PROJECT MANUAL SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO. LOCATION: Project # DATE: December 11, 2013.

Size: px
Start display at page:

Download "PROJECT MANUAL SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO. LOCATION: Project # DATE: December 11, 2013."

Transcription

1 Denver Public Schools Construction Services / Strategic Sourcing 1617 S. Acoma St. Denver, Colorado MC-2211 PROJECT MANUAL SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO PROJECT: Columbian Re-Roof LOCATION: Project # Columbian PP2211 BID #: 14-MC-2211 DATE: December 11, 2013 Architect TechniScan, Inc S. Bellaire St., Suite 1400 Denver, CO 80222

2 Purpose: VENDOR ACKNOWLEDGEMENT The purpose of this Solicitation is to provide Denver Public Schools a bid for Columbian Re- Roof described in the Scope of Work/Specifications and the Agreement. Date: December 11, 2013 Proposal number: Proposal title: Mandatory Pre-Bid Conference Bid No.: 14-MC-2211 Columbian Re-Roof December 12, 2013, 10:00 am at Columbian E.S W. 40 th Ave. Denver, CO Bids will be received until: December 19, :00 PM, Local Denver Time at 1617 S. Acoma St., Denver, CO For additional information please contact: Address Documents included in this package: Michael Craig, Strategic Sourcing Michael_craig@dpsk12.org Vendor Acknowledgement Instructions to Vendors Bid Form Bid Bond Form Performance and Payment Bond Form Illegal Alien Certification Form Contractor Safety Statement Construction Agreement Construction Agreement Exhibits General Conditions Scope of Work/Specifications The undersigned hereby affirms that (1) he/she is a duly authorized agent of the Vendor, (2) he/she has read all terms and conditions, technical specifications and all other Solicitation Documents which were made available in conjunction with this Solicitation and fully understands and accepts them, (3) that the offer is being submitted on behalf of the Vendor in accordance with any terms and conditions set forth in this document, and (4) that the Vendor will accept any awards made to it as a result of the offer submitted herein for a minimum of ninety (90) calendar days following the date of submission. VENDOR PRINT OR TYPE YOUR INFORMATION (Include this form in your proposal) Name of Company: Fax: Address: City/State: Zip: Contact Person: Title: Phone: Authorized Representative s Signature: Phone: Printed Name: Title: Date: Address: Approved by: Date:

3 SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO INSTRUCTIONS TO VENDORS ***ALL PRE-BID MEETINGS WILL START PROMPTLY AT THE TIME STATED, ANY VENDOR ARRIVING AFTER THE SCHEDULED TIME WILL NOT BE PERMITTED TO BID*** In addition to matters appearing in the Base Bid form, all vendors shall pay close attention to the following: SCHEDULE OF ACTIVITIES: The following activities outline the process to be used to solicit vendor responses and to evaluate each vendor proposal. December 2, 2013 December 12, 2013 December 16, 2013 December 19, 2013 August 8, 2014 September 12, 2014 Distribute Invitation to Bid Mandatory pre-bid conference Deadline for submitting questions Bid due date Substantial Completion Final Completion Sealed bids will be received by School District No. 1 in the City and County of Denver and State of Colorado at the Construction Services Offices (Mitchell Elementary), 1617 S. Acoma St., Denver, CO Attn: 14-MC-2271 Until 2:00 PM on December 19, 2013, at which time bids there will be a public bid opening. Bids received after closing time of 2:00 P.M. will be returned unopened. The project is to be substantially completed by August 8, The entire project is to be completed in time to be accepted by the District on or before September 12, 2014, or as otherwise provided for in the specifications. 1 Bid Forms: All forms used must be the forms prepared by the District. They include the following: Base Bid Bid Bond (unless the required Bid Guaranty is in the form of a cashier s or certified check). BDOP Participation Report submitted to BDOP (Business Diversity Outreach Program (formerly HUBS)) Coordinator within three (3) working days of bid date Proof of Advertisement: For bids of $250,000 and above, the Contractor shall submit as part of bid documentation, a copy of contractor s advertisement inviting bids from BDOP contractors as specified in the General Conditions All blank spaces in these forms must be completely and correctly filled in with ink or typewriter. In case of conflict between words and numerals, the words will govern, unless obviously incorrect. A bid must be submitted on all alternates listed. The Bid Bond (if this type of Bid Guaranty is used) must be accompanied by a duly executed Power of Attorney from the surety company.

4 NOTE: If Bid is by: Individual Partnership The person signing the Bid should state below his signature that he is the sole owner of his business. The partner signing the Bid should state that he is a partner of the firm making the bid. Corporation The officer signing the Bid must be the president or vice president of the corporation. He must state his title and make certain that the seal of the corporation is affixed and attested by the secretary or assistant secretary of the corporation. Anyone signing a Bid as agent must submit with the Bid evidence proving that his signature thereto is binding upon his principal. 2 Submitting Bid: Bids must be submitted in duplicate (one original and one copy) in sealed envelopes marked as follows: (Faxed bids are not acceptable) Name and Address of Vendor Bidding Denver Public Schools Construction Services Strategic Sourcing Department 1617 S. Acoma St. Denver, CO ATTN: 14-MC-2211 Time of Opening: (Write on envelope the date and time set for the opening of bids.) If delivered: Denver Public Schools, Construction Services (Mitchell Elementary, 1617 S. Acoma St., Denver, CO attn: 14-MC-2211 Strategic Sourcing Dept. If bids are delivered on date due, it is suggested that vendors arrive one-half hour early to allow sufficient time for parking and receiving. There is limited parking on the street. Limited visitor parking is available in the paved DPS lot. If mailed: Denver Public Schools, Attn: 14-MC-2211 Strategic Sourcing Dept., 1617 S. Acoma St., Denver, CO If the bid is sent by mail, use registered mail. Enclose the sealed bid (envelope marked as indicated above) in the mailing envelope. No bid will be considered unless received prior to the time and at the place designated in the Advertisement for Bid. Each bid must be submitted on a form prepared by School District No. 1 and must be accompanied by a Bid Guaranty in an amount not less than five per cent of the total bid price. 3 The Bid Guaranty may be (1) a cashier's check, (2) a certified check, or (3) a bid bond submitted on a form prepared by the School District. The Bid Guaranty must be payable to the School District as a guaranty that the bid submitted will not be withdrawn for ninety days after the opening of the bids, and that, if the bid is accepted, the vendor will, within the prescribed time, enter into the required formal Agreement with the School District and furnish the required Contractor's Performance Bond and Certificates of Insurance, the amount of such Bid Guaranty to be paid to the School District as liquidated damages if such guaranty is not fulfilled.

