY PINES ROAD LA JOLLA, CALIFORNIA Liquidated damages will only apply if the University exercises its Option for Phase 2. CM/Contractor will be assessed as liquidated damages the sum of $1,500 for each day the Work remains incomplete beyond the expiration of the Contract Time. After Substantial Completion, the rate for liquidated damages shall be reduced to the sum of $500 per day. See Article 6 of the Agreement for detailed requirements. 9. Unit Prices: University is not requesting unit prices from the CMGC on this project. Section Unit Prices were included in documents as a reference for potential future bid packages. April 16, 2014 Supplementary Instructions to Bidders (CPM Rev. 12/12/16) Revised August 15, 2017 Addendum 1 CM/Contractor: SUP-ITB W/O UCIP 1

4 10. The Successful Bidder will receive 1 set of plans and specifications for use during construction. 11. Instructions to Bidders, Article 3, Bidding Documents A. Article Delete Article and substitute with the following: "3.1.1 Bidders may obtain complete sets of the Bidding Documents from the issuing office designated in the Advertisement For Bids for the fee stated therein, if any." 12. Instructions to Bidders, Article 6, Consideration of Bids A. Article Delete Article in its entirety and substitute the following: University will determine the low Bidder on the basis of the sum of the Option Sum Phase 2 plus the daily rate for Compensable Delay multiplied by the multiplier as stated in the Bid Form. The Contract Sum will be the sum of the Contract Sum Phase 1. B. Article Delete Article in its entirety and substitute the following: The University will post the Bid results in a public place at the address where the Bids are received or on the University s website ( C. Article Add the following:.7 Construction Cost Breakdown into the following categories: a. Site clearance of hazardous or obstructing existing conditions prior to prime contract b. Building construction and site cost within five feet of the building perimeter c. Exterior utility work, outside five feet of the building perimeter d. Site development, outside five feet of the building perimeter D. Articles Delete Three and substitute with Two E. Article 6.3.7, first sentence, Delete Three and substitute with Two 13. Paragraph 5.2 Bid Security of the Instructions to Bidders is replaced in its entirety with the following revised Paragraph 5.2: 5.2 MODIFICATION OF INSTRUCTIONS TO BIDDERS BID SECURITY Each Bid shall be accompanied by Bid Security, in the amount of 10% of the Anticipated Contract Value as security for Bidder's obligation to enter into a Contract with University on the terms stated in the Bid Form and to furnish all items required by the Bidding Documents. Bid Security shall be a Bid Bond on the form provided by University and included herein, or a certified check made payable to The Regents of April 16, 2014 Supplementary Instructions to Bidders (CPM Rev. 12/12/16) Revised August 15, 2017 Addendum 1 CM/Contractor: SUP-ITB W/O UCIP 2

