Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date23 Apr 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure And Data Center Upgrades Construction Project At The Joseph Maxwell Cleland Atlanta Va Medical Center Located In Decatur, Ga. project Description:
the Scope Of This Project Includes But Not Limited To Completely Prepare Site For Building Operations, Including Demolition And Removal Of Existing Structures, And Furnish Labor And Materials And Perform Work For Data Center/main Computer Room (mcr)/campus Support Center (csc) The Replacement Of The Main Data Center In Building 1. Main Data Center To Be Relocated And Brought Into Compliance With The Oit Standards. Facility Fiber Infrastructure Upgrade Fiber Optic Cables Per The Oit Standards And Reconfigure In A Star Topology Where The Data Center In Building 1 Serves As The Centralized Location And Distribution Point For New Fiber Optic Backbone Cabling Within The Building. Telecommunication Room (tr) Upgrade New Trs In Multiple Buildings Throughout The Campus In Compliance With The Oit Standard. This Includes Architectural, Electrical, And Mechanical Work In Addition To Tr Equipment Room Fittings And Cabling. Work Area Outlets (wao) Upgrade The Existing Horizontal Cabling From The Trs To The Waos. Upgrade Of Supporting Electrical/mechanical Systems. Physical Security Upgrade Of The Data Center And Trs To Comply With The Oit Standards And The Physical Security And Resiliency Design Manual (psrdm). procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-june 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide A Cover Page With Company Name, System For Award Management (sam) Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. As Part Of This Statement, Please Indicate If Your Firm Is More Likely To Submit A Bid If It Is Competed As A Far 14, Invitation For Bid, (price Only) As Opposed To A Far 15 Solicitation Which Includes Technical Factors Other Than Price Under A Request For Proposal. Would A Far 15 Procurement Dissuade You From Submitting A Proposal?
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
provide A Response To Each Of The Following Items:
discuss Your Specific Experience With Previous Ehrm Infrastructure Upgrade Construction Projects? What Was The Dollar Value And Project Title, And What Was Your Role? describe In Detail Your Company S Experience In The Following Areas:
installing Data Centers
routing Fiber Optic And Conduit Installations phasing Management - This Includes Your Ability To Use An Existing System Online While Building What Is Being Replaced, And Transition To Take Down The Old System And Install The New System. This Project Twill Requires A Contractor To Keep Working Data Centers Operational During Construction.
migrating Existing Telecommunication Rooms (tr)
upgrade Computer Room Air Conditioning (crac) And Mechanical, Electrical, And Plumbing (mep) For Data Centers
describe Your Experience Demonstrating An Ability To Manage Multiple Simultaneous Construction Crews. section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
section 7: It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above. Please Note That Hard Copies Will Not Be Accepted. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 23, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
lucretia Maloney
contract Specialist
lucretia.maloney@va.gov secondary Point Of Contact:
katherine Gibney
contracting Officer
katherine.gibney@va.gov project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
Services Of The Prime Minister Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
France
Closing Date5 May 2025
Tender AmountRefer Documents
Details: MOE Market Composed of: - An architect who is a national of a Member State of the European Union or a party to the Agreement on the European Economic Area, established in one of these States and who meets the conditions required to sit the tests of the competition established by the 2nd of I of Article 2 of Decree No. 2007-1405 of September 28, 2007 on the Special Status of the Corps of Chief Architects of Historic Monuments and Adaptation to Community Law of the Rules Applicable to the Restoration of Listed Buildings as well as those required to be registered on a Regional Table of the Order of Architects under the provisions of Article 10 of Law No. 77-2 of January 3, 1977 on Architecture, - A Technical Design Office Any State Corps Having a Specialization In Roof Renovation (zinc, slate, bituminous coating) and a thermal engineer, - A Structural Design Office specializing in frames and flat roofs, - An Economist specializing in old buildings. The market includes a firm tranche and two optional tranches (see Market Parts).