5 4 Method of Award: Award of individual contracts will be based upon the total amount of the base bid plus any alternates selected to be included in the contract. Selection of alternates will be based on the availability of funds. Alternates will be selected as judged by the District to provide the best value to the District within the funds available for the project. 5 Inconsistencies and omissions: Any seeming inconsistencies between any plans or specifications or provisions of the contract documents, or any other matter seeming to require explanation, must be inquired into by the prospective vendor at least 72 hours (excluding Sundays and holidays) prior to the time set for the opening of bids. Decisions of major importance on such matters will be issued in the form of addenda. All addenda shall become part of the contract documents and receipt of the same by the vendor must be acknowledged on the Base Bid form. If any prospective vendor notices that any sheet or page or other portion of the contract documents is missing, it shall be his responsibility to obtain such missing sheet, page or other portion. 6 Approvals: Requests for approval of equal products or materials must be written and must be received by the architect at least seven (7) working days prior to the bid opening. Requirements for the form and content of such requests are included in the contract documents. No request for substitutions will be considered after bid opening. 7 ELIGIBILITY OF VENDORS - MUST BE ENGAGED IN SUPPLYING PRODUCTS OR SERVICES RENDERED: Pre-award inspection of the Vendor's facility may be made prior to award of the contract. Solicitations will only be considered from firms which have been engaged in the business of manufacturing or distributing the goods and/or performing services as described in this solicitation. The Vendors must be able to produce evidence that they have an established satisfactory record of performance for a reasonable period of time and have sufficient financial support, equipment and organization to ensure that they can satisfactorily execute the services if awarded a contract. The term equipment and organization as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the proper authorities of the District. The District reserves the right, before awarding the contract, to require a Vendor to submit such evidence of its qualifications as it may deem necessary, and may consider any evidence available to it (including, but not limited to, the financial, technical and other qualifications and abilities of the Vendor, including past performance and experience with the District) in making the award in the best interest of the District. Local office shall be required: Due to the service level required in conjunction with this Solicitation, the Vendor shall maintain an office within the Colorado, area. This office shall be staffed by a competent company representative(s) who can be contacted during normal business hours and who is authorized to discuss matters pertaining to the contract. Withdrawal of bids: Offers may be withdrawn prior to the time and date set for the opening. Such requests must be made in writing on company letterhead. Offers may not be withdrawn after the time and date set for the opening for a period of ninety calendar days. If an Offer is withdrawn by the Vendor during this ninety day period, the District may, at its option, suspend the Vendor from the bid list and may not accept any Offer from the Vendor for a six month period following the withdrawal. 8 Applicable laws and regulations: Each vendor will be assumed to be familiar with all state and local laws, charter provisions, codes, ordinances and regulations which might in any manner affect the work to be done or those to be employed in or about the work. No plea of misunderstanding or ignorance on the part of any successful vendor will in any way excuse such vendor from the necessity of full compliance with every such law, charter provision, code, ordinance and regulation. i. Corporations and Partnerships: Vendors on public contract for services shall comply with the provisions of CRS et seq., which requires a Contractor to certify that the Vendor and its sub-contractors do not knowingly employ illegal aliens on public contracts for services. Non-compliance with certification requirements may result in penalties including termination of the awarded contract. If so terminated, Contractor shall be liable for all actual and consequential damages; or

6 ii. Sole Proprietorships and Individuals: Vendors on public contract for services who are sole proprietors and persons eighteen years of age or older shall comply with the provisions of CRS et seq., which requires the submission of a sworn affidavit that you are lawfully present in the United States before signing of the Agreement for any public benefit such as this contract. Any person who knowingly makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be in violation of C.R.S See the bid documents and the contract s general terms and conditions for additional information. 9 Preference to Colorado Materials: The work shall be done by materials produced or manufactured in Colorado, provided Colorado materials can be obtained in marketable quantities and provided that such preference need not be given to materials of a quality inferior to the quality of the materials offered by competitors outside the state, although a differential of not to exceed 5% may be allowed in cost of Colorado materials of equal quality, all as provided by law. 10 Mandatory Pre-Bid Meeting: All prospective vendors are required to attend a mandatory pre-bid conference commencing at 10:00 AM local time, on December 12, 2013, at 2925 W. 40 th Ave. Denver, CO Independent inspections of the sites may be conducted by the vendors Monday through Friday from 3:00 p.m. 5:30 p.m. during the bid period. The vendors must check into the school s office to obtain a visitor s pass and must also check out of the office. 11 Equal Opportunity: The District intends and expects that the contracting processes of the school district and its contractors provide equal opportunity without regard to gender, race, ethnicity, religion, age, or disability and that its contractors make available equal opportunities to the extent third parties are engaged to provide goods and services to the school district as subcontractors, vendors, or otherwise. Accordingly, the contractor shall not discriminate on any of the foregoing grounds in the performance of the contract and shall make available equal opportunities to the extent third parties are engaged to provide goods or services in connection with performance of the contract. The Vendor shall disseminate information regarding all subcontracting opportunities under this contract in a manner reasonably calculated to reach all qualified potential subcontractors who may be interested. The contractor shall maintain records demonstrating its compliance with this article and shall make such records available to the Owner upon the Owner s request. 12 Intent to Award Notice: The recommendation for award shall be posted on the District's Strategic Sourcing Department web page at: ( It is the sole responsibility of the vendor to check the website periodically for the award recommendation. This shall serve as notice to all Vendors of the District's intent to make award to the lowest responsive/responsible Vendor(s). Vendors may request a copy of the tabulation sheet by ing the buyer at brian_swift@dpsk12.org. If it is determined by the District that there are no Vendors that could be grieved by the award of this solicitation, The District reserves the right to waive or shorten the protest period and proceed with award. 13 APPEAL OF AWARD. Vendors may appeal by submitting, in writing, a detailed request for reconsideration to the District's Executive Director of Facility Management within 72 hours after the recommendation of award is posted on the Strategic Sourcing Department's web site at provided that the appeal is sought by the Vendor prior to the District finalizing a contract with the selected vendor. 14 Execution of Documents: The vendor to whom the work is awarded will be required to execute three copies of the formal Agreement with the School District, on forms supplied by the District, to furnish, at the vendor's expense, three fully executed copies of the required Contractor's Performance and Payment Bond, and to furnish the requisite Certificates of Insurance and insurance endorsements, all within five (5) business days from the date of the Notice of Award. If such vendor fails to execute said Agreement and to furnish said Bond and Insurance documents within said five (5) day period, the District shall be entitled to collect the amount of such vendor's Bid Guaranty as liquidated damages, to consider all rights arising out of the District's acceptance of such vendor's Bid as abandoned and to award the work covered by such Bid to another, or to re-advertise the work, or otherwise dispose of the work, as the District may see fit.

