SHARON CITY SCHOOL DISTRICT Sharon, PA

Size: px
Start display at page:

Download "SHARON CITY SCHOOL DISTRICT Sharon, PA"

Transcription

1 PROJECT MANUAL MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON MIDDLE/HIGH SCHOOL City of Sharon, Mercer County, Pennsylvania Eckles Project No SHARON CITY SCHOOL DISTRICT Sharon, PA Chiller Electrical Construction (CEC) Contract JANUARY 2015

2

3 MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON MIDDLE/HIGH SCHOOL SHARON CITY SCHOOL DISTRICT EAE PROJECT No TABLE OF CONTENTS PROJECT MANUAL BIDDING REQUIREMENTS Document ADVERTISEMENT FOR BIDS INSTRUCTIONS TO BIDDERS AIA Document A701, 1997 Electronic Edition BID FORM SUPPLEMENTAL FORMS AND DOCUMENTS Bid Security Form (AIA Document A310, 1970) EAE Pre-Bid Request For Information EAE Pre-Bid Substitution Request Prevailing Wages Project Rates REPRESENTATIONS AND CERTIFICATIONS AIA Document A Contractor s Qualifications Statement (sample) Non-Collusion Affidavit CONTRACTING REQUIREMENTS Document AGREEMENT FORM AIA Document A (sample) BOND FORMS AIA Document A312, December CERTIFICATES AND OTHER FORMS Acord 25-S (sample) Sales Tax Statement and Certification CONDITIONS OF THE CONTRACT AIA Document A Electronic Edition DIVISION 01 GENERAL REQUIREMENTS- SECTION SUMMARY OF WORK MODIFICATION AND PAYMENT PROCEDURES PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS REFERENCES TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS EXECUTION CLOSEOUT PROCEDURES OPERATION AND MAINTENANCE DATA DEMONSTRATION AND TRAINING MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE TABLE OF CONTENTS TOC - 1

4 DIVISION 26 ELECTRICAL BASIC REQUIREMENTS FOR ELECTRICAL WORK WIRE AND CABLE GROUNDING SUPPORTING DEVICES CONDUIT BOXES MOTOR CONTROL END OF DOCUMENT MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE TABLE OF CONTENTS TOC - 2

5

6

7 DOCUMENT ADVERTISEMENT FOR BID The Board of Education of the Sharon City School District, Sharon, Pennsylvania will receive sealed proposals for CHILLER UPGRADES to the SHARON MIDDLE/HIGH SCHOOL, 1129 East State Street, City of Sharon, Mercer County, Pennsylvania. Bids will be accepted no later than 10:30 am, local prevailing time, Wednesday February 4, 2015, at the Sharon City School District, Bennett Educational Services Center, 215 Forker Blvd., Sharon, PA , Attn. Tresa Templeton, Business Manager. Promptly after the acceptance deadline, bids will be publicly opened and read aloud. All interested parties are invited to attend. Prime Bidders may obtain one set of Bidding Documents as follows: MAIL a deposit check in the amount of $50.00 payable to SHARON CITY SCHOOL DISTRICT to Printscape Imaging and Graphics, 760 Vista Park Drive #7, Pittsburgh, PA Write Chiller Upgrades Deposit in the Memo line, and include a request on company letterhead that includes your firm name, contact person s name, address, UPS shipping address (no PO Box numbers), phone and fax numbers. Fax to a copy of deposit check and written request ( address required). Bidding Documents will be shipped postage paid upon receipt of faxed request. Additional sets, or partial sets, of Bidding Documents can be purchased directly from Printscape Deposit will be returned provided Bidding Documents are returned to Printscape within ten calendar days of bidding date, in good usable condition, and a Bona Fide Bid is received by the Sharon City School District; otherwise deposit will be forfeited. DO NOT RETURN DRAWINGS TO ARCHITECT In addition, Bidding Documents may be reviewed beginning at the Office of Eckles Architecture and Engineering, 301 North Mercer Street, New Castle, Pennsylvania 16101, Monday through Friday, between the hours of 8:00 AM and 4:00 PM; or by contacting the following: EN-SER Reprographic 3707 Market Street Youngstown, Ohio Pittsburgh Builders Exchange 1813 North Franklin Street Pittsburgh, PA Construction Bulletin Box 60, 4178 Market Street Youngstown, Ohio Eckles Construction Services by appointment Erie Construction Council 1102 Chestnut Street Erie PA McGraw-Hill Dodge 3315 Central Avenue Hot Springs, AZ Each bid must be accompanied by a proposal guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the form provided and furnished by the Owner, or other form of security permitted by applicable law, in an amount of not less than ten percent (10%) of the total of the Base Bid made payable to or indemnifying the Sharon City School District. In addition, submit the following with each bid: Non-Collusion Affidavit, Qualification Questionnaire, and a Certificate of Authority (if applicable). MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE ADVERTISEMENT FOR BIDS

8 Notice is given that the Project for which construction bids are being solicited hereby is a Project constituting public works in Pennsylvania and is subject to applicable provisions of the Pennsylvania Prevailing Wage Act, Act of August 15, 1961, P.L. 987, as amended and supplemented, and appropriate prevailing minimum wage rates as promulgated under provisions of said Act must be paid by Contractors in connection with performance of the necessary work. Corporations seeking to bid and organized under the laws of a state other than the Commonwealth of Pennsylvania must secure the appropriate certificates and authorizations permitting them to conduct business within the Commonwealth. Owner reserves the right to accept or reject any or all Bids or part thereof or items therein and to waive any informality in the bidding. Prime Bidders will be required to REGISTER to receive notification of Addenda and project information updates, and to obtain access privileges to the DFS Project Website. Registration as a Prime Bidder is automatic upon payment of required deposit, and a request on Bidder s letterhead. Notification of addenda and updates will be via . Addenda, questions and responses and other update information will be posted to the DFS Project Folder at Bidders are responsible to visit the site on their own to examine the location and existing conditions of the project. Direct questions pertaining to site visitation to Mr. Jim Steklachich, Sharon City School District, Questions pertaining to the content of the Bidding Documents shall be directed to Mark Sheller or Tim Brown, Eckles Architecture & Engineering by fax at , or by at mes@ecklesgroup.com and tjb@ecklesgroup.com using the Pre-Bid RFI. Phone calls will not be accepted. By order of Mrs. Tresa Templeton, School Board Secretary Sharon City School District Sharon, Pennsylvania MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE ADVERTISEMENT FOR BIDS

9 Document INSTRUCTIONS TO BIDDERS STANDARD FORM See AIA Document A Electronic Edition Instructions to Bidders, standard form as amended for this project, following this page. SUPPLEMENTS AND AMENDMENTS Supplemental Instructions to Bidders, in the form of additions or revisions to standard form text, are incorporated in the modified Document A701 attached Text added to and deleted from the standard form is shown in a separate report available at the DFS Plan Room. A marginal vertical line identifies modifications to the standard form. END OF DOCUMENT MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE INSTRUCTIONS TO BIDDERS

10

11 Instructions to Bidders Document A701 TM 1997 for the following PROJECT: MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON MIDDLE/HIGH SCHOOL EAE Project No East State Street, City of Sharon, Mercer County, Pennsylvania THE OWNER: Sharon City School District 215 Forker Blvd., Sharon PA THE ARCHITECT: Eckles Architecture and Engineering, Inc. 301 N. Mercer Street, New Castle, PA TABLE OF ARTICLES 1 DEFINITIONS 2 BIDDER S REPRESENTATIONS 3 BIDDING DOCUMENTS ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. 4 BIDDING PROCEDURES 5 CONSIDERATION OF BIDS 6 POST-BID INFORMATION 7 PERFORMANCE BOND AND PAYMENT BOND 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 1

12 ARTICLE 1 DEFINITIONS (Paragraph deleted) THE BIDDING DOCUMENTS The term "Bidding Documents" includes the Bidding Requirements Documents, Available Project Information and Resource Documents, and the Proposed Contract Documents..1 The Bidding Requirements Documents consist of the Advertisement or Invitation to Bid, Instructions to Bidders, Supplementary Instructions to Bidders, the Bid Form and its supplements, including the bid bond, the Non-Collusion Affidavit, the Schedule of Prevailing Wages Project Rates, and the Contractor Qualifications Statement and all attachments, whether submitted on AIA A305 or another equivalent Contractor s Qualifications Statement..2 Available Project Information and Resource Documents are as described in Document in the Project Manual..3 The proposed Contract Documents consist the form of Agreement between the Owner and Contractor, Conditions of the Contract (General, Supplementary and other Conditions), Project Forms including bonds, certificates and other forms as described in Division 00 in the Project Manual, Drawings, Specifications and all Addenda issued prior to execution of the Contract THE CONTRACT DOCUMENTS The Contract Documents, upon execution of an Agreement, will consist of the Bidding Documents, Agreement between Owner and Contractor (hereinafter the Agreement), Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of the Contract, other documents listed in the Agreement and Modifications issued after execution of the Contract. A Modification is (1) a written amendment to the Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directive or (4) a written order for a minor change in the Work issued by the Architect. This Project is being bid without use of Drawings, as defined in the Conditions of the Contract, in the Bidding Documents. The Architect reserves the right, however, to issue graphic and pictorial documents as part of addenda, clarifications, RFI responses, and Modifications, and such pictorial documents may be included as Contract Documents pursuant to applicable provisions of the Conditions of the Contract THE CONTRACT The Contract Documents will form the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between the Architect and Contractor, (2) between the Owner s Contract Representative and Contractor, (3) between the Architect and Owner s Construction Representative, (4) between the Owner and a Subcontractor or Sub-subcontractor or (5) between any persons or entities other than the Owner and Contractor. The Architect shall, however, be entitled to performance and enforcement of obligations under the Contract intended to facilitate performance of their duties. 1.2 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are applicable to the Bidding Documents. 1.3 Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. 1.4 A Bid includes the complete and properly executed proposal to do the Work for the sums stipulated therein, and each and every other document identified as a Bidding or Contract Document in Sections 1.1 and of this Article. 1.5 The Base Bid is the sum stated in the Bid Form for which the Bidder offers to perform the Work described in the Bidding Documents as the base, to which Work may be added or from which Work may be deleted for sums stated in Alternate Bids. 1.6 An Alternate Bid (or Alternate) is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 2

13 1.7 A Unit Price is an amount stated in the Bid as a price per unit of measurement for materials, equipment or services or a portion of the Work as described in the Bidding Documents. 1.8 A Bidder is a person or entity who submits a Bid and who meets the requirements set forth in the Bidding Documents. 1.9 A Sub-bidder is a person or entity who submits a bid to a Bidder for materials, equipment or labor for a portion of the Work The term "Owner" means the SHARON CITY SCHOOL DISTRICT The term "Architect" means the architectural firm of Eckles Architecture and Engineering, Inc 1.12 The term "Contractor" means the successful Bidder on prime contract for the work shown on the drawings and described in the specifications and mentioned as such in the Agreement executed with the Owner The term "Subcontractor" as employed herein includes only those having a direct contract with the Contractor for the furnishing to the Contractor of Work, including labor or materials, or both. ARTICLE 2 BIDDER S REPRESENTATIONS 2.1 The Bidder by making a Bid represents that: The Bidder has read and understands the Bidding Documents or Contract Documents, to the extent that such documentation relates to the Work for which the Bid is submitted, and for other portions of the Project, if any, being bid concurrently or presently under construction The Bid is made in compliance with the Bidding Documents The Bidder has visited the site, become familiar with local conditions under which the Work is to be performed and has correlated the Bidder s personal observations with the requirements of the proposed Contract Documents. No allowance or contract adjustment will be made for the lack of such information on the part of the Contractor Bidder has carefully reviewed and thoroughly evaluated the Contract Documents to determine whether the Bidder needs clarification of the Contract Documents or additional interpretation of the intent of the Contract Documents to determine its Bid and that it has requested any needed clarification prior to submitting its Bid Bidder has the knowledge, skill and expertise to perform the Work; that it understands that it must make reasonable inferences to determine portions of the Work not shown in the Bidding Documents that would be required for a proper and complete Project, that it has included all costs for such inferences in its Bid; and, that Bidder is not relying on representations from the Bidding Documents for the purpose of determining the means, methods, sequences or procedures of performing the proposed Work. (Paragraph deleted) The Bid is based upon the complete Work represented by, and the materials, equipment and systems required by the Bidding Documents without exception Bidder further represents that it is qualified to construct the Project as depicted and described in the proposed Contract Documents and to determine its own means, methods, techniques, sequences and procedures for the Work. To the extent that means, methods, techniques, sequences and procedures are identified in the proposed Contract Documents, Bidder is required to independently evaluate those means, methods, techniques, sequences and procedures for the purpose of determining whether the means, methods, techniques, sequences and procedures depicted or described in the proposed Contract Documents are adequate to construct the Project. Bidder further represents that it has based its Bid upon its own determination of the means, methods, techniques, sequences and procedures required to construct the Project. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 3