5 the University of California. When a Bid Bond is used for Bid Security, failure to use University's Bid Bond form, Version B, will result in the rejection of the Bid. If the Bidder is the successful Bidder it will be required to submit, in addition to those items required by paragraph 6.3.5, two originals of its Payment and Performance Bonds in the amount of the Phase 1 Contract Sum. The Bid Bond Version B so submitted will be retained until the successful Bidder submits all required documents and the Contract has been awarded If the apparent lowest responsible Bidder fails to sign the Agreement and to furnish all items required by the Bidding Documents within the time limits specified in these Instructions to Bidders, University may reject such Bidder s Bid and select the next apparent lowest responsible Bidder until all bids have been exhausted or University may reject all bids. The rejected Bidder shall be liable for and forfeit to University the amount of the difference, not to exceed the amount of the Bid Security, between the amount of the Bid of the Bidder so rejected and the larger amount for which University procures the Work If the Bidder is awarded the Contract and fails to furnish the Performance and Payment Bonds, within 10 days of the University s issuance of the Notice of Intent, as required by Article 11 of the General Conditions, unless Bidder has elected to proceed under paragraph , University may:.1 Elect to not exercise its Option for Phase 2 and not award a contract for Construction Work to another contractor, in which case the CM/Contractor shall pay to the University, as liquidated damages, $250,000, or.2 Elect to not exercise its Option for Phase 2 and award a contract for the Construction Work to another contractor, in which case the CM/Contractor shall pay to the University, not to exceed the amount of the Bid Security, the difference between the amount of the Option Sum Phase 2 and the larger amount for which University procures the Work, plus liquidated damages at the rate specified in Article 6 of this Agreement, for each day of delay, beyond the 10 days for furnishing Payment and Performance Bonds, in awarding a contract for the Construction Work to another contractor, or.3 Elect to exercise its Option for Phase 2, after the CM/Contractor furnishes the Payment and Performance Bonds, in which case the CM/Contractor shall pay to the University, not to exceed the amount of the Bid Security, liquidated damages at the rate specified in Article 6 of this Agreement, for each day of delay beyond the 10 days for furnishing Payment and Performance Bonds If a Bid Bond is submitted, the signature of the person executing the Bid Bond must be notarized. If an attorney-in-fact executes the Bid Bond on behalf of the surety, a copy of the current power of attorney bearing a notarized signature of the appropriate corporate officer shall be included with the Bid Bond. Additionally, the surety issuing the Bid Bond shall be, on the Bid Deadline, an admitted surety insurer (as defined in California Code of Civil Procedure Section ) Bid Security will be returned after the contract has been awarded. Notwithstanding the preceding, if a Bidder fails or refuses, within 10 days after receipt of notice of selection, to sign the Agreement or submit to University all of the items required by the Bidding Documents, the University will retain that Bidder s Bid Security. If the Bid Security is in the form of a Bid Bond, the Bid Security will be retained until the University has been appropriately compensated; if the Bid Security is in the form of certified check, the University will negotiate said check and after deducting its damages, return any balance to Bidder University will retain the Bid Security of the successful Bidder until CM/Contractor has furnished the Performance and Payment Bonds required by Article 11 of the General Conditions. April 16, 2014 Supplementary Instructions to Bidders (CPM Rev. 12/12/16) Revised August 15, 2017 Addendum 1 CM/Contractor: SUP-ITB W/O UCIP 3

6 PROJECT NO. 5032/A4L-429/ ADDENDUM NO. 1 QUESTIONS & ANSWERS (As of August 15, 2017) Q1: The RFP indicates 210 calendar days for construction however we were informed during the job walk that there is a deadline for occupancy of 5/28/18. Assuming 90days of pre-con and the ability to overlap construction by 30days, this leaves less than 210 calendar days for construction. Please clarify if the deadline of 5/28 supersedes the 210 calendar days noted in the specifications. A1: Deadline of 5/28/18 supersedes previously noted calendar days allowed. Q2: After evaluating the scope of the project and planning required to deliver this project, it seems that the staffing on this project is excessive. Please confirm that this project will require three full-time resources through the course of construction (Super, PM, and PE). A2: Confirmed. Because this project is anticipated to require execution overnight and on weekends, as well as potentially also during the day for some execution, that variation of full-time resources is still required for this project. Q3: The bid form indicates to attach an expanded list of subcontractors form to our bid if we intend to use subcontractors. At this time we may not be able to identify all the subcontractors until we completed pre-construction services. Please confirm the intent of submitting a subcontractor list at the Phase 1 bid. A3: List of subcontractors is not required for submission at this time. Q4: We were informed at the job walk that the bid due date would be extended. Please confirm when this will be. A4: Bid due date has been extended to Q5: Will temp construction facilities be required as noted in spec section D? If so, please indicate location. A5: A small field trailer should be provided by the CM/GC for their personnel as well as to hold on-site OAC meetings. Temp power, telecom, air etc should all be the responsibility of the CM/GC. There will be no on-site administrative space made available. It is anticipated that the trailer, temp restroom facilities, temp equipment, along with minimal site staging and storage, will all be positioned in the grass/hardscape area to the east of the facility, in an area approximating 2,000 SF (60'x30'), and must all be provided within a secured, fenced in area, in accordance with Div 01 specs. Q6: Will IAQ testing outlined in section /3.3/B be required? If so, should the cost for this testing be included in Option Sum Phase 2? A6: Still required at this time. Should be included in the CM/GC's overarching management and compliance of the site during construction and included in Option Sum Ph2. Q7: Will the University fill the role of LEED coordinator? Or will this be the responsibility of the CMGC? A7: The University will have a 3rd party LEED coordinator for compiling the package submitted to the USGBC, however the CM/GC shall have the appropriate personnel knowledgeable of the LEED credits, process, and documentation required. The University's coordinator will only be collecting the documentation per credit, from either the A/E Team or the CM/GC team (or both, if the credit requires). Q8: Is the Anticipated Amount referenced in the documents the same as the Estimated Amount of $700,000 listed? A8: Construction is still estimated at $700,000. Q9: Is the Preconstruction Fee of $50,000 included in that amount? A9: No. Q10: The project duration is listed as 210 days, does this include Precon or is it only for Construction. A10: Preconstruction is anticipated to be approximately 2-3 months, from date of bid walk, with bidding anticipated no later than November. The absolute construction completion date is May 28, Construction is anticipated to be approximately 4-5 months in duration. The date of 210 days may no longer be accurate, as time has passed since the cm/gc process was initially advertised. The 1 of 2