U S FISH AND WILDLIFE SERVICE USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date3 Apr 2025
Tender AmountRefer Documents
Details: This Announcement Is For Market Research Purposes Only And Should Not Be Construed As A Solicitation Announcement. The Submission Of This Information Is For Planning Purposes Only. It Is Not To Be Construed As A Commitment By The Government To Procure Any Services, Nor Does The U.s. Fish And Wildlife Service Intend To Award A Contract On The Basis Of This Request For Information Or Otherwise Pay For The Information Solicited.project Information: This Market Research Concerns Multiple Indefinite-delivery, Indefinite-quantity (idiq) Contracts For Architects And Engineering Services (a/e) To Support The Dam Safety Program At Various U.s. Fish And Wildlife Service (fws) Locations Throughout The United States. Each Idiq Requirement Is Projected To Be Valid For Five Years.the U.s. Fish And Wildlife Service (fws) Requires Safety Evaluation Of Existing Dams (seed) Inspections, Levee Safety Assessments, Pre-title I, Title I, Title Ii, Title Iii, And Compliance Services With The National Environmental Policy Act (nepa) For Dam Projects Located At Various Fws Sites Across The Country. The Fws Dam Inventory Includes Approximately 16 High And Significant-hazard Dams As Well As Over 300 Low-hazard Dams, Which Consist Of Multiple Types Such As Zoned And Homogeneous Earth Embankment Dams, Gravity And Arched Concrete Dams, Roller-compacted Concrete Dams, And Composite Dams. The Heights Of These Dams Range From 6 To 103 Feet, And Their Normal Reservoir Storage Capacities Vary From 15 To 254,000 Acre-feet.typical Projects May Encompass Constructing New Dams And Rehabilitating Or Reconstructing Existing Dams, Levees, And Other Hydraulic Structures, Along With Their Appurtenant Facilities, Such As Spillways, Outlet Works, And Gates. Common Task Orders May Include But Are Not Limited To, Inspections, Analyses, Design, Preparation Of Drawings And Specifications, Field Investigations, Risk Analysis And Potential Failure Mode Analysis (pfma), Stability Studies, Hydraulic And Hydrologic Studies, Biological And Cultural Studies, Documentation, Construction Supervision, Consultation, And Clean Water Act Certification And Permitting.the North American Industry Classification System (naics) Code For This Effort Is 541330, Engineering Services.submission Requirements: Interested Firms Are Invited To Express Their Interest By Submitting A Capability Statement. It Is Requested That The Information Identified Be Provided Electronically To Mr. Jerry W. Perry At Jerry_perry@fws.gov. Please Provide The Requested Information No Later Than April 3rd, 2025. The Submission Of This Information Is For Market Research Purposes Only. The Notice Does Not Constitute A Request For Proposal, Nor Does The U.s. Fish & Wildlife Service Intend To Award A Contract Based On This Request For Information. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Request For Information. All Data Received In Response To This Request For Information Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Release Outside The U.s. Government. No Hard-copy Or Facsimile Submissions Will Be Accepted. Cover Letters And Extraneous Materials (brochures, Etc.) Will Not Be Considered. Interested Offerors Shall Address The Requirements Of This Notice In Written Format By Electronic Mail To Mr. Jerry W. Perry At Jerry_perry@fws.gov No Later Than April 3rd, 2025, At 3:00 Pm Eastern Time. Phone Calls And Fax Transmittals Will Not Be Accepted. Personal Visits To Discuss This Announcement Will Not Be Scheduled.
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date4 Apr 2025
Tender AmountRefer Documents
Details: This Announcement Constitutes A Synopsis For The Purpose Of Notifying Industry Of The Government’s Intent To Release A Request For Proposal Under Naics Code 236220, Commercial And Institutional Building Construction. It Does Not Constitute A Formal Request For Proposal (rfp). the Daf 66th Air Base Group Civil Engineer (66 Abg/ce) Requires Management, Labor, Material, Equipment, Transportation, Supervision, And Architectural Engineering Services (as Required) To Accomplish Simultaneous Maintenance, Sustainment, Repair, And Minor Construction Projects Issued Under The Multiple Award Construction Idiq Contract (macc) Located On The Following Air Force Installations: Hanscom Air Force Base (hafb) – Bedford, Ma; Hafb Famcamp, Bedford, Ma; Patriot Golf Course, Bedford, Ma; Sagamore Hill Solar Observatory – Hamilton, Ma; Fourth Cliff Recreation Annex – Humarock, Ma; Cape Cod Air Force Station – Sagamore, Ma; And New Boston Air Force Station – New Boston, Nh. This Contract Will Be Task Order (to) Based. To Requirements May Include Complete Design Documents (i.e. Plans And Specifications) Or Will Consist Of A Design-build (db) Request For Proposal (rfp). The Contracting Officer (co) Will Issue The Rfp To All Awardees Of The Multiple Award Construction Contract (macc) Describing Basic Requirements For Each Individual To On An As Needed Basis. Each To Will Be Awarded In Accordance With Rfp Criteria. The Government Will Require Prompt Response And Execution Of Tos. the Work Performed Under This