This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Size: px
Start display at page:

Download "This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect."

Transcription

1 NEW BUILDING FOR COSMETOLOGY NORTHWEST-SHOALS COMMUNITY COLLEGE ADDENDUM 1 PART 1 - GENERAL Project: New Building for Cosmetology [B.C. # / PSCA # 715C] Owner: Northwest-Shoals Community College Architect: Aho Architects, LLC Date Issued: March 19, 2014 This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. This Addendum forms a part of the Contract Documents. The following conditions take precedence over any conflicting conditions in the Drawings and Specifications. The Drawings and Specifications are hereby amended in the following particulars: 1.1 CLAIRIFICATIONS A. Consistent with the legal advertisement for bids, a pre-bid conference was held at 11:00 am on March 18, Attendance at this pre-bid conference was mandatory for General Contractors to be eligible to bid the project. B. The pre-bid conference minutes and sign-in sheet are attached. 1.2 REVISIONS (SPECIFICATIONS) A. Sealed proposals for the above referenced project will be received by Northwest-Shoals Community College, on Thursday, April 10, 2014 at 2:00pm CDST, in the President s Conference Room located in the Victor P. Poole Administration Complex (800 George Wallace Blvd. Muscle Shoals, Alabama 35661), at which time and place they will be publicly opened and read. B. Revise all specifications regarding construction materials testing which read engage a qualified testing agency to read Owner will engage a qualified testing agency. C. Revise Specification Section Standing-Seam Metal Roof Panels Section 2.2. Standing Seam Metal Roof Panels subparagraph B.1 to include Carlisle Metal Products as an approved manufacturer. D. Replace Form C-5 Construction Contract with attached Form 9-A Construction Contract. Project is partially PSCA funded. E. Include attached Form 9-D Modification to the Construction Contract Adjustment of Severable Payments. Project is partially PSCA funded. JOB NO PAGE 1 OF 3

2 NEW BUILDING FOR COSMETOLOGY NORTHWEST-SHOALS COMMUNITY COLLEGE ADDENDUM 1 F. Include attached Form 9 E Modification to the Construction Contract Adding PSCA as Co- Owner. Project is partially PSCA funded. G. Replace Form C-6 Performance Bond with attached Form 9-B Performance Bond. Project is partially PSCA funded. H. Replace Form C-7 Payment Bond with attached Form 9-C Payment Bond. Project is partially PSCA funded. I. Include attached Form 9-F Modification of the Performance Bond and Payment Bond Adding PSCA as Co-Owner. Project is partially PSCA funded. J. Include attached Form 9-G Invoice Checklist. Project is partially PSCA funded. K. Include attached Form 9-H Certification of Compliance Title 41: Public Contracts. Project is partially PSCA funded. L. Include attached Form 9-I Material Receipt. Project is partially PSCA funded. M. Replace Form C-12 Contract Change Order with attached 9-J Contract Change Order. Project is partially PSCA funded. N. Revise Specification Section Metal Soffit Panels 2.3.D to read Panel Fasteners: Provide factory-formed metal soffit panels designed to be installed by lapping and interconnecting side edges of adjacent panels and mechanically attaching through panel to supports using concealed fasteners and factory-applied sealant in side laps. Include accessories required for weathertight installation. O. Omit subparagraph B from 2.4 Fabrication in Specification Section Metal Soffit Panels. P. Revise Specification Section Metal Soffit Panels 3.2 Metal Panel Installation Subparagraph A.2 to read Provide manufacturer s recommended washers under heads of exposed fasteners bearing on weather side of metal panels. Q. Omit subparagraph B from 1.7 Quality Assurance in Specification Section Standing-Seam Metal Roof Panels. R. Revise Specification Section Aluminum-Framed Entrances and Storefronts 2.1 Performance Requirements Subparagraph H.1 to read Thermal Transmittance (U-factor): See Specification Section Glazing for allowable U-factor and H.2 to read Solar Heat Gain Coefficient: See Specification Section Glazing for allowable solar heat gain coefficient. 1.3 REVISIONS (DRAWINGS) A. Revise Detail 1on Sheet A302 with attached Supplemental Drawing ASD-1 dated 3/19/14. B. Revise Detail 1on Sheet A303 with attached Supplemental Drawing ASD-2 dated 3/19/14. C. Revise Detail 2 on Sheet A501 with attached Supplemental Drawing ASD-3 dated 3/19/14. JOB NO PAGE 2 OF 3