14 2.1.8 After execution of a contract for construction, should concealed conditions below the surface of the ground or in the existing structure be encountered which are 1) unknown at or prior to the time of the Bid, and 2) not reflected in the information or data provided to or reviewed by the Bidder and not observable or inferable from the Bidder s visual inspection of the site and of a nature which are not inferable from such information or data, and 3) differ materially from those conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in this Project or differ materially from the below-ground conditions generally found in the geographical area of the Project, or from the conditions usually encountered in a project of the nature involved, then Contractor shall promptly notify the Architect of such conditions and, if warranted, the Contract Price shall be equitably adjusted by Change Order upon application therefor by Contractor The Bidder acknowledges that the project for which construction proposals are being solicited is a project constituting public works and is subject to applicable provisions of the statutes and regulations of the Commonwealth of Pennsylvania, including the Pennsylvania Human Relations Act, the Pennsylvania Prevailing Wage Act, the Separations Act, the Steel Products Procurement Act, the Antibid-Rigging Law, the Bid Withdrawal Act, the Public Works Contractors Bond Law, the Resident Labor Statute, the Trade Practices Act, and the Utilities Protection Act ("Pa. One-Call") Bidder further acknowledges that provisions of federal and state statutes, rules, and regulations dealing with the prevention of environmental pollution and the preservation of public natural resources may affect the Project on which bids are being received. Bidder shall thoroughly acquaint itself with the terms of the statutes, rules, regulations, codes and ordinances, and shall include in their bid price all costs of complying with their terms. No separate or additional payment will be made for such compliance. It is the responsibility of the Bidder to determine what local ordinances, if any, will affect the Bidder s work. The Bidder shall check for county and municipal rules or regulations to the area in which the project is being constructed, and in addition, for any rules or regulations of other organization or authority, such as chamber-of-commerce, planning commissions, or utility companies, who have jurisdiction over lands which the Contractor occupies during the Project. Any costs of compliance with local controls shall be included in the prices bid, even though documents of such local controlling agencies are not listed herein Bidder is aware and has been advised that the Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs required under its portion of the Work and its Subcontractors and Sub-subcontractors Work and that the Contractor shall review, evaluate and take into consideration these requirements when making its bid Bidder is aware and has been advised that Subcontractors and Sub-subcontractors shall be given these requirements for bidding purposes so as to ensure consistency and contract adherence Bidder will require each Subcontractor and each Sub-subcontractor, through legally enforceable written Contracts, to meet all of the responsibilities of the Contractor with respect to any portion of the Work performed by any Subcontractor or Sub-subcontractor not used That it is aware and has been advised that the Contractor is solely responsible for initiating, maintaining and supervising all safety precautions and programs required under its portion of the Work and their Subcontractors and Sub-subcontractors Work and that the Contractor shall review, evaluate and take into consideration these requirements when making its bid That it is aware and has been advised that Subcontractors and Sub-subcontractors ought to be given these requirements for bidding purposes so as to ensure consistency and contract adherence That it will require each Subcontractor and each Sub-subcontractor, through legally enforceable written Contracts, to meet all of the responsibilities of the Contractor with respect to any portion of the Work performed by any Subcontractor or Sub-subcontractor. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 4

15 ARTICLE 3 BIDDING DOCUMENTS 3.1 COPIES Bidders may obtain complete sets of the Bidding Documents from the issuing office designated in the Advertisement or Invitation to Bid in the number and for the deposit sum, if any, stated therein. The deposit will be refunded to Bidders who submit a bona fide Bid and return the Bidding Documents in good condition within ten days after receipt of Bids. The cost of replacement of missing or damaged documents will be deducted from the deposit. A Bidder receiving a Contract award may retain the Bidding Documents and the Bidder s deposit will be refunded Bidding Documents will not be issued directly to Sub-bidders unless specifically offered in the Advertisement or Invitation to Bid, or in supplementary instructions to bidders Bidders shall use complete sets of Bidding Documents in preparing Bids; neither the Owner nor Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents The Owner and Architect may make copies of the Bidding Documents available on the above terms for the purpose of obtaining Bids on the Work. No license or grant of use is conferred by issuance of copies of the Bidding Documents. 3.2 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS The Bidder shall carefully study and compare the Bidding Documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the Work for which the Bid is submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered Bidders and Sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written request of the Architect via or FAX at the address and number given in the Advertisement for Bids, which shall reach the Architect at least seven days prior to the date for receipt of Bids. Direct questions pertaining to the securing of Bidding Documents as indicated in the Advertisement for Bids Interpretations, corrections and changes of the Bidding Documents will be made by Addendum. Interpretations, corrections and changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon them. Addenda will be available for review with Bidding Documents as indicated in the Advertisement for Bids The Drawings and the Specifications are to be interpreted as one and explain mutually the work to be completed under the proposed Contract. Should any discrepancy or inconsistency become apparent within the Bidding Documents, such apparent discrepancy or inconsistency shall be called to the attention of the Architect for decision. Should the Bidder thereafter awarded the contract have failed to call attention to any such inconsistency, no adjustment in the Contract Sum shall be allowed On the drawings, figured dimensions shall be taken in preference to scaled dimensions, large scale drawings and material descriptions shall be followed in preference to smaller scale drawings. Should there be anything shown on the drawings and not called for in the specifications, or vice versa, the Bidder shall assume that the same shall be carried out as if called for in both. Should any error or omission become apparent in the drawings or specifications, such apparent error or omission is to be referred to the Architect for interpretation. The Bidder shall not purport to make any alterations or corrections to the Contract Documents without consulting the Architect beforehand.. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 5

16 3.3 STANDARD OF QUALITY The various materials and products specified in the specifications by name or description are given to establish a standard of quality and of cost for bid purposes. Where more than one manufacturer is listed, alternatives of a quality necessary to meet the specifications may be considered in accordance with Where only one manufacturer is listed, alternatives will not be considered. When more than one manufacturer is listed, it is not the intent to limit the bidder, the bid or the evaluation of the bid to any one material or product specified but rather to describe the minimum standard. A bid containing an alternative which does not meet the specifications may be declared non-responsive To obtain approval of products under the "or alternatives of the quality necessary to meet the specifications" provision, prior to bidding, Prime Bidders only shall submit written requests by Certified Mail at least ten (10) working days prior to the bid date. Requests received after this time will not be considered. Requests must clearly describe each item for which approval is requested, including all data necessary to prove "or alternatives of the quality necessary to meet the specifications", including manufacturers name, products name and order number, complete specification descriptive data and test reports. The burden of proof of the merit of the proposed "or alternatives of the quality necessary to meet the specifications" is upon the Proposer "Or alternatives of the quality necessary to meet the specifications" products may be considered after awarding Contract, provided that each "or alternatives of the quality necessary to meet the specifications" item is accepted by the Architect and may affect a credit to the project costs Whenever the words "or equal" appear in the Contract Documents with reference to specified materials or products, they shall be interpreted to mean "or alternatives of quality necessary to meet the specifications." (Paragraphs deleted) 3.4 ADDENDA Addenda will be transmitted to all who are known by the issuing office to have received a complete set of Bidding Documents Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose Faxed or ed Addenda, or Addenda posted to the Project Center website with faxed or ed notification of such posting, may be issued up to noon, local prevailing time, on the day prior to the date of Bid opening Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued, and the Bidder shall acknowledge their receipt in the Bid. 3.5 TAXES The Bidder shall base its bid on the properly charged, collected and remitted sales tax due on only those "construction activities" which are presumed to become a permanent part of the real estate in accord with 61 Pa. Code et seq. Section , except for "building machinery and equipment" as defined by Act 45 of 1998, Section 1, 72 P.X The Bidder shall not include in its bid any tax for "sales activities" which do not becomes a permanent part of the real estate in accord with 61 Pa. Code et seq. Section The Bidder is responsible for contacting the Pennsylvania Department of Revenue, and for correctly determining whether items included in its bids are exempt from or included within coverage of the Pennsylvania Sales and Use Tax. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 6

17 3.5.3 The Owner is a non-profit educational institution and political subdivision of the Commonwealth of Pennsylvania and this contract is a "construction contract" for the construction, reconstruction, remodeling, renovation or repair of a "real estate structure" of Owner within the meaning of Act 45 of 1998 Section 1; 72 PS 7201 (pp) and 7204 (57). Owner will furnish to Contractor a certificate and ID number for exemption from Pennsylvania Sales and Use Tax for Contractor s purchase of tangible personal property or services not to become a permanent part of the real estate as an agent of Owner for purchases pursuant to 72 PS 7204 (12) and of "Building Machinery and Equipment" to be exempt from the Sales and Use Tax pursuant to 72 PS 7204 (57), but in either case the cost of the tangible property or service and tax, if any, will be borne by Contractor and not by Owner. Contractor, with its subcontractors and successors and assignees shall bear the sole risk and responsibility to correctly determine whether the items to be included in its bids or alternates or change orders are exempt from or included in the tax, and if taxable to include the amount of the tax in its bid or alternate or change order proposal, and where they are exempt shall bid, purchase and furnish as exempt all those items of tangible personal property and services which are exempt. ARTICLE 4 BIDDING PROCEDURES 4.1 PREPARATION OF BIDS Bids shall be submitted on the forms included with or referenced by the Bidding Documents. Where sample forms are provided for illustration, obtain original forms. Photocopies accepted only where permissible by law All blanks on the bid form shall be legibly executed in a non-erasable medium Sums shall be expressed in both words and figures. In case of discrepancy, the amount written in words shall govern Interlineations, alterations, or omissions on Bid Form or its supplements and relevant attachments, shall make the bid non-responsive and shall subject the bid to rejection by the Owner. The Bidder must complete the Bidding Documents by answering all questions, statements or other blanks for information in the spaces indicated. Erasures and other changes in the Bidding Documents as finally submitted must be signed by the person or persons signing the bid All requested Alternates, Separate Break-out Prices and Unit Prices shall be bid. If no change in the Base Bid is required, enter "No Change." Bidder shall not qualify its bid in any manner Each copy of the Bid shall state the legal name of the Bidder and the nature of legal form of the Bidder. The Bidder shall provide evidence of legal authority to perform within the jurisdiction of the Work. Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract. A Bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent s authority to bind the Bidder As a precondition to the reading and acceptance of any Bid tendered by contractor that is a corporation not incorporated or registered in the Commonwealth of Pennsylvania, a Certificate of Authority or, if a Certificate has neither been issued or denied, the application for the Certificate shall be attached to the Bid. This Certificate of Authority shall be issued by the Department of State, Commonwealth of Pennsylvania, pursuant to the provisions of Section 4121 of the Business Corporation Law of 1988 (15 Pa. C.S. 4121) of the Commonwealth of Pennsylvania. Failure to attach said Certificate of Authority, or the application, to the Bid or the failure to provide a Certificate upon the issuance by the Owner of the notice of award shall be judged as sufficient cause to reject the Bid of any Foreign Business Corporation as defined by the above-mentioned Act, and the Owner may award to the next lowest responsible and responsive Bidder Bids shall be submitted on the Bidding Documents forms furnished, including the Contractor Qualification Statement, or an exact copy thereof, and shall be signed in ink. All unsigned Bidding Documents and Bidding Documents that are not completely and properly executed on the signature page shall be rejected. Each Bid must include the full business address of the Bidder and must be signed by the required individual or individuals, using their usual signatures. Bidding Documents containing any conditions, omissions, unexplained erasures, blanks, AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 7