Contract Will Be Complex In Nature, Require Multiple Trades, And May Require Detailed Engineering Design To Be Performed By Registered / Licensed Engineers And Architects. this Competitive Small Business Set-aside Is A Selection That Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 15, As Supplemented, Department Of Defense (dod) Source Selection Procedures, Department Of The Air Force Federal Acquisition Regulation Supplement (daffars), Mandatory Procedure (mp) 5315.3, And As Further Refined In This Solicitation. The Government Intends To Award Hanscom Multiple Award Construction Contract (macc) Indefinite Delivery/indefinite Quantity (idiq) Contract(s) To A Target Of Up To Three (3) Small Business Contractors. The Small Business Contractors Receiving A Macc Idiq Contract Will Also Receive An Initial Pre-construction Kick-off Task Order Which Will Meet The Minimum Ordering Quantity. Among The Small Business Contractors Receiving A Macc Idiq Contract, The Government Also Intends To Award The Building 1106 Conference Center Hvac Task Order. the Government Requests That Initial Feedback, Comments, And Questions Be Received No Later Than Fifteen (15) Calendar Days From The Posting Date Of This Notice To Sam.gov. Please Submit All Questions, Comments And Feedback Regarding This Notice Via Email To The Following Points Of Contact: Courtney Petterson, Contracting Officer: Courtney.petterson@us.af.mil. David Conquergood, Contract Specialist: David.conquergood.1@us.af.mil. this Notice Is For Planning Purposes Only And Does Not Constitute A Request For Proposal Nor Does The Issuance Restrict The Government To A Single Acquisition Approach. The Government Will Not Pay For Any Information Received In Response To This Notice Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided To Aflcmc. No Telephone Response Will Be Accepted. Any Information Submitted By Respondents To This Notice Of Contract Action Is Strictly Voluntary. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted.
School District 42 Maple Ridge Pitt Meadows Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date11 Jul 2025
Tender AmountRefer Documents
Details: Summary Details Trade Contract Tenders, As Detailed Below, Are Requested By Public Tender In Regard To Blue Mountain Elementary Addition, 12153 248 St, Maple Ridge, Bc V4r 2b7. The Following Tenders Will Be Accepted At The Offices Of The Construction Manager Not Later Than 2:00 Pm Local Time, Friday, July 11th, 2025. Contract #02050 Demolition Contract #02080 Abatement Contract #02100 Slab Prep Contract #02200 Excavation Contract #02600 Civil Work & Asphalt Paving Contract #03001 Cast In Place Concrete / Formwork Contract #03200 Concrete Reinforcement Contract #05100 Structural Steel / Steel Joists / Metal Decking Contract #05500 Misc. Metals Contract #06200 Finish Carpentry Contract #06400 Millwork Contract #07100 Dampproofing / Waterproofing Contract #07250 Spray Applied Insulation & Fireproofing Contract #07410 Preformed Metal Siding Contract #07480 Kingspan Insulated Metal Panels Contract #07500 Modified Bituminous Membrane Roofing Contract #08200 Doors, Frames, Hardware – Supply Contract #08800 Glazed Aluminum Curtain Wall / Glazing Contract #09250 Steel Stud / Insulation / Gypsum Wallboard Assemblies Contract #09300 Ceramic Tile Contract #09500 Acoustic Ceilings / Acoustic Wall Panel / Linear Wood Contract #09650 Flooring Contract #09670 Resinous Flooring Contract #09900 Painting Contract #10400 Signage Contract #10650 Operable Wall Contract #10710 Rolling Security Shutters Contract #10800 Washroom Accessories / Specialties Contract #12490 Window Blinds Contract #15300 Sprinklers / Fire Protection Contract #15400 Mechanical Contract #16100 Electrical A Non-mandatory Site Walkthrough Will Be Held On Thursday, June 26th, 2025, At 9:00am. The Cut-off For All Tender Rfi’s Will Be Thursday, July 3rd, 2025, At 10:00am. The Project Consists Of A Five-classroom Prefabricated Addition Using Kingspan Panels On A Steel Structure For School District No. 42 (maple Ridge–pitt Meadows). The Project Includes Work In Three Zones: Within The Fenced Construction Site, Outside The Fenced Area, And Limited Work Within The Existing School Building (only With Prior Approval And Outside Of School Hours). Additional Scope Includes Site Service Upgrades Such As Storm Drain Relocation, Sanitary Sewer Extension, Water Supply Upgrades, Fire Lane Improvements, And Enhanced Parking. The New Addition Will Include A Sprinkler System, Even Though The Existing School Does Not. Owner: School District 42 22225 Brown Ave Maple Ridge, Bc V2x 8n6 Consultant: Da Architects #200- 1014 Homer St Vancouver, Bc V6b 2r9 Contact: James Kao, Jkao@da-architects.ca Construction Etro Construction Manager: 4727 Hastings St Burnaby, Bc V5c 2k8 Phone: 604-492-0920 Contact: Sophie Morris, Sophie.morris@etroconstruction.com Lyndon Rosario, Lyndon.rosario@etroconstruction.com All Documents In Regards To This Public Tender Are Available To Download From The Construction Manager. To Gain Access To The Tender Documents Please Contact Sophie Morris Via Email At Sophie.morris@etroconstruction.com With The Contract That You Will Be Bidding On And They Will Respond With Access Instructions.