7 PROJECT NO. 5032/A4L-429/ date of May 28, 2018 is an absolute end target date, and it is preferable to achieve substantial completion in advance of this, for any last adjustments and punch list items which may need to be completed. Q11: How long is the Preconstruction phase currently anticipated to be? A11: 2-3 months. Q12: The plans note 6 phases that are not defined yet. Will you please elaborate on the project approach and phasing plan? A12: This project will not be phased, in the typical sense. The terminology refers more to the sequencing of the work required for a 24/7/365 occupied and operational lab facility. As discussed at the walk, it is intended that impacts to lab operations will need to occur in steps, and potentially primarily overnight or on weekends, depending on the nature and extent of the impact. 2 of 2

UNIVERSITY OF CALIFORNIA, SAN DIEGO

UNIVERSITY OF CALIFORNIA, SAN DIEGO UNIVERSITY OF CALIFORNIA, SAN DIEGO BERKELEY DAVIS IRVINE LOS A1'GELES MERCED RIVERSIDE SAN DIEGO SAN FRANC'ISCO SANTA BARBARA SANTA CRUZ OFFICE OF THE ASSISTANT VICE CHANCELLOR CAMPUS ARCHITECT - FACILITIES

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

REQUEST FOR PROPOSAL Project with Construction Manager Services At Risk with Guaranteed Maximum Price

REQUEST FOR PROPOSAL Project with Construction Manager Services At Risk with Guaranteed Maximum Price REQUEST FOR PROPOSAL Project with Construction Manager Services At Risk with Guaranteed Maximum Price Dining Center Replacement Building Project MA-1014 Revised October, 2010 REQUEST FOR PROPOSALS FOR

More information

GENERAL ENGINEERING JOB ORDER CONTRACT

GENERAL ENGINEERING JOB ORDER CONTRACT BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA N O T I C E T O B I D D E R S Sealed proposals will be received at the Fresno County Department of Public Works and Planning (Department), Office

More information

ADDENDUM NO. 2 REQUEST FOR INFORMATION. for. Contracted Marketer. Landfill Biomethane Gas from Keithville, Louisiana.

ADDENDUM NO. 2 REQUEST FOR INFORMATION. for. Contracted Marketer. Landfill Biomethane Gas from Keithville, Louisiana. ADDENDUM NO. 2 to REQUEST FOR INFORMATION for Contracted Marketer Landfill Biomethane Gas from Keithville, Louisiana April 25, 2016 This addendum includes answers to questions from interested firms: Q.

More information

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213 November 21, 2018 Attention General Contractors: is hosting a NON-MANDATORY Pre-Bid Conference on Thursday, November 29, 2018, at 10:30 am. The District is inviting your company to attend this non-mandatory

More information

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions Sam Lin Manager Project Development Unit 1402 Maple Street March 12, 2018 Redwood City, CA 94063 650-369-4766 slin@smcgov.org Addendum #02 CMR Services Responses to RFP Questions To All Respondents, Please

More information

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1.

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1. 5.01 CONSTRUCTION PROCUREMENT DELIVERY METHODS A. The Owner s standard method of construction procurement for delivery of capital improvements is Design/Bid/Build. The State Building Commission (SBC) may

More information

DA2598 UNIVERSITY OF CALIFORNIA. April 19, 2016

DA2598 UNIVERSITY OF CALIFORNIA. April 19, 2016 UNIVERSITY OF CALIFORNIA DA2598 BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ CHANCELLORS DIRECTOR LAWRENCE BERKELEY NATIONAL LABORATORY EXECUTIVE

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

U N I V E R S I T Y O F C A L I F O R N I A

U N I V E R S I T Y O F C A L I F O R N I A U N I V E R S I T Y O F C A L I F O R N I A BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ HUMAN RESOURCES AND BENEFITS P.O. BOX 24570 OAKLAND, CALIFORNIA