7 15 Owner s Project Representative: All questions regarding the Specifications and Contract Documents for this project shall be directed to: DPS Strategic Sourcing: Michael Craig, Strategic Sourcing Michael_craig@dpsk12.org 16 Special Note to All Vendors: Each vendor shall be assumed to be familiar with the complete set of Contract Documents and to have given due consideration to all existing conditions and limitations under which the work is to be performed. The submission of a bid will be construed as conclusive evidence that the vendor has made such examination. Vendor s failure to comply with all the requirements for bid including documents to be submitted therewith, the use of proper forms, their proper and complete execution including the filling in of all blank spaces therein, may well result in the rejection of bid. The School District reserves the right to reject any or all bids, to waive any informalities, and to accept any bid deemed desirable. 17 LIQUIDATED DAMAGES FOR DELAY The liquidated damages amount to be applied under Section 3.5 of the General Conditions of the Contract for delays in Substantial Completion is $ per day. The liquidated damages amount to be applied under Section 3.5 of the General Conditions of the Contract for delays in Final Completion is $ per day. 18 Rejection: Vendor s failure to comply with all the requirements for the bid including documents to be submitted therewith, the use of proper forms, their proper and complete execution including the filling in of all blank spaces therein, may result in a rejection of bid. This solicitation does not commit the District to award a contract, to pay any costs incurred in the preparation of a bid, or to procure or contract for the articles of goods or service. The District reserves the right to waive insignificant requirements, to accept or reject any or all bids or portions of bids for just cause received as a result of this request or to cancel in part or in its entirety this bid, if it is in the best interest of the District to do so.

8 DENVER PUBLIC SCHOOLS SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO CONTRACT DOCUMENTS

9 BID FORM BASE BID TO: SCHOOL DISTRICT NO 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO PROJECT: Columbian Re-Roof LOCATION: 2925 W. 40 th Ave. Denver, CO MC-2211 School Base Bid Columbian E.S. $ Alternate # 1 Roof Deck 2 $ Alternate # 2 90 Mil membrane $ Name of Company: Contact Person: Title: Date: Authorized Representative s Signature:

10 14-MC-2211 Project Experience Qualifications Sheet Must list 1 project of at least $120, and 3 projects of at least $80, Project Value Location Owner Reference Contact Name Reference Contact phone DENVER PUBLIC SCHOOLS SUPPLIER PORTAL Effective July 1, 2013, all new business conducted with DPS will require you to be registered on the DPS Supplier Portal. The Denver Public Schools (DPS) District is modernizing its Financial Management and Strategic Sourcing business processes to include two-way web-based communication with its Suppliers and Vendors. The benefits extended to our supplier/vendor business partners that register with DPS include: Electronic Bidding Events/Solicitations. o Bids and Proposals sent directly to your personal Supplier Portal account o On-line bid responses, negotiations, awards, and much more Direct submission of electronic invoices (depending on your contractual relationship). Complete view of your contracts, purchase orders, invoices and payments online through your Supplier Portal. Ability to maintain your business profile, points of contact, diversity qualifications, list of commodities you wish to provide, W-9s, certifications and insurance documentation, along with optional subcontractor tracking. Historical record of your interaction and performance with DPS Access to the supplier portal can be found here: Supplier Portal User Guides are available at same link (under the Suppliers/Vendors link on the righthand of the page).