3 NEW BUILDING FOR COSMETOLOGY NORTHWEST-SHOALS COMMUNITY COLLEGE ADDENDUM 1 D. Revise Detail 4 on Sheet A501 with attached Supplemental Drawing ASD-4 dated 3/19/ ATTACHMENTS Pre-Bid Conference Meeting Minutes and Sign-In Sheet, ASD-1, ASD-2, ASD-3, ASD- 4, Form 9-A, Form 9-D, Form 9-E, Form 9-B, Form 9-C, Form 9-F, Form 9-G, Form 9- H, Form 9-I, Form 9-J. END OF ADDENDUM 1 JOB NO PAGE 3 OF 3

4 NEW BUILDING FOR COSMETOLOGY Northwest-Shoals Community College BC# ; PSCA# 715C; Aho Architects Project Number: PRE-BID CONFERENCE MEETING MINUTES March 18, 2014 at 11:00 AM 1) Welcoming remarks. Reminder to sign-in on sheet at front of room or being circulated. 2) Introductions and names and relationship to job of personnel (Owner and Architect). 3) Project Directory: Names of Architect and personnel involved. Project Principal: Tim Aho. Project Manager: April Cain. Architect: Paul DiGiorgio. Administrative Assistant: Stephanie Vaughn. 4) Client representatives involved: Mr. Joe Hackworth, NWSCC Maintenance. Do not contact the Owner directly. 5) Bid Documents available for Pre-Qualified General Contractors and subs/suppliers through Alabama Graphics Digital Plan Room (this is how addenda will be issued also). Also posted/listed with plan room services such as isqft, Reed, etc. See legal advertisement for more info. a) Plans and specifications will be made available from Alabama Graphics after Pre-Bid Conference. 6) Every General Contractor and every Subcontractor should read and be familiar with all of Division 00 Procurement and Contracting Requirements and all of Division 01 General Requirements of the Project Manual, in addition to the work they are bidding and other work they have to coordinate with. 7) Pre-Bid Approval: All comparable products from the manufacturers listed in the project manual, requests for substitutions, additional manufacturers, pre-approved subcontractors and suppliers may be submitted no later than 5 working days prior to the bid date. 8) Bid date per legal advertisements: Thursday, 3/25/14. Bid opening is at 2:00pm (local time), in the same location as this pre-bid conference, in Room #117. Any bid date changes will be changed only by an official addendum issued by the Architect. a) Bid date will be changed by Addendum. 9) Note that Instructions to Bidders should be read by each bidder. 10) Special Instructions to Bidders shall be reviewed. Among other requirements, note sales tax avoidance, bids are to be held open 60 days.

5 11) Proposal Form included in Project Manual. Loose/electronic (PDF) copies available from Architect. Note new sales tax requirement Form C-3A Accounting of Sales Tax attachment to Proposal Form must be submitted with bid. 12) Note requirements for submittal of subcontractor list, major suppliers, etc. within 24 hours (work days, e.g. 2 pm on 3/26/14) after receipt of bids. a) Date noted above will change based on the revised Bid date. Provide list 24 hours after receipt of bids. 13) No Addenda have been issued to date. Addendum will be issued with minutes/sign-in from this pre-bid conference. All Addenda will be issued via Alabama Graphics. 14) Insurance requirements should be read by each bidder, and should be provided to each General Contractor s and Subcontractor s insurance carrier for review. Insurance requirements are indicated in General Conditions. 15) Note new requirements: Section Supplementary Conditions, pertaining to Compliance with H.B Alabama Immigration Law (E-Verify MOU and Contract language). 16) Construction schedule requirements: Contract Time for this project is 334 consecutive calendar days from the Notice to Proceed. See Proposal Form. 17) See Specs for coordination and further related information. a) Among other things, coordination with furniture / equipment to be installed under separate contract. 18) See Spec Section Allowances for Contingency Allowance and Unit Cost Allowance for brick (material cost only). Make sure you include this in your bids. 19) Verify existing conditions, dimensions, etc. at the site prior to bid (See Special Instructions to Bidders in Division 00 Procurement and Contracting Requirements). 20) The Owner is a tax-exempt entity, sales and use tax avoidance procedures will be utilized on this project, per the Owner. See Section Sales and Use Tax Savings for more info. There is a new way of handling sales tax avoidance, so please read this section carefully. Bids shall no longer include sales tax. Form C-3A attachment to the Proposal Form (C-3) is required for estimated tax accounting. A final report of sales taxes avoided is required by ADOR and is a condition prior to final payment. 21) Contractor shall have access to available existing utilities (water, electric power, etc.) onsite, for reasonable use (paid by the Owner). Restroom facilities by Contractor. 22) Liquidated damages amounts - as indicated in Article 49 of the General Conditions of the Contract. 23) Site restrictions - as indicated in Section and other locations on the Drawings and in the Project Manual.