More information

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL COUNTY OF COLUSA REQUEST FOR BIDS FOR: COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL DUE DATE: June 1, 2016 at 2:00 p.m. REQUEST FOR BIDS DESCRIPTION OF PROJECT: Colusa County is requesting bids (RFB)

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS (for a DESIGN BUILD LUMP SUM) SUBCONTRACT

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS (for a DESIGN BUILD LUMP SUM) SUBCONTRACT ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS (for a DESIGN BUILD LUMP SUM) SUBCONTRACT PROJECT NOTICE DPR Construction, hereinafter called DPR, intends to award a subcontract

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa

More information

THE REGENTS OF THE UNIVERSITY OF CALIFORNIA OFFICE OF ETHICS, COMPLIANCE AND AUDIT SERVICES

THE REGENTS OF THE UNIVERSITY OF CALIFORNIA OFFICE OF ETHICS, COMPLIANCE AND AUDIT SERVICES THE REGENTS OF THE UNIVERSITY OF CALIFORNIA OFFICE OF ETHICS, COMPLIANCE AND AUDIT SERVICES 1111 Franklin Street, 5th Floor Oakland, California 94607-5200 (510) 987-0479 FAX (510) 287-3334 John A Lohse

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

COUNTY OF SANTA BARBARA,

COUNTY OF SANTA BARBARA, NOTICE TO BIDDERS Notice is hereby given that the General Services Department, County of Santa Barbara will receive bids for: COUNTY OF SANTA BARBARA, General Building Construction Job Order Contract Project

More information

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355 SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION 24930 AVENUE STANFORD SANTA CLARITA, CA 91355 REQUEST FOR PROPOSALS Emblem Security System Electronic Door Locks Project The Saugus Union

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services. PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: E-Rate Eligible Category 2 Products and Services District Wide VOLUME 1 of 1 February 06, 2018 TITLE PAGE DOCUMENT 00 01 01-1 DOCUMENT 00 01 10 TABLE

More information

OFFICIAL BID SHEET. DATE: May 3, 2018

OFFICIAL BID SHEET. DATE: May 3, 2018 DATE: May 3, 2018 OFFICIAL BID SHEET BID NUMBER: 18-17 FIRM CONTRACT INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the renovation of two rooms in the

More information

PREQUALIFICATION QUESTIONAIRE

PREQUALIFICATION QUESTIONAIRE CITY HALL FIRST FLOOR COMMUNITY DEVELOPMENT REMODEL PREQUALIFICATION QUESTIONAIRE PROJECT DESCRIPTION Beverly Hills Community Development Facility was last remodeled in 2007, and contains approximately

More information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 HOUSING 4: THE SUMMITS PROJECT NO. 906270 CAMPUS, MERCED CALIFORNIA A. BID SUBMISSION DEADLINE: [The deadline for submitting prequalification

More information

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226 October 11, 2018 Attention Glass/Glazing & General Contractors: Wayne County Community College District is hosting a NON-MANDATORY Pre-Bid Conference on Wednesday, October 17, 2018, at 10:00 am. The District

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. 20043 IN THE CITY OF TUSTIN 300 CENTENNIAL WAY TUSTIN, CALIFORNIA 92780

More information

QUESTION and ANSWER (Posted 01/29/2016)

QUESTION and ANSWER (Posted 01/29/2016) 1 2 3 In section 6.6 of RFP No. 061-12144016-16EF you require the Bid Bond to be in the form of the attached form provided. The attached form provided is for the Performance Bond (Attachment B). Will you

More information

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 The Housing Authority of the Town of Glastonbury (the GHA ) is seeking a qualified firm to serve

More information

The Firemen s Association of the State of New York

The Firemen s Association of the State of New York Request for Proposal (RFP) The Firemen s Association of the State of New York Seeking Proposal for: New Multipurpose Building & Administration Building Demolition Table of Contents Section I Section II

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017 Project No. 17005.02/Tracking No T2017.47, Contract No. E17-12 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017 This Addendum

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

PROJECT MANUAL. Bid Number: B

PROJECT MANUAL. Bid Number: B PROJECT MANUAL PROJECT NUMBER: F35-052-009 Bid Number: B-37-16-17 Realignment Remove Fuel Station and VOLUME 1 May 4, 2017 TITLE PAGE DOCUMENT 00 01 01-1 Bid #: B-37-16-17 Adopted: 01/19/2017 DOCUMENT