11 SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO PROJECT: BID BOND LOCATION: KNOW ALL MEN BY THESE PRESENTS: That we [the Contractor] [hereinafter called Principal ], and [ hereinafter called Surety ], a corporation organized and existing under the laws of and duly authorized to transact such business in Colorado, are held and firmly bound unto School District No. 1 in the City and County of Denver and State of Colorado [hereinafter called Obligee ], in the sum of five per cent (5%) of the Principal s total bid price as lawful money of the United States, for the payment of which sum, well and truly to be made to the Obligee, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is submitting a proposal, or bid, for the above described project for the Obligee, and said Obligee has required as a condition for receiving said proposal that it be accompanied by the specified Proposal Guaranty in an amount not less than five percent (5%) of the Principal s total bid price, in pursuance of which requirement this Bid Bond is made, executed, and delivered. Now, the condition of this obligation is such that if the Principal shall maintain said proposal or bid in full force and effect for ninety days after the opening of the bids for such project, or, if the Principal s proposal or bid is accepted, the Principal shall, within the prescribed time, enter into the required formal Agreement with the Obligee, furnish the required Certificates of Insurance and furnish the required Contractor s Performance Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. Signed, sealed, and delivered this day of, 20 (SEAL) PRINCIPAL Attest: By Title By Title (SEAL) SURETY By Attorney-in-Fact THIS BOND MUST BE ACCOMPANIED BY A POWER OF ATTORNEY SCHOOL DISTRICT NO.1

12 Bond No. (the Bond ) IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS that, as Principal (the Principal ), and, a corporation organized and existing under the laws of the State of, and authorized to transact business in the State of Colorado, as Surety (the Surety ), jointly and severally, bind themselves, their heirs, personal representatives, successors, and assigns to the SCHOOL DISTRICT NO.1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO (the Owner ), in the principal amount of ($ ) as adjusted by approved change orders (not to exceed ten (10) percent of the principal amount of this Bond unless expressly approved by the Surety, which approval shall not be unreasonably withheld) and interest as provided by law (collectively referred to herein as the Penal Sum ), for the performance of and payment of all amounts due under the agreement between the Principal and the Owner, dated, 20, (the Agreement ) for the following project: (the Project ), together with the obligations of the Contract Documents, as defined in the Agreement, all of the documents are incorporated by this reference and shall be, collectively, referred to as, the Contract. The condition of this obligation is such that, if the Principal shall at all times duly, promptly, and properly perform all the terms and conditions of the Contract and any authorized modifications thereof during the original term of the Contract, any extensions thereof that may be granted by the Owner, and during the term of any guarantee or warranty required under the Contract; and promptly make payment of all amounts, claims, or demands lawfully due to all persons, firms, associations, or corporations supplying or furnishing to the Principal or its subcontractors labor or materials, supplies, or equipment which are used, provided, or performed in the prosecution of the work provided for in the Contract and any and all duly authorized modifications of the Contract that may hereafter be made, then the Principal and Surety shall have no obligation under this Bond, otherwise, it shall remain in full force and effect and the Surety shall pay the full value of all payment amounts, claims or demands lawfully due and shall indemnify and hold the Owner harmless from all payments which the Owner may be required to make under the Contract or applicable law in excess of the Contract price not exceeding the amount of this obligation, together with interest as provided by law, as well as attorneys fees and costs incurred by the Owner in the resolution of any claim. Whenever the Owner terminates the Contract in accordance with the terms thereof, the Surety shall, within fifteen (15) calendar days after written notice of such termination, notify the Owner in writing of its election to complete the Contract in accordance with its terms, or notify the Owner that the Surety elects not to complete the Contract. If the Surety fails to give the written notice so required within such time period, then it will be deemed to have elected not to complete the Contract. Should the Surety elect to complete the Contract, it shall, within fifteen (15) additional calendar days following the date of receipt of the written notice of such election and with the Owner s written approval, obtain a contractor to complete the work in accordance with the original Contract s terms and conditions and thereafter proceed to work with due diligence and as the work progresses make available sufficient funds to pay the cost of completion less the balance of the Contract price. The Surety may not engage the Principal to complete the Contract, without the prior written consent of the Owner, which consent may be withheld at the sole and absolute discretion of the Owner.

13 If the Surety elects to complete the Contract, then it shall be entitled to receive the balance of the Contract price, less (i) any amounts paid by the Owner to the Principal; (ii) costs incurred by the Owner in correcting any defective work; (III) any additional legal, design professional, and other costs incurred by the Owner resulting from the Principal s default; and (iv) liquidated damages caused by delayed performance or nonperformance of the Principal. Any progress payments, less retainage, due but not paid at the date of termination shall be paid to Surety so long as the Surety has agreed to indemnify the Owner for the amount thereof and no other claims have been made to such funds by subcontractors or suppliers in accordance with the Contract or applicable law. In the event the Surety elects not to complete the Contract, the Owner may then have the work completed by such means and in such manner, by contract with or without public bidding, or otherwise, as it may deem advisable. The Surety in such event shall at all times make available, sufficient funds, which at no time shall exceed the Penal Sum, as work progresses under the Contract between the Owner and its new contractor, and will pay the cost of the completion of the Contract pursuant to its terms, together with the other amounts set forth in sections (i) through (iv) above, but in no event shall the Surety be responsible for the payment of any sums to the Owner until the Owner has agreed to pay its total obligation according to the terms of the Contract, plus change orders, less deductions and claims chargeable by law or by the Contract, if any, and less the retainage which will be disbursed as proved by the Contract Documents and applicable law. The procedures set forth herein shall apply should there be a default and termination or a succession of defaults and terminations in fulfilling the terms and conditions of the work under the Contract. Any judgment recovered hereunder by the Owner shall include interest at the legal rate, together with reasonable attorneys fees and costs. IN WITNESS WHEREOF said Principal and Surety have executed this Bond, this day of A.D., 20. (PRINCIPAL S CORPORATE SEAL) ATTEST: Principal: By: Print Name: Title: Date: By: Print Name: Title: Date: Surety: (SURETY S CORPORATE SEAL) By: Print Name: Attorney-in-fact Date: THIS BOND MUST BE ACCOMPANIED BY A POWER OF ATTORNEY Best s Rating: Best s Financial Rating: Date:

14 DENVER PUBLIC SCHOOLS WORKER STATUS CERTIFICATION STATEMENT REGARDING ILLEGAL ALIENS [Reference HB 1343 Certification] CERTIFICATION STATEMENT FOR CORPORATIONS & PARTNERSHIPS The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with the provisions of CRS et seq. 2. The Vendor shall not knowingly employ or contract with an illegal alien to perform work under this purchase order or enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien. 3. The Vendor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, or (ii) otherwise shall comply with the requirements of CRS (2)(b)(I). 4. The Vendor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment If the Vendor fails to comply with any requirement of this provision or CRS et seq., the School District may terminate the above referenced purchase order for breach and the Vendor shall be liable for actual and consequential damages to the School District. CERTIFIED and AGREED to this day of, 20 Name of Firm (print) Signature of Authorized Representative Name of Authorized Representative (print) Denver Public Schools Project Name

15 DENVER PUBLIC SCHOOLS WORKER STATUS AFFIDAVIT REGARDING ILLEGAL ALIENS [Reference HB06:1023 Certification] AFFIDAVIT FOR SOLE PROPRIETORS & INDIVIDUALS I,, swear or affirm under penalty of perjury under the laws of the State of Colorado that (check one): I am a United States citizen, or I am a Permanent Resident of the United States, or I am lawfully present in the United States pursuant to Federal law. I understand that this sworn statement is required by law because I applied for a public benefit. I understand that state law requires me to provide proof that I am lawfully present in the United States prior to receipt of this public benefit. I further acknowledge that making a false, fictitious, or fraudulent statement or representation in this sworn affidavit is punishable under the criminal laws of Colorado as perjury in the second degree under Colorado Revised Statute and it shall constitute a separate criminal offense each time a public benefit is fraudulently received. Signature Date Name (print) Denver Public Schools Project Name

16 DENVER PUBLIC SCHOOLS DEPARTMENT OF FACILITY MANAGEMENT Construction Safety Standards Acknowledgement Form I have been informed that the Construction Safety Standards have been made available to me and that it is an OSHA and U.S. Department of Labor requirement that I must provide a safe workplace environment free from safety hazards. The DPS Construction Safety Standards may be found at: I am aware that the terms of the Construction Agreement provide that all Contractors shall have a written Safety and Health Program Plan that complies with current laws regarding worker health and safety and the prevention of accidents or injury to persons on or about the site (including the Occupational Safety and Health Act of 1970 as amended, the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910 as amended, safety laws of the State of Colorado, and other safety laws and regulations). These written plans shall be available for Owner s review at each worksite. Each Contractor s employee is responsible for complying with applicable safety and occupational health requirements, wearing prescribed safety and health equipment, reporting unsafe conditions/activities, preventing avoidable accidents, and working in a safe manner. Contractor s employees are required to wear the following minimum Personal Protective Equipment (PPE) while on Owner s worksite: A. Hard Hat B. Safety Glasses C. Safety Vest D. Safety Shoes E. Safety Gloves if activity requires hand protection F. Other PPE as appropriate for work activity The Prime Contractor is responsible for ensuring subcontractor and sub sub contractor compliance with the safety and occupational health requirements as contained within the contractor s written Safety and Health Program Plan. DATE: SIGNATURE: NAME: COMPANY AND/OR CONTRACTOR:

17 FACILITY: FACILITY MANAGEMENT CONSTRUCTION SERVICES TEL FAX WEB Contractor Confined Space Safety Acknowledgement PROJECT NAME: PROJECT NUMBER: The Contractor has been advised that part or all of their work may be performed within an area designated as a Confined Space or Confined Space Permit Required zone within a DPS facility. The Contractor s responsibility is to perform all work in a safe manner to comply with all the terms of the Construction Agreement including having a written Safety and Health Program Plan that complies with current laws regarding worker health and safety and the prevention of accidents or injury to persons on or about the site (including the Occupational Safety and Health Act of 1970 as amended, the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910 as amended, safety laws of the State of Colorado, and other safety laws and regulations). It is the Contractor s responsibility to comply with 29 CFR of the Occupational Safety and Health Act Regulation Standards pertaining to entering and working in a designated Confined Space area. By acknowledgement of this provision, Contractor assumes all responsibility in performance of their work according to standard best safety practices. Contractor acknowledges they have been informed of the hazard(s) found within the designated area, and is aware there may be additional hazards not yet identified. The Prime Contractor is responsible for ensuring subcontractor and sub-subcontractor compliance with the safety and occupational health requirements as contained within the contractor s written Safety and Health Program Plan. DATE: SIGNATURE: PRINTED NAME: COMPANY AND/OR CONTRACTOR:

18 DENVER PUBLIC SCHOOLS SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO Construction Agreement Construction Agreement Exhibits General Conditions

19 DRAFT CONSTRUCTION AGREEMENT This CONSTRUCTION AGREEMENT (this Agreement ) is entered into this day of, 20, by and between School District No. 1 in the City and County of Denver and State of Colorado (the Owner ) and [full legal name], a [state of formation and type of entity, e.g., Colorado corporation, Colorado limited liability company, etc.] ( Contractor ). In consideration of the covenants and agreements contained in the Contract Documents, the sufficiency of which is hereby acknowledged by the Contractor and Owner, Contractor and Owner hereby promise and agree as follows: Article 1. KEY TERMS; DESCRIPTION OF THE PROJECT 1.1 The Project. The Project consists of the construction of [an addition to] [a remodeling of] [a remodeling of part of] a building [or facility] known as. The principal function of this [building/facility] is [will be]. Owner s project number for the Project is. The Project may be further described on Exhibit A. 1.2 The Contract Sum The Contract Sum shall be the amount of $, which shall be full compensation to the Contractor for all of the Work described in the Contract Documents General conditions costs shall be identified on the Schedule of Values, but there is no separate General Conditions Fee under this Contract There is no separate Contractor Fee under this Agreement. The Contract Sum includes Contractor s profit and compensation for Contractor s overhead and administrative expenses. 1.3 The Contract Documents. The Contract Documents include: All written modifications or amendments to this Agreement, including Change Orders; This Agreement, including all exhibits and attachments; The General Conditions of the Contract; Construction Documents prepared and approved in accordance with this Contract; The following other documents, if any:. The Contract Documents are intended to be complementary, and anything required by any of the Contract Documents shall be as binding as if required by all of the Contract Documents. In the event of inconsistencies in requirements between different parts of the Contract Documents, unless Owner otherwise agrees in writing, Contractor shall provide the better quality or greater quantity. In the event of any irreconcilable difference between different provisions of the Contract Documents, the provision or requirement set forth in the Contract Document first appearing in the list above shall control. Rev. 12/