The City Of Rous Nov Tender
Others
Czech Republic
Closing Date27 Jun 2025
Tender AmountRefer Documents
Details: Předmětem Plnění Této Zakázky Je Dodávka Interiérového Vybavení (nábytku) A Zařizovacích Předmětů V Rozsahu A Za Podmínek Dle Přílohy Č. 3 Kupní Smlouvy V Rámci Projektu Z Programu Regenerace Brownfieldů Pro Podnikatelské Využití, Číslo Výzvy: 2.8.3, Název Projektu: Stará Pošta Rousínov, Číslo Projektu 283 Bf 04. Technické Parametry Poptávaného Plnění Jsou Definovány V Projektové Dokumentaci A Soupisu Položek S Názvem „stará Pošta Rousínov – Komplexní Řešení Včetně Restaurace“ Vypracované Generálním Projektantem Pma Architects S.r.o., Starobrněnská 33/16, 602 00 Brno, Ičo 04400836, Hlavní Inženýr Projektu Ing. Arch. Jaromír Vjaclovský A Další Viz Projektová Dokumentace (dále Jen „projektová Dokumentace“) S Tím, Že Zadavatel Umožňuje Jejich Modifikaci Při Zachování Principu, Kdy Výkonové A Rozsahové (kvalitativní) Parametry Jsou Stanoveny Jako Minimální, Příkonové Jsou Stanoveny Jako Maximální A Rozměrové A Váhové Parametry Jako Doporučené, Pakliže Není U Konkrétního Parametru Uvedeno Něco Jiného, S Tolerancí Stanovenou Ve Smlouvě Tak, Aby Plnění Mohlo Být Instalováno V Místě Pro Toto Zařízení Určeném. Při Dodávce Vybavení Musí Dodavatel Zejména Respektovat Dispozice Uvedené Ve Výkresech Projektové Dokumentace A Specifikaci Položek Zařízení, Z Čehož Vyplývá Také Zohlednění Případného Stávajícího Zařízení Zadavatele, Jeho Rozměrů A Nutnosti Jeho Zpětné Montáže Či Umístění. Zadavatel Výslovně Uvádí, Že Rozměry Jednotlivých Zařízení Jsou Chápány Jako Doporučené S Tím, Že Je Možná Jejich Modifikace Tak, Aby Se Veškeré Dodávané Zařízení Do Definovaného Prostoru Vešlo A Byl Zachován Jeho Účel Použití (dodavatelé Nemohou Navrhnout Dodat Takové Provedení, Které Nebude V Některé Části Splňovat Svůj Účel). Tato Zakázka Zahrnuje I Dopravu, Montáž, Uvedení Do Provozu A Zaškolení Obsluhy V Místě Určeném Zadavatelem. Vybraný Dodavatel Zodpovídá Za To, Že Zakázka Bude Dodána Kompletní A Bude Obsahovat Všechny Díly Potřebné K Bezvadnému Provozu. V Rámci Plnění Budou Použity Pouze Originální (nerepasované) Komponenty. Technická Specifikace Stanovuje Základ Minimálních Požadavků Na Funkci, Výkony, Životnost Apod. Zadavatel Výslovně Uvádí, Že Předmět Plnění Této Veřejné Zakázky Je Možné Splnit Jednak Dodávkou Koupeného Vybavení Anebo Dodáním Vyrobeného Vybavení (jak Typový Tak Atypický Nábytek A Vybavení) S Tím, Že Dodávané Vybavení Musí Splňovat Zadavatelem Stanovené Kvalitativní Parametry. Požadavek Na Certifikaci Je Výslovně Chápán Jako Kvalitativní Standard, Tj. Vyráběné Vybavení Výslovně Nemusí Tuto Certifikaci Mít Vydanou, Nicméně Při Dodání Vzorku Takového Vybavení Dodavatel Doloží Zkušební Protokol (protokol O Zkoušce) Vydaný Akreditovanou Zkušebnou (akreditace Podle Normy Iso/iec 17025 Od Českého Institutu Pro Akreditaci), Kterým Bude Prokázáno Splnění Veškerých Požadovaných Kvalitativních Parametrů Dle Požadovaných Certifikátů A Požadavků Projektu. Dodávka Vybavení Je Požadována Včetně Dopravy, Instalace A Kompletace Jednotlivých Částí, Pakliže To Bude Vhodné.