18 unanswered items, or alterations, or items not called for in the proposal, or irregularities of any kind, may be rejected by the Owner and subject to a determination by the Owner that the Bid is non-responsive Bids by corporations must be signed with the legal name of the corporation, followed by the name of the State of incorporation, by the signature and designation of the person authorized to bind it in the matter, and sealed with the corporate seal of the corporation. The name of each person signing shall also be typed or printed below the signature. A Bid by a person who affixes to their signature the word "Agent," or other designation must be accompanied by a disclosure of the individual s principal, and may be held to be the bid of the individual signing or the undisclosed principal or both at the option of the Owner. A Bid that does not disclose the identity of the principal shall be rejected. Upon the issuance of a letter advising a corporate Bidder that it is the apparent awardee, a duly authenticated copy of a corporate resolution or other satisfactory evidence of the authority of the officer signing on behalf of the corporation shall be furnished within the period of time provided in the Contract Documents. Bids that are not signed in accordance with this paragraph may be rejected by the Owner The Bid and all of the rights or interests thereunder may not be assigned without the written consent of the Owner Alternate Bids: Bidder must circle the word "Add" or the word "Deduct" to indicate whether the bid amount is to be added or deducted from the base bid if the bid alternate is selected. If there is no change in the bid, write the word "NO CHANGE" on the line for the amount of the alternate. Failure to adhere to the requirements set forth in this paragraph may subject the Bidder to a determination that the Bid is non-responsive and subject the Bid to rejection by the Owner. 4.2 BID SECURITY Included as a part of each Bid shall be bid security of not less than ten percent of the amount of each Base Bid, which may be in the form of a certified check, bank cashier s check, trust company treasurer s check, Bid Security on the Form enclosed and furnished by the Owner, or other form of security permitted by law, made payable to the Owner Such Bid Bond or check shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw the Bid during the period provided for awarding of contract as provided by law. It is understood and agreed that the Bid Security will be forfeited to and retained by the Owner as liquidated damages if the Bidder shall fail to furnish the information or documents and additional information required in accordance with Paragraph and of these Instructions to Bidders within the time permitted The Owner will have the right to retain the bid security of Bidders to whom an award is being considered until either (a) the Contract has been executed and bonds, if required, have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn or (c) all Bids have been rejected If the required award of contract has not been made in accordance with the time permitted by law, or should the Owner fail to make an award on this project through no fault or failure on the part of the Bidder, then the Bid Security of any Bidder will be returned upon request. 4.3 SUBMISSION OF BIDS All copies of the Bid Form, the bid security, if any, and any other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to the party receiving the Bids and shall be identified with the Project name, the Project Number, the Bidder s name and address and, if applicable, Contract Name and Contract Number for which the Bid is submitted. If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened. Mailed bids shall be sent via Certified Mail (with return receipt requested) and must be received at place named for delivery of bids to Owner. A Bidder submitting more than one bid for the same Prime Contract will be disqualified. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 8

19 4.3.3 The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids Oral, telephonic, telegraphic, facsimile or other electronically transmitted bids will not be considered The failure to submit all required documents and materials with the Bid, including but not limited to the Non-Collusion Affidavit, the Bid Bond or other acceptable form of Bid Security, the Contractors Qualification Statement, AIA-A305, or another equivalent form of the Contractor s Qualification Statement and a copy of the Certificate of Authority or pending Application (out-of-state corporations only), per Paragraph , shall subject the Bid to disqualification and rejection Each Bidder shall submit with its bid evidence of its experience, qualifications and financial ability to carry out the terms of the Contract in the form of a completed Contractor s Qualification Statement, AIA-A305 or another equivalent Contractor s Qualification Statement and provide additional information thereafter as requested by the Owner. Each Bidder must submit answers to each and every one of the questions on the Contractor s Qualification Statement and all other Contract Documents and Bidding Documents at the time of bidding, with complete answers to questions concerning the Bidder s capability, its financial integrity, and its past conduct. The Owner may make such investigations as it deems necessary to evaluate the responsiveness of the Bidder s answers to the questionnaires and submissions and as it deems necessary to determine the ability of the Bidder to perform the Work and the Bidder s responsibility and responsiveness generally. The Owner, after investigation, may determine that the Bid is non-responsive and, after such determination, may reject the Bid. The Owner need not contact the Bidder prior to bid rejection provided that the Owner has engaged in an investigation it deems necessary to evaluate the Bid s responsiveness. However, to the extent that the Owner elects to contact the Bidder to obtain more information prior to bid rejection, the Bidder must furnish to the Owner all information and data, as may be requested by the Owner after the submission of the Bid. The Owner reserves the right to reject any Bid from a Bidder that is not responsive and/or not responsible in accordance with the Public Procurement Code, the Public School Code, these Contract Documents and Bidding Documents, or other applicable and governing law. Evidence of the failure of the Bidder to properly respond after the submission of its Bid to a request from Owner for additional information, documents and data, may be considered by Owner in determining the Bidder s responsibility and responsiveness Bidder shall submit Contractor s Qualification Statement IN DUPLICATE. 4.4 MODIFICATION OR WITHDRAWAL OF BID After the time and date designated for receipt of bids, no bid may be modified. Withdrawal of bids after this time and date is allowed only to the extent permitted by law, including the Pennsylvania Bid Withdrawal Act..1 Bidder may withdraw its bid from consideration after the bid opening without forfeiture of security if the price bid was submitted in good faith, and Bidder submits credible evidence that the reason for the price bid being substantially lower was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional and substantial arithmetical error or an unintentional omission of a substantial quantity of work, labor, material or services made directly in the compilation of the bid; provided, (i) notice of a claim of the right to withdraw such bid is made in writing with Owner within two business days after the opening of bids; and (ii) the withdrawal of the bid would not result in the awarding of the contract on another bid of the same Bidder, Bidder s partner, or to a corporation or business venture owned by or in which Bidder has a substantial interest. No Bidder who is permitted to withdraw a bid shall supply any material or labor to, or perform any subcontract or other work agreement for any person or entity to whom a contract or subcontract is awarded in the performance of the contract for which the withdrawn bid was submitted, without the written approval of the Owner Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. Written confirmation over the signature of the Bidder shall be received, and date- and time-stamped by the receiving party on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 9

20 4.4.3 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders Bid security, if required, shall be in an amount sufficient for the Bid as resubmitted. ARTICLE 5 CONSIDERATION OF BIDS 5.1 OPENING OF BIDS At the discretion of the Owner, if stipulated in the Advertisement or Invitation to Bid, the properly identified Bids received on time will be publicly opened and will be read aloud. 5.2 REJECTION OF BIDS The Owner reserves the right to reject any and all bids that are nonresponsive, or to accept or reject any part of any bid, when such rejection or acceptance is in the best interests of the Owner, and to reject a bid of a Bidder who is not a responsible contractor in accordance with the Public Procurement Code, the Public School Code, these Bidding Documents, or other applicable and governing law. The Owner reserves the right, in its complete discretion, to waive any irregularities or informalities in any bid that do not cause the Bid to be nonresponsive, and reserves the right to reject any or all proposals, or part thereof, or items therein. The Owner at all times prior to the award of a contract retains its right to reject all bids By submitting a bid, Bidder represents and agrees that in the event its bid is rejected by the Owner for any reason, and such rejection is contested by the Bidder through the commencement of legal proceedings, whether in law or in equity, the Owner shall be entitled to an award of reasonable attorneys fees and costs if the Owner s rejection of the bid is upheld, affirmed or otherwise not set aside. 5.3 ACCEPTANCE OF BID (AWARD) The Contract shall be awarded to the lowest responsible Bidder, provided the bid is reasonable and responsive and that it is in the Owner s best interest to accept it The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of the sum of the Base Bid and Alternates accepted. 5.4 COMPENTENCY CRITERIA In determining the lowest responsible Bidder, the Owner will consider the Bidder s integrity, efficiency, financial responsibility, experience, promptness and ability to successfully, fully and promptly complete the Project, as set forth more fully below. The Owner will scrutinize the low Bidder s information for full disclosure before a bid is awarded The following shall subject the Bidder to disqualification and its bid to rejection..1 Bidder s failure to provide complete responses to the inquiries in this Section 5.4 and its subparts, with supportive documentation where requested..2 Bidder s failure to disclose a past or current school district project or state Department of Transportation within the identified time frames, for which it had been awarded a contract..3 Bidder s failure in the past to have prosecuted the work and/or timely completed the work in accordance with the construction contract documents..4 Bidder who was awarded a construction contract with the Owner in the past, and whose contract with the Owner was terminated for cause, or was declared to be in default..5 Bidder on whose Performance Bond, provided for the benefit of the Owner on a Construction Contract awarded by the Owner in the past, a claim was made and paid or otherwise adjusted by Surety. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 10

21 .6 not used..7 not used..8 Bidder who has been involved on a construction project on which a significant delay existed between the date of issuance of a Certificate of Substantial Completion for the Bidder s work, and issuance of Final Payment to that Bidder..9 Bidder who has failed to comply with the Occupational Safety Health Act and/or its implementing regulations, and who has consequently been fined or otherwise subjected to civil penalties as a result of such noncompliance..10 Bidder shown to have failed to fully comply with the Pennsylvania Prevailing Wage Act, or the Pennsylvania Steel Products Procurement Act..11 Bidder shown to have failed to fully comply with the applicable federal and/or state statues and regulations prohibiting discrimination on a Pennsylvania public works project..12 Bidder shown to have otherwise failed to fully comply with federal, state and/or local statutes, ordinances and/or regulations applicable to a Pennsylvania public school district or transportation department construction projects..13 Bidder who filed for bankruptcy, or who has been involuntarily placed into bankruptcy by its creditors, within five years preceding of submission of its bid for this project. This provision shall encompass predecessor corporations, partnerships, and/or other entities, and each of the principals involved in the bidding corporation, partnership or other entity..14 Bidder who has, within the ten years preceding the submission of its bid for this project, been convicted by any federal or state court of a crime relating to its prosecution of a public works project in any jurisdiction within the United States. This provision shall apply to the entity submitting the bid, as well as to each of the principals involved in the bidding corporation, partnership or other entity..15 Bidder who has a significant history of insurance claims paid, including but not limited to worker s compensation claims..16 Bidder who has no prior satisfactory experience with Critical Patch Method (CPM) scheduling. 5.5 BIDDER S RESPONSIBILITY It is each Bidder s responsibility to demonstrate its competency. Accordingly, as part of its bid, each Bidder shall furnish to the Owner the following information and materials, if it is determined that the Bidder is one of the three apparent low Bidders. This information shall be received IN DUPLICATE within five business days after receipt of bids, if requested by the Owner..1 A Dunn & Bradstreet report, if available..2 Evidence of a satisfactory credit rating..3 A listing of work in progress or under contract stating the following: (a) amount of original contract (b) amount of all change orders to date (c) the required substantial completion date (d) estimated or anticipated date of certification of substantial completion (e) percentage of work completed (f) name, address, telephone number and contact person(s) of the Architect and Construction Manager or clerk of the works, if any AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 11