20 1.4 Contractor s Role in General; The Work. Contractor accepts the relationship of trust and confidence established with the Owner by the Contract Documents. Contractor agrees to furnish efficient business administration and superintendence and to use its best efforts to perform the Work in the best and most sound way and in the most expeditious and economical manner consistent with the interests of the Owner, within the time periods provided in the Milestone Schedule. 1.5 Exclusions. The scope of the Work shall not include, and Owner shall be responsible for, any items listed on Exhibit C. Article 2. DEFINITIONS AND INTERPRETATION 2.1 Defined Terms Terms Defined in the General Conditions of the Contract. Initially capitalized terms used but not defined in this Agreement shall have the meanings given them in the General Conditions of the Contract Agreement. This Construction Agreement, including exhibits hereto Contract Sum. Defined in Section above Contract Documents. Defined in Section 1.3 above Owner Parties. Defined in Exhibit A Project. Defined in Section 1.1 above and Exhibit A Self-Work. Any of the types of Work described on Exhibit D and any other part of the Work as to which Owner consents in writing to performance by Contractor as Self-Work (which consent shall not unreasonably be withheld) to the extent that such work is actually directly performed by Contractor and is not performed through a Subcontractor. Article 3. PROGRESS PAYMENTS 3.1 Applications for Payment. In addition to the documents and information required by the General Conditions of the Contract, Contractor s Applications for Payment shall include a statement in form approved by Owner setting forth (A) the percentage of the Work completed and the materials stored on the Site for the period ending the last day of the month for which the Progress Payment is requested for each category of the Schedule of Values, (B) the amount previously invoiced under the Contract, (C) the amount previously retained, (D) the net amount to be paid on the current Progress Payment (less applicable Retainage), and (E) the amount of the Contract Sum remaining unpaid if the requested payment is made in full. 3.2 Amount of Progress Payments. The net amount to be paid based on an Application for Payment shall be (a) the total of the amounts obtained by applying the percentage of completion for each line item in the Application for Payment to the price for that item in the Schedule of Values, less (b) the total amount of previous Applications for Payment. Article 4. MISCELLANEOUS 4.1 Claims for Damages. Should either party suffer injury or damage to persons or property because of any act or omission of the other party or of any of its employees, agents, or others for whose acts it is legally liable, a claim shall be made in writing to such other party, with a copy to the Architect, within the time period required by the express terms of this Agreement and the -2-

21 General Conditions of the Contract, or if not specified in this Agreement or the General Conditions of the Contract, within a reasonable time after such injury or damage. 4.2 Assignment; Successors and Assigns. Neither party to the Contract shall assign it or subcontract it as a whole without the written consent of the other. The Contractor shall not assign its interest in any amounts due or to become due to it under the Contract without the written consent of the Owner. Subject to the foregoing provisions of this Section, the Contract shall be binding upon and inure to the benefit of the parties hereto and their respective successors and assigns. 4.3 Entire Agreement. This Agreement, the General Conditions of the Contract, any other Contract Documents, and all exhibits thereto constitute the entire agreement between the parties with respect to the Project and all prior proposals are hereby terminated. [The remainder of this page is intentionally blank.] -3-

22 Signature page to Construction Agreement: Executed to be effective as of the date first written above. [Signature block for corporation as contractor:] Contractor: (CORPORATE SEAL) [Fill in full legal name of entity,] a Colorado corporation [if the entity was formed in another state, identify that state instead] ATTEST: By: Print Name: Title: Date: By: Print Name: Title: Date: [Signature block for other entity:] Contractor:: [Fill in full legal name of entity,] a Colorado [state type of entity: limited liability company, limited liability partnership, etc.] [if the entity was formed in another state, identify that state instead] By: Print Name: Title: Date: [Owner signatures appear on the following page] -4-

23 Signature page to Construction Agreement: APPROVED AS TO FORM IN BEHALF OF SCHOOL DISTRICT NO. 1: Date: James T. Allen Interim Senior Director of Facilities Office of the General Counsel Date: Date: Trena Deane Executive Director, Facility Management David Suppes Chief Operating Officer Date: (S E A L) ATTEST: SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO Print Name: Secretary, Board of Education Date: By: Print Name: President, Board of Education Date: -5-

24 TABLE OF EXHIBITS A. Project Information and Certain Key Terms B. Expenses Included in Cost of Work B-1. Method of Payment Matrix C. Schedule of Exclusions D. Schedule of Permitted Self-Work E. Arbitration Process F. Equal Opportunity Construction Contracting Procedures G. Schedule Requirements H. General Conditions of the Contract I. Supplementary General Conditions of the Contract (if any) J. Federal Funding Provisions (if applicable) J-1. Wage Determination (if applicable) -6-

25 DRAFT CONSTRUCTION AGREEMENT TABLE OF CONTENTS Article 1. KEY TERMS; DESCRIPTION OF THE PROJECT The Project The Contract Sum The Contract Documents Contractor s Role in General; The Work Exclusions... 2 Article 2. DEFINITIONS AND INTERPRETATION Defined Terms Article 3. PROGRESS PAYMENTS Applications for Payment Amount of Progress Payments... 2 Article 4. MISCELLANEOUS Claims for Damages Assignment; Successors and Assigns Entire Agreement i-