6 24) Pre-Construction Conference - required for entire project and may be combined with the pre-roofing conference. Other mandatory inspections involving the Building Commission will include above-ceiling and final. 25) Contractor s schedule must coordinate the overall construction schedule of the project. Watch for long lead-time items; established Contract Time allows for this. 26) Contractor s job meetings - coordination of the Work with all subcontractors and suppliers is required. 27) Safety and Protection - Contractor s responsibility. 28) Work limits protection - the public, Owner s staff, workers, etc. 29) Project Sign: Contractor to provide one sign as per detail of project sign in the Project Manual. Locate as directed by Architect. 30) No Subcontractor signs. 31) Requirements for quality control, testing, and inspections are located throughout the project manual, and should be reviewed so that they are understood prior to bidding the project. a) Owner will engage a qualified testing agency for construction materials testing in lieu of GC. 32) Location of on-site Contractor s office shall be coordinated with the Owner and Architect. 33) Superintendents and construction personnel experience requirements - as indicated. 34) Submittal Procedures: Submittals requirements indicated. Contractor is required to check, mark, stamp, and approve and/or reject submittals, prior to submittal to Architect. Refer to General Conditions for additional information and related requirements. Electronic submittals preferred except where physical samples, color charts, etc. are required. 35) Site maintenance requirements indicated. Daily attention required. 36) Contractor Programs and Conduct of Personnel (behavior, tobacco, firearms, etc.). a) Smoking is only permitted in private vehicles while on campus. 37) Section Closeout Procedures and General Conditions should be reviewed by each bidder. 38) Final payment will not be made until the requirements of these sections and General Conditions are completed. Sales tax final accounting report also required.

7 39) Project Record Documents have to be kept up-to-date on the project and will be checked periodically during the Work of the project. 40) GC is responsible for accepting all existing field dimensions prior to starting work. 41) Site tour and brief overview of project and scope by Aho Architects. 42) Other comments: 43) Questions? 44) Additional site visits availability, contact persons, etc. Please be respectful and minimize disruption of the Owner s ongoing operations. 45) Closing remarks.

8

9 3/19/ :26:45 AM Exterior Wall Window (1/A302) Addendum #1 Project number Date 3/19/14 Drawn by PRD Checked by TAA Scale 1" = 1'-0" ASD-1 New Building for Cosmetology Northwest-Shoals Community College

10 3/19/ :26:59 AM Project number Date 3/19/14 Drawn by PRD Checked by TAA Scale 1" = 1'-0" ASD-2 Northwest-Shoals Community College Wall Extrusion (1/A303) - Addendum #1 New Building for Cosmetology

11 Prefinished metal coping w/ drips. Color selected by Architect. Continuous self-adhering membrane over top of parapet. Tie in to roof underlayment. Blocking as required Sealant as required 4" 3" min. 8" min. 5/8" exterior grade plywood sheathing Flashing membrane 3 5/8" brick veneer w/ top soldier course Standing seam metal roof w/ underlayment and R-30 rigid insulation Brick tie 5/8" sheathing w/ dampproofing 2 New Building for Cosmetology Northwest-Shoals Community College Parapet Wall Extrusion (2/A501) Addendum #1 Project number Date 3/19/14 ASD-3 Checked by Drawn by TAA PRD Scale 3" = 1'-0" 3/19/ :27:42 AM

12 Prefinished metal coping w/ drips. Color selected by Architect. Continuous self-adhering membrane over top of parapet. Tie in to roof underlayment. Blocking as required Sealant as required 4" 3" min. 8" min. 5/8" exterior grade plywood sheathing Flashing membrane 3 5/8" brick veneer w/ top soldier course Standing seam metal roof w/ underlayment Brick tie 1" 5/8" sheathing w/ dampproofing Light gauge metal end wall w/ R-19 batt insulation 2 R-30 rigid insulation Metal deck. See Structural New Building for Cosmetology Parapet High Rake (4/A501) - Addendum #1 Northwest-Shoals Community College Project number Date 3/19/14 ASD-4 Checked by Drawn by TAA PRD Scale 3" = 1'-0" 3/19/ :27:51 AM