School District 36 Surrey Tender
Civil And Construction...+1Building Construction
Canada
Closing Date29 Jul 2025
Tender AmountRefer Documents
Details: Trade Contract Tenders, As Detailed Below, Are Requested By Public Tender In Regard To Guildford Park Secondary School Addition & Mary Jane Shannon Childcare Building, 10707 146 Street, Surrey, Bc V3r 1t5. The Following Tenders Will Be Accepted At The Offices Of The Construction Manager Not Later Than 2:00 Pm Local Time, Tuesday, July 29, 2025: C-009 Architectural Woodwork C-010 Foundation Damproofing C-013 Spray Applied Fireproofing C-014 Gypsum Board C-015 Doors, Frames, Hardware – Supply Only C-017 Ceramic Tile C-018 Acoustic Panels / Wall Coverings C-019 Sprung Gym Wood Floor C-020 Resilient Flooring C-021 Painting C-022 Miscellaneous Specialties C-023 Equipment C-024 Landscaping Guildford Park Secondary Was Originally Constructed In 1958 And Has Had Seven (7) Additions, The Last One Being In 1994. The Current School Has 42 Classrooms And Requires 12 Portable Classrooms To Support Enrolment. It Is Expected That Three (3) More Portable Classrooms Will Be Required Before Construction Starts, And Two (2) More Portable Classrooms Will Be Required During Construction Of The Addition. It Is A Joint Site With Mary Jane Shannon Elementary And Includes Parking Lots, 2 Fields And 2 Gravel Play Areas. Scope Of Work Is To Build (1) A 2-storey 18 Classroom Addition, (2) A Dance Studio And Gymnasium Addition, Both Attached To The Existing School, And (3) A Standalone Childcare Adjacent To The Existing Mary Jane Shannon Elementary School. Auxiliary Work Will Include 54 New Parking Stalls, Childcare Outdoor Space Landscaping, Renovation To Existing Classrooms To Accommodate The Bases Program, Portable Relocation, Removal And Services, Work Related To An Irrigation Kiosk, And Civil Upgrades Throughout The Property. The Construction Schedule Is Phased And Will Require Multiple Occupancy Turnovers. With Surrey On Track To Become B.c.’s Largest City, Its Exponential Growth Is Filling Sd36 Schools And The Demand For Public Education Is Greater Than Ever. The Influx Of Young Couples And Families, Both Locally And Through Immigration, Is Increasing Pressure On Existing School Facilities. This Project Will Provide Capacity For 450 Students In The High School, A New Childcare Facility, Play Spaces, Exterior Spaces, 54 New Parking Stalls And Upgraded Civil Services, Which Will Help Address The Growing Demand. The Lowest Or Any Tender Will Not Necessarily Be Accepted. Owner: School District No. 36 - Surrey 14033 92 Avenue Surrey, Bc, V3v 0b7 Consultant: Station One Architects 9360 Mill Street #2 Chilliwack, Bc, V2p 4n2 Tel: 604-793-9445 Construction : Unitech Construction Management Ltd. Manager : 200-1530 56th Street Delta Bc V4l 2a8 Phone 604-943-8845 Contact: Clifton Crawford Email: Ccrawford@unitechcm.ca All Documents In Regards To This Public Tender Are Available To Download From The Construction Manager. To Gain Access To The Tender Documents Please Contact Elci Ciglic Via Email At Eciglic@unitechcm.ca With The Contract That You Will Be Bidding On And They Will Respond With Access Instructions.