22 .4 A listing of all public school work completed or in progress during the last six calendar years stating the following: (a) the amount of the original contract (b) the amount of all change orders and their percentage of the Contractor s total bid cost (c) the required substantial completion date (d) the actual substantial completion date (e) the date of Final Payment (f) the name, address, telephone number and contact person(s) of the Architect and Construction Manager or clerk of works, if any (g) the name, address, and telephone number of the School District s Superintendent.5 A statement of whether the Bidder, whether as a principal or an officer of any predecessor or current entity, has defaulted on or failed to complete a construction project within the previous six calendar years, and if so, including information as to: (a) the project (b) the project Owner (c) the Architect and Construction Manager or clerk of the works, if any (d) the circumstances of such default.6 A listing of all claims made against any bonds issued for the Bidder s performance, labor and material payment, or maintenance within the past six calendar years identifying: (a) the project and project Owner (b) the surety and (c) the claimant.7 A listing of all claims against Bidder s workers compensation and/or general liability insurance policies, and paid by Bidder s insurance carrier(s) resulting out of construction projects on which Bidder was awarded a contract, within the past six calendar years identifying: (a) the project and project Owner (b) the type of insurance(s) (workers compensation and/or general liability) and the insurance carriers(s) (c) The claimant, the date of the claim and the event giving rise to the claim.8 A listing of all arbitration proceedings or court proceedings completed or in progress during the last six calendar years involving the Bidder s performance of any construction contract or warranty identifying: (a) the parties to such arbitration or litigation (b) the arbitrator, court or forum of such arbitration and litigation; and (c) the case number or docket number of such arbitration or litigation;.9 A listing of all construction projects within at least the six prior calendar years on which the Bidder has worked, which use a Critical Path Method (CPM) schedule technique, identifying: (a) the amount of the original contract (b) an identification of all change orders that resulted in the extension of time of completion of the project, and the aggregate number of days by which the original substantial completion date was extended thereby (c) the amount of all change orders (d) the original substantial completion date (e) the actual substantial completion date (f) the name, address, telephone number and contact person(s) of the Architect and Construction Manager or clerk of the works, if any, on the Project ARTICLE 6 POST-BID INFORMATION 6.1 In addition to the submittals required at the time of Bidding, including those set forth in Paragraph of these Instructions to Bidders, additional submittals are required to be submitted promptly after the Bidder is notified that it AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 12

23 is the apparent awardee, such as insurance certificates, performance and payment bonds and the executed Agreement with the Owner Upon seven days notice from the Owner of the intention to award the Contract, the Bidder shall submit to the Architect properly executed 1) Performance and Payment Bonds in the form included in the Bidding Documents, 2) insurance certificates evidencing insurance of the required types and in the required amounts, 3) a breakdown of the Bidder s schedule of values using the forms provided at the time, 4) the Form of Owner-Contractor Agreement, and 5) a corporate resolution, if appropriate. Upon failure of the Bidder to execute and provide the required documents within the time allowed, the notice of intention may at the sole option of the Owner be withdrawn and awarded to the next lowest responsive Bidder. In such circumstances, the Bid Security of the Bidder shall be forfeited, and the Bidder shall be liable to the Owner for the full amount of the Bid Security and for any other damages suffered by Owner The Bidder shall furnish Payment and Performance Bonds in accordance with the requirements of Article The insurance certificates furnished by the Bidder shall be in a form satisfactory to the Owner, in an amount and of such types and kinds as to satisfy the requirements of the proposed Contract Documents A schedule of values and the contract price for the Work involved must be submitted to the Architect contemporaneously with the execution of the Agreement. The form of the submission will provide such detail as may reasonably be required by the Architect. (Paragraphs deleted) 6.3 SUBMITTALS The Bidder shall: within two weeks of notification of selection for the award of a Contract, furnish to the Owner through the Architect in writing:.1 a designation of the Work to be performed with the Bidder s own forces;.2 names of the manufacturers, products, and the suppliers of principal items or systems of materials and equipment proposed for the Work; and.3 names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for the principal portions of the Work The Bidder will be required to establish to the satisfaction of the Architect and Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents Prior to the execution of the Contract, the Architect will notify the Bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to a person or entity proposed by the Bidder. If the Owner or Architect has reasonable objection to a proposed person or entity, the Bidder may, at the Bidder s option, (1) withdraw the Bid or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid or Alternate Bid to cover the difference in cost occasioned by such substitution. The Owner may accept the adjusted bid price or disqualify the Bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited Persons and entities proposed by the Bidder and to whom the Owner and Architect have made no reasonable objection must be used on the Work for which they were proposed and shall not be changed except with the written consent of the Owner and Architect. ARTICLE 7 PERFORMANCE BOND AND PAYMENT BOND 7.1 BOND REQUIREMENTS Performance and Labor and Material Payment Bonds: AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 13

24 Contractor shall provide a Performance Bond in the amount of 100 percent of the contract price, and a Labor and Material Payment Bond in the amount of 100 percent of the contract price, before execution of the contract pursuant to Sections 756 and 757 of the Public School Code of 1949, as amended, and the Public Works Contractors Bond Law of Provide bonds in triplicate, in the forms incorporated in these Bidding Documents. Such bonds shall be executed, by the Bidder and a corporate surety company licensed to transact such business in Pennsylvania, with a minimum Best rating of "A minus," a minimum policy holder s surplus of $100 million, listed on the current U.S. Treasury Circular No. 570 (sureties acceptable for federally financed construction projects, and against which the Owner has no reasonable objection If at any time the surety company becomes insolvent or loses its right to transact business in Pennsylvania, the Contractor shall notify the Owner and the Owner may request that the Contractor provide, within seven days after notice, substituted Performance Bond and Payment Bond in proper form and signed by such other corporate surety as may be acceptable to Owner. The premium on all such bonds shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new surety shall have furnished acceptable bonds to Owner The Bidder agrees and acknowledges that the Owner is a "contracting body" under the Public Works Contractors Bond Law of The Work on the Project is public construction and not subject to the filing of Mechanics Liens. The Bidder further agrees to provide and specify in its subcontracts with Subcontractors for their acknowledgment, that their sole remedy against the Owner exists only under the provisions of the Bond Law and in accordance with the Payment Bond 7.2 FORM OF BONDS Unless otherwise provided, the performance and payment bonds shall be written on AIA Document A312, Performance Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum ARTICLE 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR 8.1 FORM OF AGREEMENT Agreement for the Work will be written on AIA Document A101/CMa, Standard Form of Agreement Between Owner and Contractor Where the Basis of Payment Is a Stipulated Sum. ARTICLE 9 ADDITIONAL REQUIREMENTS 9.1 NOTICES OF INTENTION TO AWARD AND TO PROCEED After the receipt of Bids, and within the time permitted by law, the Owner will issue a Notice of Intention to Award, upon which the Bidder and apparent awardee will submit to the Owner, within ten days of issuance of the Notice of Intent to Award, the documents and materials required by these Instructions to Bidders After the Bidder s submission of the documents and materials required by these Instructions to Bidders, including the executed Owner-Contractor Agreement, and within sixty days thereof, the Owner will issue or cause to be issued, a Notice to Proceed, provided, however, that for good cause and without an extension or postponement of the completion date set forth in Proposal for Contract the Owner may defer issuance of the notice to proceed for an additional sixty days. 9.2 PENNSYLVANIA PREVAILING MINIMUM WAGE RATES This regulation and the general Pennsylvania prevailing minimum wage rates, (Act 442 of 1961, P.L. 987, amended), as determined by the Secretary of Labor and Industry, which shall be paid for each craft or classification AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 14

25 of all workers needed to perform the contract during the anticipated term therefor in the locality in which public work is performed, are made part of this Contract. If bidder s proposal is less than $25,000, the Bidder shall not be required to meet Prevailing Wage Requirements 9.3 DISCRIMINATION (SECTION 755) DISCRIMINATION PROHIBITED: According to 62 Pa. C.S.A. 3701, the contract will contain the following provisions and the Bidder agrees that:.1 In the hiring of employees for the performance of work under the contract or any subcontract, no contractor, subcontractor or any person acting on behalf of the contractor or subcontractor shall by reason of gender, race, creed or color discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates..2 No contractor or subcontractor or any person on their behalf shall in any manner discriminate against or intimidate any employee hired for the performance of work under the contract on account of gender, race, creed or color..3 The contract may be canceled or terminated by the government agency, and all money due or to become due under the contract may be forfeited for a violation of the terms or conditions of that portion of the contract. 9.4 COMPLIANCE WITH HUMAN RELATIONS ACT NO. 222 The provisions of the Pennsylvania Human Relations Act, Act 222 of October 27, 1955 (P.L. 744) (43 P.S. Section 951, et. Seq.) of the Commonwealth of Pennsylvania prohibit discrimination because of race, color, religious creed, ancestry, age, sex, national origin, handicap or disability, by employers, employment agencies, labor organizations, contractors and others. The Contractor shall agree to comply with the provisions of this Act as amended that is made part of this specification. Bidder s attention is directed to the language of the Commonwealth s non-discrimination clause n 16 PA. Code BUY U.S. STEEL, CAST IRON, MACHINERY, AND EQUIPMENT Provision for the Use of Steel and Steel Products Made in the U.S.: In accordance with Act 3 of the 1978 General Assembly of the Commonwealth of Pennsylvania, if any steel or steel products are to be used or supplied in the performance of the contract, only those produced in the United States as defined therein shall be used or supplied in the performance of the contract or any subcontracts thereunder In accordance with Act 161 of 1982, cast iron products shall also be included and produced in the United States. Act 141 of 1984 further defines "steel products" to include machinery and equipment. The act also provides clarification and penalties. 9.6 MISSING PAGES The "Table of Contents" in the Project Manual clearly shows pages and page numbers. The Bidder is hereby notified to check its copy for missing pages. Should the Bidder find a page or pages missing, Bidder shall immediately notify the Architect at least ten days prior to bid opening and the Architect will send the Bidder the missing pages. The Title Sheet on the bound set of drawings lists also the Drawing Number and title of Drawings. 9.7 PENNSYLVANIA ONE-CALL Bidders shall acquaint themselves with Act 287 and Amendment Act 172, creating the "One Call System. The successful Contractor shall give notification using the "One Call System" (telephone number ) whenever the work includes excavation, tunneling or other potential subsurface disturbances using powered equipment. 9.8 EMPLOYEE BACKGROUND CHECKS Bidders are advised that the Owner will require employee background checks in accordance with Act 34 of 1985, Pennsylvania State Police Request for Criminal Record Check, Form SP4-164 and the Department of Public Welfare, Pennsylvania Child Abuse History Clearance Act 33, Form CY-113, if the project may extend into a period of time when students are present School entities shall require a criminal history background check prior to hiring an applicant or accepting the services of a contractor, if the applicant, contractor or contractor s employees shall have direct contact with children. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 15

26 The criminal history check shall not be more than 1 year old at the time of employment or engagement of contracted services. Contractors shall produce and distribute identification badges to each tradesman working on site stating individual s name and company name. Referenced badges shall be worn at all times when school is in session In addition, the Contractor shall obtain the necessary Federal Criminal History Clearance as per Act 114, Section 111 (effective April 1, 2007) for all onsite employees. 9.9 HAZARDOUS MATERIALS CERTIFICATION Bidders are advised that this project has been designed, in the Architect s professional opinion, to be free of hazardous materials (with respect to the new construction) such as asbestos-containing materials Bidders are further advised that upon completion of the project that they may be required to certify that they have inspected the completed building and that in accordance with accepted standards of the building trade that the building has been constructed free of hazardous material such as asbestos-containing materials. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:08:54 on 01/22/2015 under Order No _1 which expires on 11/11/2015, and is not for resale. User Notes: ( ) 16