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process. RESOLUTION NO. 18-009 OF THE BERKELEY UNIFIED SCHOOL DISTRICT ADOPTING PREQUALIFICATION PROCESS FOR PRIME CONTRACTORS PURSUANT TO PUBLIC CONTRACT CODE SECTION 20111.6 WHEREAS, the Berkeley Unified School

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

Locating & Applying for Construction Opportunities. What Small Businesses Need to Know

Locating & Applying for Construction Opportunities. What Small Businesses Need to Know Locating & Applying for Construction Opportunities What Small Businesses Need to Know Learning Objectives Review construction opportunities available at SFO Provide overview of SFO procurement process

More information

AB436 Labor Compliance Program FAQs 2012

AB436 Labor Compliance Program FAQs 2012 This document provides clarifications with respect to new Labor Compliance Program (LCP) requirements and procedures mandated by Assembly Bill 436 (effective January 1, 2012). 1. How did UC administer

More information

EL CENTRO ELEMENTARY SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR GENERAL CONTRACTORS FOR MULTIPLE PROJECTS

EL CENTRO ELEMENTARY SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR GENERAL CONTRACTORS FOR MULTIPLE PROJECTS EL CENTRO ELEMENTARY SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR GENERAL CONTRACTORS FOR MULTIPLE PROJECTS Due 2:00pm, January 11, 2018 Pursuant to Public Contract Code section

More information

REQUEST FOR PRE-QUALIFICATION OF GENERAL ENGINEERING CONTRACTORS SITE UTILITIES AND INFRASTRUCTURE PROJECT ADVANCED TECHNOLOGY & EDUCATION PARK

REQUEST FOR PRE-QUALIFICATION OF GENERAL ENGINEERING CONTRACTORS SITE UTILITIES AND INFRASTRUCTURE PROJECT ADVANCED TECHNOLOGY & EDUCATION PARK REQUEST FOR PRE-QUALIFICATION OF GENERAL ENGINEERING CONTRACTORS FOR SITE UTILITIES AND INFRASTRUCTURE PROJECT AT ADVANCED TECHNOLOGY & EDUCATION PARK SOCCCD PROJECT NO. 20 June 2, 2016 South Orange County

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016

Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016 University of South Carolina Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H27-6114-MJ Feb. 9, 2016 It is the intention of the University of South

More information

NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX

NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX Choosing By Advantages Selection Method May 16, 2011 North Ogden Public

More information

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr EXHIBIT A Page 1 of 1 EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE April 25, 2016 Based upon inspection form, site visit and rough savings calculation, San

More information

Small Business Utilization. Legislative Report. January 2015

Small Business Utilization. Legislative Report. January 2015 Small Business Utilization Legislative Report January 2015 Budget and Capital Resources December 2009 UNIVERSITY of CALIFORNIA Budget Analysis and Planning January 2015 UNIVERSITY OF CALIFORNIA Small Business

More information

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS SECTION 00 11 13 NOTICE TO BIDDERS 1.01 FROM: THE BOARD OF SCHOOL TRUSTEES (HEREINAFTER REFERRED TO AS OWNER): A. Monroe County Community School Corporation B. 315 E. North Drive C. Bloomington, IN 47401

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District ADDENDUM NO. 1 Date: March 7, 2018 Accessible Ramp at Saddleback College Bid. 2071 South Orange County Community College District General-All project documents including contract documents, drawings, and

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

REQUEST FOR PROPOSAL. Bid Number: INS Insurance Broker / Agent of Record. Lewis County Board of Education Vanceburg, Kentucky

REQUEST FOR PROPOSAL. Bid Number: INS Insurance Broker / Agent of Record. Lewis County Board of Education Vanceburg, Kentucky REQUEST FOR PROPOSAL Bid Number: INS-2018 Insurance Broker / Agent of Record Lewis County Board of Education Vanceburg, Kentucky Deadline: Must be post marked prior to April 5, 2018 or hand delivered prior

More information

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252 ADDENDUM NO. 1 BID# AVC2016/2017-10 Project #16-252 Antelope Valley Community College District Lancaster, CA November 15, 2016 Ledesma & Meyer Construction Co., Inc. 9441 Haven Avenue Rancho Cucamonga,

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 CANOPY REPAIRS AT THE C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 NORTH HANOVER TOWNSHIP BOARD OF EDUCATION 331 Monmouth Road Wrightstown, New Jersey 08562 CONSTRUCTION MANAGER:

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015

Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015 Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015 Below are clarifications and answers to written questions that were received

More information

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS Hollister School District will be soliciting bids for reconstruction and new construction on Measure M Bond Projects.