Government Of New Brunswick Tender
Civil And Construction...+1Building Construction
Canada
Closing Date22 Jul 2025
Tender AmountRefer Documents
Details: Division02-existing Conditions Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division10-specialties Division21-fire Suppression Division23-heating, Ventilating, And Air Conditioning Division26-electrical Division27-communication Division28-electronic Safety And Security ***documents Are Available Through The Construction Association*** Washroom Renovations Wabanaki School 989 St. George Blvd. Moncton, Nb Sk5-a22 Bw5119 Address All Inquiries To Murdock & Boyd Architects Inc 50 King Street Saint John, Nb E2l 1g5 Attention Architectural Murdock & Boyd Architects Michael Colpitts, Aanb 506-646-9200 M.colpitts@architects.nb.ca Mechanical Mcw Maricor Ltd. Scott Mowery, P.eng 506-847-8285 Smowery@mcw.com Electrical Rsei Consultants Ltd. Tracey Mcdade, P.eng 506-451-0005 Tmcdade@rsei.nb.ca Site Visit Date & Time July 15, 2025 At 10:30 Am Contact Candace Scott 506-871-4833 Candace.scott@nbed.nb.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By Email To Constructionbidssoumissions@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt In The Province's Electronic Mail System. 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. Excluded Jurisdictions 1. In Accordance With Section 143.1 Of Regulation 2022-78 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Municipality Of Mankayan, Benguet Tender
Civil And Construction...+4Building Construction, Construction Material, Consultancy Services, Civil And Architectural Services
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 270 K (USD 4.6 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Province Of Benguet Municipality Of Mankayan Project Name : Geotechnical Investigation (soil Testing, Exploration, Etc.) At Barangay Poblacion Location : Mankayan, Benguet (various Barangays) Contract Duration : 30 Calendar Days Approved Budget For The Contract (abc) : Php 270,000.00 Source Of Fund : Saip No. 06 Mode Of Procurement : Public Bidding Terms Of Reference Geotechnical Investigation (soil Testing, Exploration, Etc.) (various Site Location) I. Introduction A. Background The Local Government Unit Of Mankayan Is Embarking On The Implementation Of Multiple Vertical Infrastructure Projects, Including Public Buildings, Healthcare Facilities, And Commercial Centers. These Projects Are Integral To Supporting Community Development, Improving Public Services, And Promoting Economic Growth Within The Municipality. Given The Diverse Nature Of These Projects, It Is Crucial To Guarantee That The Proposed Structures Are Designed And Constructed To Meet Safety, Durability, And Sustainability Standards. The Success Of These Projects Relies Heavily On The Stability And Suitability Of The Underlying Soil And Subsurface Conditions. As Such, A Comprehensive Geotechnical Investigation Is Essential To Provide The Data And Analysis Necessary For Informed Decision-making During The Design And Construction Phases. The Geotechnical Investigation Aims To Evaluate The Physical, Chemical, And Mechanical Properties Of The Subsurface Materials At Each Project Site. This Assessment Will Identify Potential Geotechnical Challenges, Such As Soil Instability, Low Bearing Capacity, High Groundwater Tables, Or The Presence Of Expansive Or Liquefiable Soils, Which Could Impact The Structural Integrity Of The Proposed Buildings. Furthermore, The Investigation Will Ensure Compliance With Local Building Codes And Regulatory Requirements While Optimizing Design Solutions To Balance Safety, Performance, And Cost-efficiency. B. Objectives 1. To Determine The Soil Bearing Capacity To Guide Foundation Design. 2. To Evaluate Soil Composition And Its Properties To Be Able To Assess Soil Stability. 3. To Analyze The Data Obtained And Give Engineering Consideration And Recommendation On The Selection And Design Of Foundation. 4. To Address Seismic Considerations. 5. To Ensure Regulatory Compliance And Standards. 6. To Support Cost-effective Design. C. Scope Of Work The Proposed Projects Are The Subject Of Subsurface Soil Exploration Work Including Geotechnical Report. Name Of Project And Location Number Of Bored Hole Mankayan Public Market, Poblacion 6 Poblacion Barangay Hall, Poblacion 3 Ii. Scope Of Services A. General 1. The Consultant Shall Be Responsible For Carrying Out The Necessary Subsurface Soil Exploration Works In Respect To The Project Stated. 2. After The Issuance And Receipt Of Notice To Proceed (ntp), The Consultant Shall Coordinate With The Municipal Engineering Office To Identify The Site Of The Project. 3. Upon Completion Of The Subsurface Exploration Work Activities, The Consultant Shall Submit Their Final Report Containing Geotechnical/ Geological Reports To The Municipality. 