27 Document BID FORM- CHILLER CONSTRUCTION CONTRACT NO MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON MIDDLE/HIGH SCHOOL SHARON AREA SCHOOL DISTRICT MERCER COUNTY, SHARON PENNSYLVANIA EAE PROJECT No Tresa Templeton, Business Manager, Sharon City School District 215 Forker Blvd, Sharon, PA PROPOSAL OF (Company Name, Address w/zip Code) Telephone ( ) Members of the Board of Education: FAX ( ) 1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner- Contractor Agreement, the Bid Bond, the Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications, and after an examination of the location and nature of the required work, the undersigned submits this Proposal and encloses the following: a. As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the SHARON AREA SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the time period required by the Contract Documents. b. A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s) interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or corporation. c. The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase Attach a financial statement this item is not required at this time.) d. Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania. 2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the provisions of applicable law. 3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated. 4. Bidder agrees that, if awarded contract, it will procure and pay for electronic CAD documents as set forth in Document AUTHORIZATION, RELEASE and CADPack ORDER FORM if electronic documents are required. MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE BID FORM

28 PROPOSAL OF CONTRACT NO (Name of Bidder) 5. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to waive technicalities required for the best interests of the Owner. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. 6. It is mutually agreed by and between the parties hereto that time shall be an essential part of this Contract. Failure by the Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated Damages for every calendar days delay in finishing the work beyond the scheduled deadline. The said sum shall be deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth in Section 8.2 of the Conditions of the Contract. BASE BID For CHILLER CONSTRUCTION Work, complete as specified and shown on the Bidding Documents, the sum of DOLLARS ($ ) NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. ADDENDA - In submitting this proposal, I have received and included in the Bid the following: Addendum No. Dated. Addendum No. Dated. WHEN THE BIDDER IS AN INDIVIDUAL If the Bidder is an individual trading under his own or a fictitious name, this Proposal must be signed by the individual Owner and his exact Post Office Address must be given. If one other than the Owner signs this Proposal, then a notarized certificate of authority signed by the Owner must accompany this Proposal. Witness (SEAL) Bidder s Signature Bidder s Name Typed Bidder s Title Address Trading As Fictitious Name MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No BID FORM

29 PROPOSAL OF CONTRACT NO (Name of Bidder) WHEN THE BIDDER IS A PARTNERSHIP If the Bidder is a firm or partnership trading under an individual or fictitious name, the Proposal must be signed by one or more of the partners and the exact names and the Post Office Addresses of the members of the firm or partnership must be included. If one other than a partner signs this Proposal, then a notarized certificate of authority signed by all the partners must accompany this Proposal. Witness (SEAL) Partner s Signature Partner s Name Typed Partner s Title Address (SEAL) Partner s Signature Partner s Name Typed Partner s Title Address (SEAL) Partner s Signature Partner s Name Typed Partner s Title Address WHEN THE BIDDER IS A CORPORATION If the Bidder is a corporation, this proposal must be signed by the President or Vice-President or by an individual whose notarized certificate of authority to execute must accompany this Proposal together with the names, titles and business addresses of the President, Secretary and Treasurer which must appear on the said certificate. By: President s Signature President s Name Typed (CORPORATE SEAL) Attest: Secretary s Signature Secretary s Name Typed The is a corporation organized and existing under the laws of the State of and has (has not) been granted a Certificate of Authority to do business in Pennsylvania, as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended. MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No BID FORM

30

31 Document SUPPLEMENTAL FORMS AND DOCUMENTS EXPLANATION Forms and documents indicated below are included as part of this Document and immediately follow this page. The application of these supplemental forms and documents is described in the Bidding Documents and the Conditions of the Contract. BID SECURITY FORM STANDARD FORM: See sample AIA A310-Bid Bond, February 1970 Ed., following this Document page. As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on AIA A310 or other approved form, or other form of security permitted by applicable law, in an amount of not less than ten percent (10%) of the Bidder s Base Bid Proposal amount, payable to or indemnifying the SHARON AREA SCHOOL DISTRICT. Proposal Guaranty will be forfeited to and retained by the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the Bidder fails to furnish approved bonds, other required documents, and the executed contract within the time period required. PRE-BID REQUEST FORMS See the following sample forms following this Document page, available as downloadable electronic forms at the DFS Project Website. EAE PRE-BID REQUEST FOR INFORMATION EAE PRE-BID SUBSTITUTION REQUEST PENNSYLVANIA WAGE RATES Notice is hereby given that this Project is subject to applicable provisions of the Pennsylvania Prevailing Wage Act of August 15, 1961, P.L. 987, as amended and supplemented, and appropriate prevailing minimum wage rates as promulgated under provisions of said Act must be paid by Contractors in connection with performance of the necessary Work. SCHEDULE: See Pennsylvania Department of Labor and Industry Prevailing Wages Project Rates schedule dated 1/21/2015, serial number (15 pages), following this Document page. END OF DOCUMENT MISCELLANEOUS IMPROVEMENTS SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE SUPPLEMENTAL FORMS AND DOCUMENTS

32

33

34

35 Address 301 North Mercer Street New Castle, PA Contact Phone Fax Project: Misc. Improvements: Chiller Upgrade Sharon Middle/High School EAE Project No.: Contract No.: Contract Type From: Chiller Electrical Contract PRE-BID REQUEST FOR INFORMATION Date: To: Mark Sheller, Project Manager CC: Tim Brown EAE Redirect to: Date: Company Name: Address: Contact Person: Telephone: Fax: Ref: Section/ Drawing No. No. 1. QUESTION Signature: Date: No. 1. RESPONSE Name: Company: Date: MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE PRE-BID REQUEST FOR INFORMATION

36

37 Address 301 North Mercer Street New Castle, PA Contact Phone Fax PRE-BID SUBSTITUTION REQUEST Project: Misc. Improvements: Chiller Upgrade Sharon Middle/High School Date: EAE Project No.: To: Mark Sheller, Project Manager Contract No.: CC: Tim Brown Contract Type: EAE Chiller Electrical Contract Redirect to: From: Date: Company Name: Address: Contact Person: Telephone: Fax: Section No. Paragraph SPECIFIED ITEM PROPOSED SUBSTITUTION Signature: Date: Note: Request for Substitutions made less than 10 days prior to the Bid Date or by entities other than registered Prime Bidders may not be evaluated or reviewed. Supporting documentation: (required) The attached data includes product description, specifications, drawings, photographs, and performance and test data and warranty information, as applicable, adequate for evaluation of the request; applicable portions of the data are clearly identified and variation from the specified products are clearly identified. The attached data also includes a description of changes to the proposed Contract Documents which the requested substitution will require for its proper installation and/or coordination with other work. The Bidder certifies that the following paragraphs are correct unless clearly noted otherwise in the attachments. 1. The requested substitution does not affect the dimensions shown on the Drawings. 2. The requested substitution does not change the building design, including engineering design or detailing. 3. The requested substitution has no adverse effect (including additional scope of work or cost increase) on any other trades, the contractor s Construction Schedule or any specified warranty requirements. APPROVED NOT APPROVED COMMENTS Name: Company: Date: MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE PRE-BID SUBSTITUTION REQUEST

38

39 PREVAILING WAGES PROJECT RATES Project Name: Chiller Upgrades, Sharon Middle/ High School Awarding Agency: Sharon City School District Contract Award Date: 2/17/2015 Serial Number: Project Classification: Building Determination Date: 1/21/2015 Assigned Field Office: Pittsburgh Field Office Phone Number: Toll Free Phone Number: Mercer County Building Effective Date Expiration Date Hourly Rate Fringe Benefits Total Asbestos & Insulation Workers Asbestos & Insulation Workers Asbestos & Insulation Workers Boilermakers Boilermakers Boilermakers Bricklayer Bricklayer Carpenters, Soft Floor Layers Carpenters, Soft Floor Layers Carpenters, Soft Floor Layers Carpenters, Soft Floor Layers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Dockbuilder, Pile Drivers 8/1/2012 $32.93 $20.04 $ /1/2013 $31.83 $22.37 $ /1/2014 $32.67 $22.90 $ /1/2008 $33.90 $20.06 $ /1/2010 $37.52 $22.49 $ /1/2011 $38.10 $24.36 $ /1/2014 $28.95 $18.61 $ /1/2014 $28.95 $18.86 $ /1/2013 $29.33 $12.34 $ /1/2014 $29.33 $12.66 $ /1/2014 $29.62 $13.21 $ /1/2015 $29.77 $13.92 $ /1/2013 $27.64 $15.32 $ /9/2014 $28.31 $15.55 $ /1/2014 $28.41 $15.70 $ /1/2015 $28.56 $16.75 $ /1/2016 $28.71 $17.85 $ /1/2010 $29.95 $12.25 $42.20 Page 1 of 15 01/22/2015

40 PREVAILING WAGES PROJECT RATES Building Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Drywall Finisher Drywall Finisher Drywall Finisher Electric Lineman Electric Lineman Electric Lineman Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Elevator Constructor Elevator Constructor Elevator Constructor Elevator Constructor Glazier Glazier Glazier Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2011 $30.35 $13.10 $ /1/2012 $30.85 $13.70 $ /1/2013 $31.45 $14.20 $ /1/2014 $31.45 $15.60 $ /1/2015 $31.74 $16.57 $ /1/2016 $32.03 $17.53 $ /1/2013 $26.13 $16.06 $ /1/2014 $26.71 $16.63 $ /1/2015 $27.29 $17.20 $ /1/2006 $35.15 $14.64 $ /2/2013 $50.09 $17.00 $ /1/2014 $52.19 $17.09 $ /2/2009 $29.20 $18.67 $ /28/2009 $30.00 $19.62 $ /27/2010 $30.85 $20.52 $ /26/2011 $31.57 $20.55 $ /31/2012 $32.57 $21.05 $ /30/2013 $33.57 $21.21 $ /29/2014 $34.57 $21.70 $ /1/2012 $42.28 $23.84 $ /1/2013 $42.61 $25.49 $ /1/2014 $43.22 $27.09 $ /1/2015 $43.90 $28.69 $ /1/2011 $25.16 $13.13 $ /1/2012 $25.36 $13.53 $ /1/2013 $25.56 $13.98 $ /1/2012 $27.06 $19.96 $ /1/2013 $28.06 $20.11 $ /1/2014 $28.06 $21.26 $49.32 Page 2 of 15 Serial Number:

41 PREVAILING WAGES PROJECT RATES Building Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Landscape Laborer Landscape Laborer Landscape Laborer Landscape Laborer Landscape Laborer Landscape Laborer (Skilled) Landscape Laborer (Skilled) Landscape Laborer (Skilled) Landscape Laborer (Skilled) Landscape Laborer (Skilled) Landscape Laborer (Tractor Operator) Landscape Laborer (Tractor Operator) Landscape Laborer (Tractor Operator) Landscape Laborer (Tractor Operator) Landscape Laborer (Tractor Operator) Marble Finisher Marble Finisher Marble Finisher Marble Finisher Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2013 $21.67 $12.12 $ /1/2014 $21.92 $12.92 $ /1/2015 $21.17 $13.49 $ /1/2013 $21.82 $12.12 $ /1/2014 $22.07 $12.92 $ /1/2015 $21.32 $13.49 $ /1/2013 $21.95 $12.12 $ /1/2014 $22.20 $12.92 $ /1/2015 $21.45 $13.49 $ /1/2013 $22.42 $12.12 $ /1/2014 $22.67 $12.92 $ /1/2015 $21.92 $13.49 $ /1/2009 $18.25 $9.05 $ /1/2010 $18.25 $9.90 $ /1/2014 $18.50 $12.45 $ /1/2015 $18.50 $12.45 $ /1/2015 $19.35 $12.45 $ /1/2009 $18.67 $9.05 $ /1/2010 $18.67 $9.90 $ /1/2014 $18.92 $12.45 $ /1/2015 $18.92 $12.45 $ /1/2015 $19.77 $12.45 $ /1/2009 $18.97 $9.05 $ /1/2010 $18.97 $9.90 $ /1/2014 $19.22 $12.45 $ /1/2015 $19.22 $12.45 $ /1/2015 $20.07 $12.45 $ /1/2009 $19.17 $10.55 $ /1/2009 $19.32 $11.05 $ /1/2010 $19.52 $11.70 $ /1/2011 $20.57 $11.85 $32.42 Page 3 of 15 Serial Number:

42 PREVAILING WAGES PROJECT RATES Building Marble Finisher Marble Finisher Marble Finisher Marble Finisher Marble Finisher Marble Finisher Marble Mason Marble Mason Marble Mason Marble Mason Marble Mason Marble Mason Millwright Millwright Millwright Millwright Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 03 - see notes) Operators (Class 03 - see notes) Operators (Class 03 - see notes) Operators (Class 03 - see notes) Operators (Class 03 - see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 6/1/2012 $21.27 $11.35 $ /1/2013 $21.95 $11.65 $ /1/2013 $22.07 $11.73 $ /1/2014 $22.07 $12.23 $ /1/2014 $22.15 $12.40 $ /1/2014 $22.38 $12.67 $ /1/2009 $19.42 $8.48 $ /1/2009 $19.42 $8.91 $ /1/2011 $19.42 $9.60 $ /1/2013 $19.42 $9.85 $ /1/2014 $19.43 $9.87 $ /1/2014 $19.43 $10.00 $ /1/2011 $34.42 $15.08 $ /1/2012 $35.89 $16.11 $ /1/2013 $36.49 $16.76 $ /1/2014 $37.35 $17.15 $ /17/2012 $31.59 $16.94 $ /1/2013 $32.09 $17.59 $ /1/2014 $32.59 $18.24 $ /1/2015 $33.19 $18.89 $ /1/2016 $33.79 $19.59 $ /17/2012 $27.66 $16.94 $ /1/2013 $28.01 $17.59 $ /1/2014 $28.36 $18.24 $ /1/2015 $28.76 $18.89 $ /1/2016 $29.16 $19.59 $ /17/2012 $25.84 $16.94 $ /1/2013 $26.09 $17.59 $ /1/2014 $26.34 $18.24 $ /1/2015 $26.64 $18.89 $ /1/2016 $26.94 $19.59 $46.53 Page 4 of 15 Serial Number:

43 PREVAILING WAGES PROJECT RATES Building Painters Class 6 (see notes) Painters Class 6 (see notes) Painters Class 6 (see notes) Painters Class 6 (see notes) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Plasterers Plasterers Plumbers and Steamfitters Plumbers and Steamfitters Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Roofers Roofers Sheet Metal Workers Sheet Metal Workers Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Effective Date Expiration Date Hourly Rate Fringe Benefits Total 6/1/2013 $26.78 $15.03 $ /1/2014 $26.98 $15.88 $ /1/2015 $27.18 $16.73 $ /1/2016 $27.38 $17.58 $ /1/2010 $44.39 $12.25 $ /1/2011 $45.53 $13.00 $ /1/2012 $46.28 $13.60 $ /1/2013 $47.18 $14.10 $ /1/2013 $27.37 $12.86 $ /1/2014 $27.67 $13.61 $ /1/2013 $35.97 $18.88 $ /1/2014 $37.43 $18.37 $ /1/2009 $25.88 $13.33 $ /1/2009 $25.98 $13.83 $ /1/2010 $25.98 $14.33 $ /1/2010 $26.36 $14.53 $ /1/2011 $26.87 $14.53 $ /1/2012 $27.41 $15.23 $ /1/2013 $28.47 $15.79 $ /1/2014 $28.71 $16.05 $ /1/2014 $28.77 $16.34 $ /1/2013 $23.28 $15.28 $ /1/2014 $23.87 $15.54 $ /1/2011 $27.92 $17.80 $ /1/2012 $28.03 $19.24 $ /1/2010 $33.85 $17.60 $ /1/2011 $33.35 $18.45 $ /1/2011 $34.18 $18.45 $ /1/2012 $34.18 $18.60 $ /1/2012 $35.21 $18.65 $53.86 Page 5 of 15 Serial Number:

44 PREVAILING WAGES PROJECT RATES Building Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Stone Masons Stone Masons Stone Masons Stone Masons Stone Masons Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Setter Terrazzo Setter Terrazzo Setter Terrazzo Setter Tile Finisher Tile Finisher Tile Finisher Tile Finisher Tile Finisher Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2013 $35.21 $18.80 $ /1/2013 $33.03 $20.12 $ /1/2013 $33.69 $20.12 $ /1/2014 $34.36 $20.47 $ /1/2015 $35.05 $20.62 $ /1/2009 $28.92 $15.20 $ /1/2010 $29.32 $15.85 $ /1/2010 $29.75 $16.22 $ /1/2011 $30.65 $16.22 $ /1/2011 $30.97 $16.80 $ /1/2009 $25.61 $12.04 $ /1/2009 $25.76 $12.54 $ /1/2010 $26.36 $13.19 $ /1/2011 $27.06 $13.49 $ /1/2011 $27.06 $13.49 $ /1/2012 $27.56 $13.02 $ /1/2013 $27.56 $13.27 $ /1/2013 $28.45 $13.38 $ /1/2014 $28.45 $13.88 $ /1/2014 $28.45 $13.88 $ /1/2014 $29.00 $13.93 $ /1/2014 $29.40 $14.18 $ /1/2013 $28.80 $14.58 $ /1/2014 $28.80 $15.08 $ /1/2014 $29.33 $15.15 $ /1/2014 $29.48 $15.65 $ /1/2009 $20.77 $10.55 $ /1/2009 $20.92 $11.05 $ /1/2010 $21.12 $11.70 $ /1/2011 $22.17 $11.85 $ /1/2012 $22.87 $11.38 $34.25 Page 6 of 15 Serial Number:

45 PREVAILING WAGES PROJECT RATES Building Tile Finisher Tile Finisher Tile Finisher Tile Finisher Tile Finisher Tile Setter Tile Setter Tile Setter Tile Setter Tile Setter Tile Setter Tile Setter Tile Setter Tile Setter Tile Setter Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 6/1/2013 $23.55 $11.65 $ /1/2013 $23.67 $11.73 $ /1/2014 $23.67 $12.23 $ /1/2014 $23.75 $12.40 $ /1/2014 $23.98 $12.67 $ /1/2009 $26.85 $13.45 $ /1/2009 $27.10 $13.95 $ /1/2010 $27.40 $14.60 $ /1/2011 $28.39 $15.01 $ /1/2012 $28.76 $15.07 $ /1/2013 $29.48 $15.40 $ /1/2013 $29.56 $15.57 $ /1/2014 $29.56 $16.07 $ /1/2014 $29.64 $16.27 $ /1/2014 $29.83 $16.61 $ /1/2009 $24.23 $11.44 $ /1/2010 $24.98 $12.04 $ /1/2011 $25.48 $12.79 $ /1/2012 $25.88 $13.49 $ /1/2013 $26.25 $14.22 $ /1/2014 $26.71 $15.01 $ /1/2015 $27.17 $15.80 $ /1/2016 $27.62 $16.60 $ /1/2009 $24.38 $11.51 $ /1/2010 $25.13 $12.11 $ /1/2011 $25.64 $12.85 $ /1/2012 $26.02 $13.57 $ /1/2013 $26.40 $14.29 $ /1/2014 $26.85 $15.09 $ /1/2015 $27.31 $15.88 $ /1/2016 $27.75 $16.69 $44.44 Page 7 of 15 Serial Number:

46 PREVAILING WAGES PROJECT RATES Building Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2009 $24.91 $11.75 $ /1/2010 $25.64 $12.37 $ /1/2011 $26.15 $13.11 $ /1/2012 $26.53 $13.83 $ /1/2013 $26.90 $14.56 $ /1/2014 $27.35 $15.37 $ /1/2015 $27.80 $16.16 $ /1/2016 $28.23 $16.98 $45.21 Page 8 of 15 Serial Number:

47 PREVAILING WAGES PROJECT RATES Heavy/Highway Carpenter Welder Carpenter Welder Carpenter Welder Carpenter Welder Carpenter Welder Carpenter Welder Carpenter Welder Carpenter Welder Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Cement Finishers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2009 $28.23 $12.16 $ /1/2010 $29.18 $12.56 $ /1/2011 $29.42 $13.57 $ /1/2012 $29.69 $14.40 $ /1/2013 $30.07 $15.12 $ /1/2014 $30.92 $15.52 $ /1/2015 $31.55 $16.14 $ /1/2016 $32.38 $16.56 $ /1/2009 $27.53 $12.16 $ /1/2010 $28.48 $12.56 $ /1/2011 $28.72 $13.57 $ /1/2012 $28.99 $14.40 $ /1/2013 $29.37 $15.12 $ /1/2014 $30.22 $15.52 $ /1/2015 $30.85 $16.14 $ /1/2016 $31.68 $16.56 $ /1/2009 $26.72 $12.97 $ /1/2010 $27.62 $13.42 $ /1/2011 $28.02 $14.27 $ /1/2012 $28.22 $15.17 $ /1/2013 $28.60 $15.89 $ /1/2014 $29.45 $16.29 $ /1/2015 $29.60 $17.39 $ /1/2016 $29.75 $18.49 $ /1/2011 $27.06 $18.96 $ /1/2012 $27.06 $19.96 $ /1/2013 $28.06 $20.11 $ /1/2009 $23.30 $12.65 $ /1/2010 $23.75 $13.55 $ /1/2011 $23.99 $14.56 $38.55 Page 9 of 15 Serial Number:

48 PREVAILING WAGES PROJECT RATES Heavy/Highway Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2012 $24.07 $15.58 $ /1/2013 $24.13 $16.62 $ /1/2014 $24.23 $17.77 $ /1/2015 $24.23 $19.02 $ /1/2016 $24.23 $20.27 $ /1/2009 $23.46 $12.65 $ /1/2010 $23.91 $13.55 $ /1/2011 $24.15 $14.56 $ /1/2012 $24.23 $15.58 $ /1/2013 $24.29 $16.62 $ /1/2014 $24.39 $17.77 $ /1/2015 $24.39 $19.02 $ /1/2016 $24.39 $20.27 $ /1/2009 $23.85 $12.65 $ /1/2010 $24.30 $13.55 $ /1/2011 $24.54 $14.56 $ /1/2012 $24.62 $15.58 $ /1/2013 $24.68 $16.62 $ /1/2014 $24.78 $17.77 $ /1/2015 $24.78 $19.02 $ /1/2016 $24.78 $20.27 $ /1/2009 $24.30 $12.65 $ /1/2010 $24.75 $13.55 $ /1/2011 $24.99 $14.56 $ /1/2012 $25.07 $15.58 $ /1/2013 $25.13 $16.62 $ /1/2014 $25.23 $17.77 $ /1/2015 $25.23 $19.02 $ /1/2016 $25.23 $20.27 $ /1/2009 $24.71 $12.65 $ /1/2010 $25.16 $13.55 $38.71 Page 10 of 15 Serial Number:

49 PREVAILING WAGES PROJECT RATES Heavy/Highway Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Operators (Class 01 - see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2011 $25.40 $14.56 $ /1/2012 $25.48 $15.58 $ /1/2013 $25.54 $16.62 $ /1/2014 $25.64 $17.77 $ /1/2015 $25.64 $19.02 $ /1/2016 $25.64 $20.27 $ /1/2009 $21.55 $12.65 $ /1/2010 $22.00 $13.55 $ /1/2011 $22.24 $14.56 $ /1/2012 $22.32 $15.58 $ /1/2013 $22.38 $16.62 $ /1/2014 $22.48 $17.77 $ /1/2015 $22.48 $19.02 $ /1/2016 $22.48 $20.27 $ /1/2009 $24.20 $12.65 $ /1/2010 $24.65 $13.55 $ /1/2011 $24.99 $14.56 $ /1/2012 $25.07 $15.58 $ /1/2013 $25.13 $16.62 $ /1/2014 $25.23 $17.77 $ /1/2015 $25.23 $19.02 $ /1/2016 $25.23 $20.27 $ /1/2009 $25.70 $12.65 $ /1/2010 $26.15 $13.55 $ /1/2011 $26.49 $14.56 $ /1/2012 $26.57 $15.58 $ /1/2013 $26.63 $16.62 $ /1/2014 $26.73 $17.77 $ /1/2015 $26.73 $19.02 $ /1/2016 $26.73 $20.27 $ /1/2009 $26.38 $14.44 $40.82 Page 11 of 15 Serial Number:

50 PREVAILING WAGES PROJECT RATES Heavy/Highway Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 01 - see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 02 -see notes) Operators (Class 03 - See notes) Operators (Class 03 - See notes) Operators (Class 03 - See notes) Operators (Class 03 - see notes) Operators (Class 03 - See notes) Operators (Class 03 - See notes) Operators (Class 03 - See notes) Operators (Class 03 - See notes) Operators (Class 03) Operators (Class 04 - See notes) Operators (Class 04 - See notes) Operators (Class 04 - See notes) Operators (Class 04 - See notes) Operators (Class 04 - See notes) Operators (Class 04 - See notes) Operators (Class 04 - See notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2010 $27.18 $14.99 $ /1/2011 $27.68 $15.74 $ /1/2012 $28.08 $16.44 $ /1/2013 $28.48 $17.14 $ /1/2014 $29.04 $17.83 $ /1/2015 $29.59 $18.53 $ /1/2016 $30.19 $19.18 $ /1/2009 $26.12 $14.44 $ /1/2010 $26.92 $14.99 $ /1/2011 $27.42 $15.74 $ /1/2012 $27.82 $16.44 $ /1/2013 $28.22 $17.14 $ /1/2014 $28.78 $17.83 $ /1/2015 $29.33 $18.53 $ /1/2016 $29.93 $19.18 $ /1/2009 $22.47 $14.44 $ /1/2010 $23.27 $14.99 $ /1/2011 $23.77 $15.74 $ /1/2012 $24.17 $16.44 $ /1/2013 $24.57 $17.14 $ /1/2014 $25.13 $17.83 $ /1/2015 $25.68 $18.53 $ /1/2016 $26.28 $19.18 $ /1/2011 $23.77 $15.74 $ /1/2009 $22.01 $14.44 $ /1/2010 $22.81 $14.99 $ /1/2011 $23.31 $15.74 $ /1/2012 $23.71 $16.44 $ /1/2013 $24.11 $17.14 $ /1/2014 $24.67 $17.83 $ /1/2015 $25.22 $18.53 $43.75 Page 12 of 15 Serial Number:

51 PREVAILING WAGES PROJECT RATES Heavy/Highway Operators (Class 04 - See notes) Operators (Class 05 - See notes) Operators (Class 05 - See notes) Operators (Class 05 - See notes) Operators (Class 05 - See notes) Operators (Class 05 - See notes) Operators (Class 05 - See notes) Operators (Class 05 - See notes) Operators (Class 05 - See notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2016 $25.82 $19.18 $ /1/2009 $21.76 $14.44 $ /1/2010 $22.56 $14.99 $ /1/2011 $23.06 $15.74 $ /1/2012 $23.46 $16.44 $ /1/2013 $23.86 $17.14 $ /1/2014 $24.42 $17.83 $ /1/2015 $24.97 $18.53 $ /1/2016 $25.57 $19.18 $ /1/2009 $27.24 $12.81 $ /1/2010 $27.84 $13.53 $ /1/2011 $27.84 $15.03 $ /1/2012 $29.60 $14.56 $ /1/2013 $30.38 $15.03 $ /1/2014 $30.78 $15.88 $ /1/2015 $31.18 $16.73 $ /1/2016 $31.58 $17.58 $ /1/2009 $27.77 $12.81 $ /1/2010 $28.38 $13.53 $ /1/2011 $28.38 $15.03 $ /1/2012 $29.60 $14.56 $ /1/2013 $30.38 $15.03 $ /1/2014 $30.78 $15.88 $ /1/2015 $31.18 $16.73 $ /1/2016 $31.58 $17.58 $ /1/2009 $29.81 $12.81 $ /1/2010 $30.48 $13.53 $ /1/2011 $30.48 $15.28 $ /1/2012 $31.70 $14.56 $ /1/2013 $32.48 $15.03 $ /1/2014 $32.88 $15.88 $48.76 Page 13 of 15 Serial Number:

52 PREVAILING WAGES PROJECT RATES Heavy/Highway Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 4 (see notes) Painters Class 4 (see notes) Painters Class 4 (see notes) Painters Class 4 (see notes) Painters Class 4 (see notes) Painters Class 4 (see notes) Painters Class 4 (see notes) Painters Class 4 (see notes) Painters Class 5 (see notes) Painters Class 5 (see notes) Painters Class 5 (see notes) Painters Class 5 (see notes) Painters Class 5 (see notes) Painters Class 5 (see notes) Painters Class 5 (see notes) Painters Class 5 (see notes) Piledrivers Piledrivers Piledrivers Piledrivers Piledrivers Piledrivers Piledrivers Piledrivers Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 6/1/2015 $33.28 $16.73 $ /1/2016 $33.68 $17.58 $ /1/2009 $23.79 $12.81 $ /1/2010 $24.38 $13.53 $ /1/2011 $24.38 $14.93 $ /1/2012 $25.36 $14.56 $ /1/2013 $25.98 $15.03 $ /1/2014 $26.31 $15.88 $ /1/2015 $26.63 $16.73 $ /1/2016 $26.95 $17.58 $ /1/2009 $19.28 $12.81 $ /1/2010 $19.81 $13.53 $ /1/2011 $19.81 $14.67 $ /1/2012 $20.61 $14.56 $ /1/2013 $21.11 $15.03 $ /1/2014 $21.38 $15.88 $ /1/2015 $21.64 $16.73 $ /1/2016 $21.90 $17.58 $ /1/2009 $28.85 $12.00 $ /1/2010 $29.95 $12.25 $ /1/2011 $30.35 $13.10 $ /1/2012 $30.85 $13.70 $ /1/2013 $31.45 $14.20 $ /1/2014 $31.45 $15.45 $ /1/2015 $31.74 $16.41 $ /1/2016 $32.03 $17.37 $ /1/2010 $30.27 $26.09 $ /1/2012 $34.87 $26.86 $ /1/2013 $36.02 $27.73 $ /1/2014 $37.19 $28.83 $66.02 Page 14 of 15 Serial Number:

53 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total Notes: If you can not find a classification under Heavy/Highway please refer to the Building classifications. The Bureau of Labor Law Compliance updated its Pennsylvania Building Journeyperson Laborer Notes to clarify existing tasks performed throughout the Commonwealth. The Building Laborer Notes link on the Bureau s website provides a list of those tasks that should be read in conformity with custom and usage of the construction industry in the geographic region in which they are utilized. "Notes as Referenced in Predeterminations" For further information on construction types review the on the Labor and Industry Website. Go to scroll down to the picture labeled "Labor Law Compliance" and click the picture. Then scroll down on the left menu and click on the "Prevailing Wage" link. Page 15 of 15 Serial Number:

54

55 Document REPRESENTATIONS AND CERTIFICATIONS INSTRUCTIONS A. Forms indicated below are included with this Document and immediately follow this page. B. The need and execution of these supplemental forms are described in the Bidding Documents and the Conditions of the Contract. C. Submit required documents, properly completed and executed, to the Architect as directed BIDDER S QUALIFICATIONS (sample 6 pages) See AIA Document A Contractor s Qualification Statement following this document. Include with your bid the attached form A305, or other equivalent Contractor s Qualification Statement acceptable to Owner, properly completed and executed by Bidder. On page 5 of the A305 form, OMIT item 5 Financing. Bidder s Financial Statement is not required to accompany the sealed proposal. Owner reserves the right to require a Financial Statement from the apparent bid awardee prior to execution of a contract. NON-COLLUSION AFFADAVIT (2 pages) See Document following this document. Include with your bid a signed and notarized Non-Collusion Affadavit. END OF DOCUMENT MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE REPRESENTATIONS AND CERTIFICATIONS

56

57

58

59

60

61

62

63

64

65

66

67

68

69 Document NON-COLLUSION AFFIDAVIT Include with your bid a signed and notarized Non-Collusion Affidavit. State of Contract No. County of )ss. I state that I am of (Title/Position) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of the bid. I state that: 1. The price(s) and the amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit complementary or other non-competitive bid. 5. its affiliates, subsidiaries, (Name of Firm) directors and employees are not currently under investigation by an governmental agency and have not in the last four years been convicted of found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE NON-COLLUSION AFFIDAVIT

70 I state that understands and (Name of Firm) acknowledges that the above representations are material and important, and will be relied on by in awarding the contract(s) for which this bid is (Owner) submitted. I understand and my firm understands that any misstatement in this Affidavit is and shall be treated as fraudulent concealment from the (Owner) of the true facts relating to the submission of bids for this Contract. (Signature) (Typed Name and Title) SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF, 2015 Notary Public Include with your bid a signed and notarized Non-Collusion Affidavit. END OF DOCUMENT MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE NON-COLLUSION AFFIDAVIT

71 Document FORM OF AGREEMENT STANDARD FORM OWNER-CONTRACTOR AGREEMENT (sample) AIA Document A Standard Form of Agreement Between Owner and Contractor, where the basis of payment is a stipulated sum, (see sample attached following this document) will form the basis of Contract between the Owner and each Prime Contractor. END OF DOCUMENT MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE FORM OF AGREEMENT

72

73 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and year) BETWEEN the Owner: (Name, legal status, address and other information) and the Contractor: (Name, legal status, address and other information) for the following Project: (Name, location and detailed description) The Architect: (Name, legal status, address and other information) ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A , General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. The Owner and Contractor agree as follows. ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:59:24 on 06/23/2009 under Order No _1 which expires on 12/02/2009, and is not for resale. User Notes: ( ) 1

74 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) If, prior to the commencement of the Work, the Owner requires time to file mortgages and other security interests, the Owner s time requirement shall be as follows: 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( ) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work.) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:59:24 on 06/23/2009 under Order No _1 which expires on 12/02/2009, and is not for resale. User Notes: ( ) 2

75 Portion of Work Substantial Completion Date, subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work.) ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor s performance of the Contract. The Contract Sum shall be ($ ), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) 4.3 Unit prices, if any: (Identify and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price Per Unit ($ 0.00) 4.4 Allowances included in the Contract Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.) Item Price ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Provided that an Application for Payment is received by the Architect not later than the day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the day of the month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than ( ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor s Applications for Payment. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:59:24 on 06/23/2009 under Order No _1 which expires on 12/02/2009, and is not for resale. User Notes: ( ) 3

76 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of ( ). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section of AIA Document A , General Conditions of the Contract for Construction;.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of ( );.3 Subtract the aggregate of previous payments made by the Owner; and.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A The progress payment amount determined in accordance with Section shall be further modified under the following circumstances:.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section of AIA Document A requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.).2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section of AIA Document A Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections and above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Except with the Owner s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when.1 the Contractor has fully performed the Contract except for the Contractor s responsibility to correct Work as provided in Section of AIA Document A , and to satisfy other requirements, if any, which extend beyond final payment; and.2 a final Certificate for Payment has been issued by the Architect The Owner s final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect s final Certificate for Payment, or as follows: ARTICLE 6 DISPUTE RESOLUTION 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A , unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:59:24 on 06/23/2009 under Order No _1 which expires on 12/02/2009, and is not for resale. User Notes: ( ) 4

77 (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A , the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) [ ] Arbitration pursuant to Section 15.4 of AIA Document A [ ] Litigation in a court of competent jurisdiction [ ] Other (Specify) ARTICLE 7 TERMINATION OR SUSPENSION 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A The Work may be suspended by the Owner as provided in Article 14 of AIA Document A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of AIA Document A or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) 8.3 The Owner s representative: (Name, address and other information) 8.4 The Contractor s representative: (Name, address and other information) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:59:24 on 06/23/2009 under Order No _1 which expires on 12/02/2009, and is not for resale. User Notes: ( ) 5