More information

DATE: November 2, 2017 MANAGEMENT SERVICES

DATE: November 2, 2017 MANAGEMENT SERVICES DATE: November 2, 2017 SUBJECT: REQUEST FOR PROPOSALS FOR MANAGEMENT SERVICES ON-CALL CONSTRUCTION Pursuant to the Request for Proposals (RFP) for On-Call Construction Management Services, all proposers

More information

REQUEST FOR PROPOSALS FOR PRE-CONSTRUCTION AND LEASE-LEASEBACK SERVICES FOR PORTOLA HILLS ELEMENTARY SCHOOL MODERNIZATION AND NEW CONSTRUCTION PROJECT

REQUEST FOR PROPOSALS FOR PRE-CONSTRUCTION AND LEASE-LEASEBACK SERVICES FOR PORTOLA HILLS ELEMENTARY SCHOOL MODERNIZATION AND NEW CONSTRUCTION PROJECT REQUEST FOR PROPOSALS FOR PRE-CONSTRUCTION AND LEASE-LEASEBACK SERVICES FOR PORTOLA HILLS ELEMENTARY SCHOOL MODERNIZATION AND NEW CONSTRUCTION PROJECT Proposal Deadline Date March 5, 2018 at 4:00 PM Submit

More information

UCM DA 176. September 7, 2018 VICE CHANCELLOR AND CHIEF FINANCIAL OFFICER

UCM DA 176. September 7, 2018 VICE CHANCELLOR AND CHIEF FINANCIAL OFFICER UCM DA 176 September 7, 2018 VICE CHANCELLOR AND CHIEF FINANCIAL OFFICER RE: Delegation of - Appointment of and Execution of Agreements for Executive Architects, Executive Landscape Architects, and Executive

More information

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916 Southwest Florida Affordable Housing Choice Foundation, Inc. RFP #: 2010-01 Broadway Apartments Southwest Florida Affordable Housing Choice Foundation, Inc. 4224 Renaissance Preserve Way Fort Myers, FL

More information

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT Department of Buildings and General Services Office of Purchasing & Contracting 109 State Street [phone] 802-828-2211 Montpelier VT05609-3001 [fax] 802-828-2222 http://bgs.vermont.gov/purchasing Agency

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL OUTLAY) PROJECTS

AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL OUTLAY) PROJECTS AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL OUTLAY) PROJECTS December 2006 CALIFORNIA STATE UNIVERSITY, AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL

More information

REQUEST FOR QUALIFICATIONS FROM DESIGN-BUILD ENTITIES ADVANCED TECHNOLOGY AND APPLIED SCIENCE (ATAS) BUILDING PROJECT SADDLEBACK COLLEGE

REQUEST FOR QUALIFICATIONS FROM DESIGN-BUILD ENTITIES ADVANCED TECHNOLOGY AND APPLIED SCIENCE (ATAS) BUILDING PROJECT SADDLEBACK COLLEGE REQUEST FOR QUALIFICATIONS FROM DESIGN-BUILD ENTITIES FOR ADVANCED TECHNOLOGY AND APPLIED SCIENCE (ATAS) BUILDING PROJECT AT SADDLEBACK COLLEGE SOCCCD PROJECT NO. 358D October 31, 2017 South Orange County

More information

City of Detroit Detroit, Oregon

City of Detroit Detroit, Oregon City of Detroit Detroit, Oregon CONTRACT DOCUMENTS BID DOCUMENTS, FORMS, AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE WATER SYSTEM IMPROVEMENTS PHASE 2A Work under this contract is funded by the

More information

Request for Proposal Construction Management Services

Request for Proposal Construction Management Services CONTACT ISSUING OFFICE Bentley Community Schools 1170 N. Belsay Rd. Burton, MI 48509 Rebekah Dupuis, Superintendent PROJECT DESCRIPTION Infrastructure, safety/security and athletic/pe facilities upgrades

More information

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 SAN FRANCISQUITO CREEK MITIGATION PLANTING AND ESTABLISHMENT MAINTENANCE PROJECT Project No. 26284002 Contract No. C0649 1. Notice. Notice is hereby given that sealed Bids will be accepted

More information