4. All Damages Incurred By The Project Shall Be Restored By The Contractor. 5. The Consultant Shall Be Responsible For The Reliability Of The Work Presented. B. The Service 1. Subsurface Soil Exploration Works A. Location The Consultant Shall Coordinate With The Municipal Engineering Office Before The Conduct Of Subsurface Soil Exploration Works For Proper Identifying The Location Of The Projects. B. Scope Of The Project The Consultant Shall Provide All The Labor, Instrument/ Equipment Materials And Supplies, Vehicles, Bunkhouses, Etc., Necessary To Perform Satisfactorily The Subsurface Exploration Herein Required, Viz: I. Drilling And Sampling Ii. Standard Penetration Test (spt) Iii. Water Level Measurements Iv. Laboratory Testing And Analysis V. Preparation And Submission Of Reports The Consultant Shall Be Held Solely Responsible For The Result Of This Boring/ Drilling Exploration And Other Activities Under The Terms Of Reference (tor). C. Detailes Exploration Requirements/ Specifications Drilling And Sampling 1. Location And Number All Boreholes At The Specified Location Should Be Shown On The Plans. Include Coordinates. 2. Depths Of Borings Shall Be Equal To 15 Meters Or Extend If Necessary, Depending On The Soil Classification. 3. Procedure In Sand, Clay, And Slit Materials, The Boreholes Shall Be Advanced By The Wash Boring Method In Between Sampling Sections Using Side Discharged Chopping Bits. Whenever Necessary, “n”-size Casings Shall Be Utilized. The Washed Section Shall Be Cleaned Thoroughly Before Each Sampling Run, Ensuring That The Underlying Soil Is Not Disturbed. Sampling Shall Be Done At One Meter Interval From The Riverbed To Hard Strata Using 50 Cm Split Spoon Sampler. In A Soft Cohesive Layer, Disturbed Sample Using Thin-walled Tube Samplers Shall Be Obtained Hydraulically. Core Drilling Shall Be Carried Out By A Diamond Rotary Drill Method In Gravely On Rock Formation. Core Samples Shall Be Undertaken Wherever Solid Information Is Encountered. D. Equipment 1. Drilling Machine The Consultant Shall Utilize At Least Two (2) Drilling Machine And Set Them Up At The Project Site. The Drilling Machine Shall Be In Good Working Condition And Shall Be Of Such Capacity As To Maintain Satisfactory Progress Of Work. 2. Bits The Consultant Shall Have An Example Supply Of Different Types Of Bits To Adapt To Varying Conditions. Bottom Discharge And Stepped Bits Shall Also Be Available. 3. Core Barrels Double Tube Swivel Type Core Barrels In Good Condition And Obtaining Maximum Core Recovery Shall Be Used. 4. Casing The Consultant Shall, At His Own Expense And Responsibility, Provide Casings As Required To Ensure The Stability Of The Borehole Walls. The Casings Shall Be At Least Of N-size And Shall Be In Good Condition. After A Hole Has Beed Finished, The Casings Shall Be Retrieved. E. Handling And Core Samples The Consultant Shall Provide All The Materials, Equipment, And Labor Necessary For Preserving Samples. F. Standard Penetration Test (spt) The Test Shall Be Carried Out Through Ordinary Soil Encountered To The Depths Specified Above. Standard Penetration Test Shall Be Performed Using 5.0 Cm (2.0 In.) Outside Diameter Split Spoon Sampler, Driven By A 63.6 Kgs (140 Lbs.) Hammer Falling 76.0 Cm (30 In.) At 1.50 Mts Interval Or Closer If Necessary. G. Water Level Measurement The Water Level Shall Be Measured Daily (before And After) Whenever Encountered In A Borehole. H. Laboratory Testing Analysis The Preparation Of Samples For Testing Shall Be Made In Accordance With Aashto. The Following Test Shall Be Made On Samples Obtained From Boring And Drilling. 1. Split – Spoon Analysis I. Visual Soil Description Ii. Mechanical Analysis, Aashto Designation T88 Iii. Liquid Limit, Plastic Limit And Plasticity Index, Aashto Designation T89 And T90 Iv. Group Index And Soil Classification, Use Unified Soil Classification C. Report Outputs/ Deliverables 1. Final Output The Consultant Shall Prepare The Final Report Containing Geological/ Geotechnical Reports And Analysis In Five (5) Bound Copies In The Form And Substance To Be Submitted To The Local Government Of Mankayan – Engineering Office Together With The Detailed Engineering Plans, Thirty (30) Days From The Commencement Of Work And/ Or At The Termination Of The Contract. The Final Report Shall Not Be Limited To The Following: A. Field Investigation And Methodology B. Borehole Drilling And Sampling C. Laboratory Testing D. Final Boring Logs (bl) E. Final Laboratory Test Results (fltr) F. Borehole Location Plan G. Soil Profile Along Structures Showing Boring/ Drilling Logs H. Soil Liquefactions Investigation Report I. Soil Bearing Capacity J. Detailed Discussion Of The Result Of Geological/ Geotechnical Investigation And Laboratory Testing K. Recommendation (foundation Type And Required Geotechnical Parameter For Design) Other Data To Be Submitted By The Consultant Along With The Final Report Are The Following: Boring Logs A. Job, Boring, Hole Number, Date, Time, Boring/drilling, Foreman, Supervisor B. Weather Condition C. Depth Of Boring At Start Of The Day D. Method Of Penetration And Flushing System E. Description Of Soil Strata Encountered F. Depth Of Soil Boundaries G. Size, Types And Depth Of Samples And Sample Number H. Type And Depth Of In – Situ Test I. Standard Penetration Test Resistance, “n” Value J. Recovery Ratios Of Samples K. Detailed Notes On Boring/ Drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Wash Water Or Spoil From Boring/ Drilling Tools L. Depth Of Boring At End Of The Day M. Other Relevant Information Such As Rqd, Percent Core Recovery, Andle Of Fiction, Etc. Photographs Photographs Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Consultant And Incorporated In The Report. Photographs Shall Be Taken At Each Borehole Location Depicting The Following: A. Equipment Used B. Core Drilling Operation C. Water Level Measurements D. Performance Of Spt And Shelby Tube Samples E. All Cores In The Core Boxes, Spt And Shelby Tube Samples F. Date Photographs Was Taken. Note: Photographs Will Be Printed As A Part Of The Final Report. Produce Another Set Of Photographs In 3r Size. Iii. Implementation A. Key Experts’ Qualification And Requirements The Following Experts/ Professionals And Their Member Shall Be Required To Carry Out The Consulting Services For The Projects And Should Have Appropriate Educational Degree, Relevant Training And Adequate Years Of Experience In The Conduct Of Sub-surface Soil Exploration. Position/ Key Staff Number Of Staff Detailed Tasks/ Responsibilities Required Qualifications Team Leader 1 • Overall Guidance, Direction, Supervision And Coordination Of Members Of The Team • Study And Determination Of Items And Method Of Soil Investigation And Laboratory Test • Perform Necessary Subsoil Investigations On Representative Sections Of The Road With Samples To Be Taken At Suitable Intervals • Investigate The Physical Properties Of Materials To Facilitate The Design Of Structures • Bs In Civil Engineering; Ms Or Doctoral Degree Is An Added Advantage • Duly Licensed/ Registered Civil Engineer • At Least 10-year Experience On Soil, Sub-surface And Geotechnical Survey And Study Of Structures, Roads And Bridges The Consultant Shall Provide Technical And Administrative Support Staff As May Require. B. Contract Period The Consultant’s Contract Period For Undertaking The Detailed Engineering Design And Final Report Shall Be Thirty (30) Calendar Days And The Consultant Shall Commence Work After Receipt Of Notice To Proceed. C. Assistance To Be Provided By The Client The Lgu Of Mankayan Shall Ensure That The Consultant Has Access To All Relevant Information Necessary To The Performance Of The Above Services. The Consultant Is Expected To Provide Office Space And Equipment And All Other Resources For Completing The Service. Prepared By: Recommending Approval: Mharidion L. Gas-ing Jonathan S. Casaldo Architect I Municipal Engineer Approved: Hon. Dario S. Banario Municipal Mayor Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 26, 2025 Dropping Of Bids, (08:00am-09:30am) At Municipal Library February 26, 2025 Opening Of Bids, (10:00am) At Municipal Library A Complete Set Of Bid Documents May Be Acquired From The Bac, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Prepared By: Digno M. Valentin Mbac-chairman
Marion County School District Tender
Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Notice Is Hereby Given That Sealed Bids Will Be Received By The Marion County School District, In The Board Room Of The Marion County School District Located At 1010 Highway 13 North, Columbia, Ms 39429, Until 2:00pm, Local Time, On Tuesday, January 14, 2025, And Then And There Publicly Opened And Read For The Following Project: West Marion High School Baseball And Softball Lighting Upgrades Marion County School District In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Hard Copy Or Digital Copy At Www.asaplans.com. Interested Bidders Should Log-in Or Register For A Free Account To View And Order Bid Documents. The Cost Of The Bid Documents Is Non-refundable And Must Be Purchased Through The Website (hard Copies And Digital). Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Marion County School District, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, They Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Sixty (60) Days. The Marion County School District Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. School Board Of Education Marion County School District Dates Of Publication: December 12 And 19, 2024
2151-2160 of 2262 archived Tenders