26 DRAFT EXHIBIT A PROJECT INFORMATION AND CERTAIN KEY TERMS Project Name: Project No. Contractor: 1. GENERAL DESCRIPTION OF PROJECT: [Insert a narrative description of the scope of the project. If there is a separate written document that describes the scope of the project, a cross-reference may be included here so long as it is unambiguous (include document dates, authors, etc.) and the document should be attached if practicable or clearly identified as a Contract Document.] 2. MILESTONE SCHEDULE BOE Approval of Construction Contract: Building Permit Granted: Required Substantial Completion Date: Required Final Completion Date: 3. PROJECT TEAM The key members of the Project Team provided by Contractor include: Contractor s Project Manager: [Add others, if there will be more.] 4. ADDITIONAL LIABILITY INSURANCE COVERAGE REQUIREMENTS Umbrella or Excess Following Form Insurance: $3,000,000 per occurrence and in the aggregate. (See Section of the General Conditions of the Contract.) Pollution Liability Insurance: Not required initially (Owner may later require as provided in Section 12.4 of the General Conditions of the Contract). Minimum limits of $ per occurrence and in the aggregate (see Section 12.4 of the General Conditions of the Contract). 5. LIQUIDATED DAMAGES FOR DELAY 5.1 The liquidated damages amount to be applied under Section 3.5 of the General Conditions of the Contract for delays in Substantial Completion is $.00 per day. 5.2 The liquidated damages amount to be applied under Section 3.5 of the General Conditions of the Contract for delays in Final Completion is $.00 per day. Construction Agreement Exhibits A-1 Rev. 01/2012

27 6. FEDERAL FUNDING If this box is checked, Owner expects to pay for the Project using funds from United States government sources, and Section 4.17 of the General Conditions of the Contract, the provisions of Exhibit J, and the wage determination attached as Exhibit J-1 shall apply to the Project. 7. COP REQUIREMENTS If this box is checked, then (i) Owner Parties shall include, in addition to the parties otherwise identified in this Agreement, Denver Public Schools Leasing Corporation and J.P. Morgan Trust Company, National Association, (ii) Contractor acknowledges that Owner under this Agreement is the tenant of the Project site and Denver Public Schools Leasing Corporation is the owner, and (iii) unless Owner and Contractor otherwise agree in writing, Owner shall be responsible to obtain from the property owner all consents and approvals required under the lease of the Site with respect to the Project. 8. TESTING Contractor shall with due diligence study and evaluate all testing reports furnished by Owner, Architect, or their consultants, and any reports obtained by Contractor. Contractor shall advise Owner and Architect of any impact of such reports on the construction and contemplated utilization of the Project. Contractor shall not be held responsible for the accuracy of Ownerfurnished information, provided that Contractor shall notify Owner of any inaccuracy or incompleteness in information furnished by the Owner that is apparent in the exercise of reasonable professionally diligent review. 9. AS-BUILTS, MANUALS At Substantial Completion, Contractor shall deliver to Architect one (1) complete set of As-Builts and all required documents and manuals under Section 4.10 of the General Conditions of the Contract. 10. NOTICE ADDRESSES OF THE PARTIES Address for notices to Owner: [with a copy to:] Address for notices to Contractor: A-2

28 DRAFT EXHIBIT B COST OF WORK The Contract Sum is a stipulated sum and does not vary according to the Cost of Work. There is no Exhibit B-1. B-1

29 DRAFT EXHIBIT C SCHEDULE OF EXCLUSIONS The following items are excluded from the scope of the Work: 1. Architectural services. 2. [List others.] C-1

30 DRAFT EXHIBIT D SCHEDULE OF PERMITTED SELF-WORK [None] D-1

31 DRAFT EXHIBIT E DISPUTE RESOLUTION Disputes, concerning the interpretation of, the meaning of the construction documents or the performance of any work under this Agreement between Contractor and Owner (the Parties ), which cannot be resolved by designated representatives of the parties shall be subject to the provisions and procedures of the Dispute Resolution hereof. Except as otherwise provided herein, with respect to any Dispute that may arise under this Agreement, it shall be a condition precedent of the Parties to stay any legal action and before pursuing any litigation in a court of competent jurisdiction, for the Parties to work, in good faith, to resolve all Disputes, including any legal claims, that may arising out of any Dispute under this Agreement and agree to follow the Dispute Resolution process and procedures up to and until a final decision rendered. All Disputes shall be conducted in accordance with the following provisions unless Owner and Contractor agree, in writing, that no Dispute which has not then already been submitted to Dispute Resolution, shall be subject to Dispute Resolution hereunder if one hundred eighty (180) days or more have passed since the Final Completion of the Project and one of the Parties has instituted litigation with respect to such Dispute before the time that Dispute Resolution of such Dispute has been demanded in accordance herewith. Capitalized terms not otherwise defined in this Exhibit shall have the same meanings assigned to them in the Agreement. 1. Good Faith Resolution. Any Dispute will initially be resolved informally. The Parties shall attempt in good faith to resolve promptly any Dispute by negotiation between representatives who have authority to settle the dispute ( Authorized Representatives ). The Authorized Representatives must not be any person with direct responsibility for administration of this Agreement. 2. Executive Director. Any Dispute that is not resolved under Section 1 of this Exhibit E, shall be referred to the Executive Director of Facilities (the Executive Director ) who will render a final determination. 3. Notice of Demand for Dispute Resolution. In order to initiate Dispute Resolution, the Party demanding Dispute Resolution shall give the other Party telephonic notice of the demand and shall give written notice demanding Dispute Resolution to such Parties. Such written notice shall identify the issues in dispute. Any time periods based on the date of notice of the demand for Dispute Resolution shall be measured from the date such written notice is given in accordance with Article 16 of the Agreement. 4. Time and Place for Meeting. Upon written request from either Party to the Executive Director, the Executive Director shall schedule a meeting (the Meeting ) at the Executive Director s office within three (3) days of receipt of the request. Owner and Contractor shall both attend the Meeting with the Executive Director and each Party shall be represented as it determines to be appropriate. At or before the Meeting, either Party may, at its option, submit a short written statement describing the matter in dispute and its position in regard to the same. At the Meeting, the Parties shall show the Executive Director the parts of the Work or the drawings, or plans and specifications in dispute and each Party shall make such presentation of its case at the Meeting as its shall determine. The Meeting shall continue (including from day to day if required) until all presentations permitted by the Executive Director have been completed. Unless agreed to at the Meeting by the Executive Director, neither Party shall be entitled to make any submission after the Meeting as to any matter discussed at the Meeting. 5. Executive Director s Decision. The Executive Director shall deliver a decision as to each issue discussed at a Meeting to the Parties promptly and, in any event, within five (5) business days following the conclusion of the Meeting as to any Dispute discussed at a Meeting. Each decision shall be rendered in a reasoned writing explaining the basis therefor in sufficient detail for a third party to understand the basis for the decision (the Decision ). The Executive Director s decision is final. E-1