13 (1) PSCA Project No. BC Project No. CONSTRUCTION CONTRACT ABC Form 9-A PSCA Version of ABC Form C-5 ; July 2006 Numbers in margin correspond to Checklist, ABC Form B-7 (2) (3) (4) (5) (6) (7) (8) This Construction Contract is entered into this day of in the year of between the OWNERS, the ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY and and the CONTRACTOR, for the WORK of the Project, identified as: The CONTRACT DOCUMENTS are dated and have been amended by ADDENDA The ARCHITECT is (9) The CONTRACT SUM is Dollars ($ ) and is the sum of the Contractor's Base Bid for the Work and the following (10) BID ALTERNATE PRICES: (11) The CONTRACT TIME is ( ) calendar days. THE OWNER AND THE CONTRACTOR AGREE AS FOLLOWS: The Contract Documents, as defined in the General Conditions of the Contract (ABC Form C-8), are incorporated herein by reference. The Contractor shall perform the Work in accordance with the Contract Documents. The Owner will pay and the Contractor will accept as full compensation for such performance of the Work, the Contract Sum subject to additions and deductions (including liquidated damages) as provided in the Contract Documents. The Work shall be commenced on a date to be specified in a Notice to Proceed issued by the Owner or the Director, Technical Staff, Alabama Building Commission, and shall then be substantially completed within the Contract Time. (12) LIQUIDATED DAMAGES for which the Contractor and its Surety (if any) shall be liable and may be required to pay the Owner in accordance with the Contract Documents shall be equal to six percent interest per annum on the total Contract Sum unless a dollar amount is stipulated in the following space, in which case liquidated damages shall be determined at dollars ($ ) per calendar day. (13) SPECIAL PROVISIONS (Special Provisions may be inserted here, such as Acceptance or Rejection of Unit Prices.) Page 1 of 2

14 Numbers in margin correspond to Checklist, ABC Form B-7 ABC Form C-5 PROPOSED F0r 2000 A. SEVERABLE PAYMENTS: The Alabama Public School and College Authority will first pay the Contractor Dollars ($ ) from its available funds and the will thereafter pay the Contractor the remaining Dollars ($ ) from its available funds. B. The Contract Documents are amended to include ABC Form C-8 Supplement, dated August 2009, by reference. (14) STATE GENERAL CONTRACTOR S LICENSE: The Contractor does hereby certify that Contractor is currently licensed by the Alabama State Licensing Board for General Contractors and that the certificate for such license bears the following: License No. Bid Limit: Classification: The Owner and Contractor have entered into this Construction Contract as of the date first written above and have executed this Construction Contract in sufficient counterparts to enable each contracting party to have an originally executed Construction Contract each of which shall, without proof or accounting for the other counterparts, be deemed an original thereof. The Owner does hereby certify that this Construction Contract was let in accordance with the provisions of Title 39, Code of Alabama 1975, as amended, and all other applicable provisions of law, and that the terms and commitments of this Construction Contract do not constitute a debt of the State of Alabama in violation of Article 11, Section 213 of the Constitution of Alabama, 1901, as amended by Amendment Number 26. (15) APPROVALS CONTRACTING PARTIES STATE OF ALABAMA BUILDING COMMISSION By Director, Technical Staff Contractor By Signature of Officer of Firm Name & Title RECOMMENDED BY AND FUNDS AVAILABLE: PSCA funds are available in the amount stated in (13) Special Provisions, Para. A. By Contract Administrator Local Owner By Name & Title ALABAMA PUBLIC SCHOOL and COLLEGE AUTHORITY By Governor and President of Authority Attest Secretary of Authority Page 2 of 2

15 ABC Form ABC 9-D July 2006 MODIFICATION TO THE CONSTRUCTION CONTRACT - ADJUSTMENT OF SEVERABLE PAYMENTS - PSCA No. Date BC No. The SEVERABLE PAYMENT provision of the Construction Contract, dated, between the Alabama Public School and College Authority, Owners, Local Owner and, Contractor, Contractor for Name of Project is hereby amended to be as stated below. Date(s) of previous Modifications affecting SEVERABLE PAYMENT: Amount of original Contract: $ Net Amount of Change Orders Nos. : $ Total Amount of Contract this date: $ Total Amount to be assumed by the Authority: $ Total Amount to be assumed by the Local Owner: $ SEVERABLE PAYMENT: 1. The Alabama Public School and College Authority will pay the Contractor Dollars ($ ) from its available funds. 2. The Local Owner will thereafter pay the Contractor the remaining Dollars ($ ) from its available funds.