78 8.5 Neither the Owner s nor the Contractor s representative shall be changed without ten days written notice to the other party. 8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below The Agreement is this executed AIA Document A , Standard Form of Agreement Between Owner and Contractor The General Conditions are AIA Document A , General Conditions of the Contract for Construction The Supplementary and other Conditions of the Contract: Document Title Date Pages The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Date Pages The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Number Title Date The Addenda, if any: Number Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article Additional documents, if any, forming part of the Contract Documents:.1 AIA Document E , Digital Data Protocol Exhibit, if completed by the parties, or the following:.2 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor s bid are not part of the Contract AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:59:24 on 06/23/2009 under Order No _1 which expires on 12/02/2009, and is not for resale. User Notes: ( ) 6

79 Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A ) Type of insurance or bond Limit of liability or bond amount ($ 0.00) This Agreement entered into as of the day and year first written above. OWNER (Signature) CONTRACTOR (Signature) (Printed name and title) (Printed name and title) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:59:24 on 06/23/2009 under Order No _1 which expires on 12/02/2009, and is not for resale. User Notes: ( ) 7

80

81 Document BOND FORMS EXPLANATION A. Forms indicated below are included with this Document and immediately follow this page. B. The need and execution of these supplemental forms is described in the Bidding Documents and the Conditions of the Contract. C. Submit required documents, properly completed and executed, to the Architect as directed PERFORMANCE AND PAYMENT BOND FORMS STANDARD FORM: See the following AIA standard forms following this page: 1. PERFORMANCE BOND (AIA Document A312, December 1984). 2. PAYMENT BOND (AIA Document A312, December 1984). Submit the appropriate bond forms, properly executed, after notification of award, in accordance with Articles 6 and 7 of the Instructions to Bidders. Separate Performance and Payment Bond forms will be required. Performance Bond and Payment Bonds shall each be written in full contract amount for the benefit of Owner. A312 Payment Bond Form may be modified as follows: Change Paragraph 6 to read as follows: 6. After the Claimant has satisfied the conditions of Paragraph 4, and has submitted all supporting documentation, sworn statement, or other such substantiation of its claim as requested by the Surety, the Surety shall, within a reasonable period of time but not exceeding one year from receipt of initial claim in compliance with Paragraph 4, take the following actions: 6.1 Notify the Claimant of the amounts that are undisputed and the basis for challenging any amounts that are disputed, including, but not limited to, the lack of substantiating documentation to support the claim as to entitlement or amount. 6.2 Pay or make arrangements for payment of undisputed amounts; provided, however, that the failure of the Surety to timely dispute or identify any specific defense to all or any part of a claim shall not be deemed to constitute a waiver of the Contractor s or Surety s defenses to, or right to dispute, such claim. Rather, the Claimant shall have the immediate right, without further notice, to bring suit against the Surety to enforce any remedy available to it under this Bond. END OF DOCUMENT MISCELLANEOUS IMPROVEMENTS: CHILLER UPGRADES SHARON CITY SCHOOL DISTRICT SHARON MIDDLE/HIGH SCHOOL EAE Proj No EAE BOND FORMS

82

83

84

85

86

87

88

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

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

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

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

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

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

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. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

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

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION ADVERTISEMENT FOR BIDS CSD NO. 158 BID #2011-29B CONSOLIDATED SCHOOL DISTRICT #158 2011 ELEMENTARY SCHOOLS CARPET INSTALLATION Consolidated School District #158 will receive single prime sealed bids for

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

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by: SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY

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

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

Document A201 TM. General Conditions of the Contract for Construction

Document A201 TM. General Conditions of the Contract for Construction Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: Proposed Renovations to a Portion of the Township Municipal Building 175 West Valley Forge Road King

More information

Northwood Elementary School Door Replacement 818 W Lexington Avenue High Point, NC 27262

Northwood Elementary School Door Replacement 818 W Lexington Avenue High Point, NC 27262 Section 00 01 01 PROJECT MANUAL FOR Northwood Elementary School Door Replacement 818 W Lexington Avenue High Point, NC 27262 PREPARED BY: Robbins Architecture, PA 2640 Willard Dairy Road, Suite 122, High

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of. (Date of issuance of Owner s Purchase Order) BETWEEN the

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

1 Exam Prep AIA A-701 Questions

1 Exam Prep AIA A-701 Questions 1 Exam Prep AIA A-701 Questions 1. Written or graphic instruments used by the architect prior to the execution of the contract which modify or interpret the bidding documents by additions, deletions, clarifications

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

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

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT Project Manual BOSTON CONVENTION AND EXHIBITION CENTER Boston, Massachusetts OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT April 20, 2016 Pre-Bid Conference: 11 A.M., April 27, 2016 truane@massconvention.com

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

Bid No. B12/9768 February 2, 2012

Bid No. B12/9768 February 2, 2012 NOTICE INVITING SEALED BIDS Bid No. B12/9768 February 2, 2012 DESERT VISTA RELOCATABLE OFFICES Sealed Bids will be received until 3:00 P.M. (Tucson Time), March 7, 2012, by Pima County Community College

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security Bid No. B14/9857 Sealed Bids will be received until 3:00 P.M. (Tucson Time),, June 3, 2014, by Pima County Community College

More information

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS ARTICLE NO. TITLE PAGE 1. DEFINITIONS IB 2 3 2. BIDDERʹS REPRESENTATION IB 3 3. BIDDING DOCUMENTS

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

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

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Pre-Construction and Construction Management at Risk Services Lafayette

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

NOTICE INVITING SEALED BIDS Parking Lot Renovations

NOTICE INVITING SEALED BIDS Parking Lot Renovations NOTICE INVITING SEALED BIDS Parking Lot Renovations Bid No. B16/9923 Sealed Bids will be received until 3:00 P.M. (Tucson Time), January 21, 2016, by Pima County Community College District ("Owner"), to

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

CONSTRUCTION CONTRACT DOCUMENTS MANUAL

CONSTRUCTION CONTRACT DOCUMENTS MANUAL CONSTRUCTION CONTRACT DOCUMENTS MANUAL Published by CIRSA 3665 Cherry Creek North Drive Denver, Colorado 80209 800.228.7136 FAX 303.757.8950 www.cirsa.org CIRSA 1997/2016 CIRSA CONSTRUCTION CONTRACT DOCUMENTS

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

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

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

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

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-16-B-0004 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Building 18 Site Repairs and Interior Renovation,

More information

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition Document A232 2009 SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address)

More information

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002

More information

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT Contract Documents & Construction Specifications Town of Carolina Beach, NC BOARDWALK NORTHERN EXTENSION PROJECT January 2016 Ca ro l i n a B e a ch TABLE OF CONTENTS Page 1 Page Nos. Advertisement for

More information

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA Commissioners Keith Sheffie Jamie Boudreaux Charles Brown

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

Project Manual. For Glenloch Splash Pad And Pool Renovations Project Manual For Glenloch Splash Pad And Pool Renovations SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

Document A South Carolina Division of Procurement Services, Office of the State Engineer Version of

Document A South Carolina Division of Procurement Services, Office of the State Engineer Version of South Carolina Division of Procurement Services, Office of the State Engineer Version of Document A201 2007 General Conditions of the Contract for Construction This version of AIA Document A201 2007 is

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

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

INVITATION TO BID CONSTRUCTION CONTRACT

INVITATION TO BID CONSTRUCTION CONTRACT INVITATION TO BID CONSTRUCTION CONTRACT BID NUMBER: ITB NO: 2016-004-FAC Sealed bid opening date: Sept. 22, 2015, 2:00 PM PROJECT: RRPS DISTRICT OFFICES MODIFICATIONS, PHASE ONE DISTRICT PROJ. NO. 083000-15-001

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: 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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS Sealed bid proposals for South Madison C.S.C. Pendleton

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Document A201 TM. General Conditions of the Contract for Construction

Document A201 TM. General Conditions of the Contract for Construction Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) Austin Community College District 9101

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Security Cameras. Bids Due: October 24, 2018 At 11:00 a.m., e.s.t.

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Security Cameras. Bids Due: October 24, 2018 At 11:00 a.m., e.s.t. NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS Security Cameras Bids Due: October 24, 2018 At 11:00 a.m., e.s.t. North Hills School District 135 Sixth Avenue Pittsburgh PA 15229

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

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

Document A201 TM. General Conditions of the Contract for Construction

Document A201 TM. General Conditions of the Contract for Construction Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) THE ARCHITECT: (Name, legal

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

HARLAN MUNICIPAL UTILITIES

HARLAN MUNICIPAL UTILITIES HARLAN MUNICIPAL UTILITIES 2017-2018 CONVERSION PROJECT METER CONVERSION CONTRACT CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS ISSUED FOR BIDDING 07/26/2018 HARLAN MUNICIPAL UTILITIES 2017-2018 Conversion

More information

2015 HELLWINKEL CHANNEL PROJECT

2015 HELLWINKEL CHANNEL PROJECT 2015 HELLWINKEL CHANNEL PROJECT CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Town of Gardnerville Douglas County, Nevada Town Contract No. 2015-03 Engineer Project No. 1115 SIP#00763 July 2015 Thomas

More information

IFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3

IFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3 JUNE 23, 2016 ATTENTION ALL PROPONENTS: IFB F2015017 B-WING RENOVATIONS IFB F2015007 9C OFFICES BUILD OUT Addendum 3 The purpose of this Amendment is to advise all offertories of the following: 1. In Project

More information

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

Document A101. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM

Document A101. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM TM Document A101 1997 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM AGREEMENT made as of the day of March in the year of 2007 (In words, indicate

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

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

Interior Signage, BEP and AS&T Buildings

Interior Signage, BEP and AS&T Buildings PROJECT MANUAL INVITATION FOR BID # NS-03-12 Interior Signage, BEP and AS&T Buildings BIDS DUE: Thursday, July 28, 2011 @ 2:00 pm ISSUED July 14, 2011 Northern Kentucky University Don Johnson, CPSM, C.P.M.

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

Educational Use Only S A M P L E S A M P L E

Educational Use Only S A M P L E S A M P L E CONSENSUSDOCS 750 STANDARD FORM OF AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR This document was developed through a collaborative effort of entities representing a wide cross-section of the construction

More information

INVITATION FOR BID TOWN OF BARNSTABLE

INVITATION FOR BID TOWN OF BARNSTABLE INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS TOWN HALL STAIRCASE PAINTING PROJECT DATE ISSUED: May 8, 2015 BID DUE DATE June 4, 2015, NO LATER THAN 2:00 PM PRE-BID SITE

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

CITY OF SHAWNEE POTTOWATOMIE COUNTY, OKLAHOMA CONTRACT NO. COS-SMA WATER MAIN BREAK REPAIRS (VARIOUS LOCATIONS)

CITY OF SHAWNEE POTTOWATOMIE COUNTY, OKLAHOMA CONTRACT NO. COS-SMA WATER MAIN BREAK REPAIRS (VARIOUS LOCATIONS) CITY OF SHAWNEE POTTOWATOMIE COUNTY, OKLAHOMA CONTRACT NO. COS-SMA-12-03 WATER MAIN BREAK REPAIRS (VARIOUS LOCATIONS) SHAWNEE MUNICIPAL AUTHORITY P O Box 1448 Shawnee, Oklahoma 74802-1448 SHAWNEE MUNICIPAL

More information

GRANT PUBLIC PROJECTS WORKS

GRANT PUBLIC PROJECTS WORKS NEW MEXICO COMMUNITY DEVELOPMENT BLOCK GRANT PUBLIC WORKS PROJECTS Project Manual & Construction Agreement for Village of Questa Wastewater Collection System Improvements CDBG Project No. 15-C-RS-1-01-G-09

More information