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

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

Asbestos Abatement Work Plan

Asbestos Abatement Work Plan Asbestos Abatement Work Plan Colorado School for the Deaf and Blind 33 North Institute Street Colorado Springs, Colorado May 5, 2016 Terracon Project No. 23167041 Prepared for: Colorado School for the

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

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

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

NEW AIR TRAFFIC CONTROL TOWER

NEW AIR TRAFFIC CONTROL TOWER DIVISION I NEW AIR TRAFFIC CONTROL TOWER CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 927 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 2 ARTICLE

More information

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed

More information

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor Assumes Risk of Owner Payment) The original text

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

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

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT This Agreement, is made and entered this day of, 2014, by and between the Town of Windsor, a Colorado Home Rule Municipality ( Town ) and [Contractor

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Standard Subcontract

Standard Subcontract Subcontractor: New York State Fence, Inc. Job Number: 92 Taxpayer ID No.: 16-1098453 THIS AGREEMENT, made this 1 st day of May, 2007 by and between Subcontract Number: 06 New York State Fence, Inc. 858

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

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

THIS ADDENDUM MUST BE ACKNOWLEDGED. THIS ADDENDUM SHALL BECOME A PART OF THIS SOLICITATION. Amend Invitation to Bid 14-BS-EQC as follows:

THIS ADDENDUM MUST BE ACKNOWLEDGED. THIS ADDENDUM SHALL BECOME A PART OF THIS SOLICITATION. Amend Invitation to Bid 14-BS-EQC as follows: Denver Public Schools Purchasing Department 1617 S. Acoma St. Denver, Colorado 80223 INVITATION TO BID 14-BS-EQC ADDENDUM NUMBER ONE May 2, 2014 THIS ADDENDUM MUST BE ACKNOWLEDGED. THIS ADDENDUM SHALL

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

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 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

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

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION STANDARD CONSTRUCTION CONTRACT THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: BETWEEN: NEW BRUNSWICK POWER CORPORATION (referred to herein as the Owner) AND (referred to herein

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

SUBCONTRACT AGREEMENT GENERAL TERMS AND CONDITIONS

SUBCONTRACT AGREEMENT GENERAL TERMS AND CONDITIONS Subcontract No: Date: SUBCONTRACT AGREEMENT Genoa Construction Services, Inc., a Georgia corporation ("Contractor"), hereby enters into this Subcontract Agreement ( Subcontract ) with NAME OF SUBCONTRACTOR,

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

(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

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

Kansas Credit Services Organization Instructions for Application of Registration

Kansas Credit Services Organization Instructions for Application of Registration STATE OF KANSAS OFFICE OF THE STATE BANK COMMISSIONER CONSUMER AND MORTGAGE LENDING DIVISION 700 SW Jackson St., Suite 300 Topeka, Kansas 66603-3796 785-296-2266 Fax: 785-296-6037 Kansas Credit Services

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

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

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

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

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction Contract Documents and Specifications for Engler Park Tennis Court Construction City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks 407 Boyce Farmington,

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED) Contract Number: Funding Source: Budget Number: Site/Department: Program Responsibility: Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 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

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

More information

Real Estate Management Agreement

Real Estate Management Agreement Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and

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

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

PERFORMER/GUEST SPEAKER/GUEST ARTIST AGREEMENT

PERFORMER/GUEST SPEAKER/GUEST ARTIST AGREEMENT PERFORMER/GUEST SPEAKER/GUEST ARTIST AGREEMENT This agreement is made and entered into this day of,, by and between the Parties named below. As used herein, Contractor means Performer/Guest Speaker/Guest

More information

Project Manual. City of Winter Springs. Trotwood Park Pavilion and Overlook. Bid # ITB 003/18/GM

Project Manual. City of Winter Springs. Trotwood Park Pavilion and Overlook. Bid # ITB 003/18/GM Project Manual City of Winter Springs Trotwood Park Pavilion and Overlook Bid # ITB 003/18/GM November 2018 INDEX TO PROJECT MANUAL City of Winter Springs Trotwood Park Pavilion and Overlook City Bid No.

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

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

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

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

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

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

TABLE OF CONTENTS BIDDING REQUIREMENTS: Information for Bidders CONTRACT FORMS:

TABLE OF CONTENTS BIDDING REQUIREMENTS: Information for Bidders CONTRACT FORMS: TABLE OF CONTENTS Form # Name of Form BIDDING REQUIREMENTS: SBP 6.12 SBP 6.13 SBP 6.14 SBP 6.15 Information for Bidders Bid Bid Bond Notice of Award CONTRACT FORMS: SC-6.21 Contractor s Design/Bid/Build

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT

CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT Terminal Concessions Remodel CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 1086 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 3 ARTICLE 2 CONTRACT

More information

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated: Document A142 2014 Standard Form of Agreement Between Design-Builder and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Design-Builder: (Name,

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

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

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

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

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

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