16 CONSENT OF SURETY Company By Its Attorney-in-fact Power of Attorney Attached APPROVED BY STATE OF ALABAMA BUILDING COMMISSION By Director of Technical Staff By Contract Administrator PSCA funds are available in the amount state above. CONTRACTING PARTIES Contractor By Member of Firm Local Owner By Officer Title ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY By Governor/President of Authority Attest to: Secretary of Authority

17 ABC Form ABC 9-E August 2001 MODIFICATION TO THE CONSTRUCTION CONTRACT ADDING THE ALABAMA PUBLIC SCHOOL & COLLEGE AUTHORITY AS CO-OWNER PSCA No. Date BC No. The Construction Contract dated between the,owner, Local Owner and, Contractor, Contractor for Name of Project is hereby modified by adding, as Co-owner, the Alabama Public School and College Authority. The Construction Contract is further modified by the addition of the provision for SEVERABLE PAYMENT as stated below. Amount of original Contract: $ Net Amount of Change Orders Nos. : $ Total Amount of Contract this date: $ Total Amount to be assumed by the Authority: $ Total Amount to be assumed by the Local Owner: $ SEVERABLE PAYMENT: 1. The Alabama Public School and College Authority will pay the Contractor Dollars ($ ) from its available funds. 2. The Local Owner will thereafter pay the Contractor the remaining Dollars ($ ) from its available funds.

18 CONSENT OF SURETY Company By Its Attorney-in-fact Attorney Attached Power of APPROVED BY STATE OF ALABAMA BUILDING COMMISSION By Director of Technical Staff CONTRACTING PARTIES Contractor By Member of Firm Local Owner By Officer Title ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY By Governor/President of Authority Attest to: Secretary of Authority

19 (1) PERFORMANCE BOND USE BLACK INK ONLY ABC Form 9-B PSCA Version of ABC Form C-6; August 2001 SURETY S BOND NUMBER Numbers in margin correspond to Checklist, ABC Form B-7 (2) (3) (4) The PRINCIPAL (Name and address of Contractor as appear in the Construction Contract) The SURETY (Name and Principal Place of Business) The OWNER: The ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY and (Local Owner s name and address, same as appears in the Construction Contract) (5) (6) (7) The PENAL SUM of this Bond (the Contract Sum) Dollars ($ ). DATE of the Construction Contract : The PROJECT: (Same as appears in the Construction Contract) 1. WE, THE PRINCIPAL (hereinafter Contractor ) AND THE SURETY, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the Owner in the Penal Sum stated above for the performance of the Contract, and Contract Change Orders, in accord with the requirements of the Contract Documents, which are incorporated herein by reference. If the Contractor performs the Contract, and Contract Change Orders, in accordance with the Contract Documents, then this obligation shall be null and void; otherwise it shall remain in full force and effect. 2. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time. Page 1 of 3

20 ABC Form 9-B PSCA Version of ABC Form C-6; August Whenever the Architect gives the Contractor and the Surety, at their addresses stated above, a written Notice to Cure a condition for which the Contract may be terminated in accordance with the Contract Documents, the Surety may, within the time stated in the notice, cure or provide the Architect with written verification that satisfactory positive action is in process to cure the condition. Numbers in margin correspond to Checklist, ABC Form B-7 4. The Surety s obligation under this Bond becomes effective after the Contractor fails to satisfy a Notice to Cure and the Owner: (a) gives the Contractor and the Surety, at their addresses stated above, a written Notice of Termination declaring the Contractor to be in default under the Contract and stating that the Contractor s right to complete the Work, or a designated portion of the Work, shall terminate seven days after the Contractor s receipt of the notice; and (b) gives the Surety a written demand that, upon the effective date of the Notice of Termination, the Surety promptly fulfill its obligation under this Bond. 5. In the presence of the conditions described in Paragraph 4, the Surety shall, at its expense: (a) On the effective date of the Notice of Termination, take charge of the Work and be responsible for the safety, security, and protection of the Work, including materials and equipment stored on and off the Project site, and (b) Within twenty-one days after the effective date of the Notice of Termination, proceed, or provide the Owner with written verification that satisfactory positive action is in process to facilitate proceeding promptly, to complete the Work in accordance with the Contract Documents, either with the Surety s resources or through a contract between the Surety and a qualified contractor to whom the Owner has no reasonable objection. 6. As conditions precedent to taking charge of and completing the Work pursuant to Paragraph 5, the Surety shall neither require, nor be entitled to, any agreements or conditions other than those of this Bond and the Contract Documents. In taking charge of and completing the Work, the Surety shall assume all rights and obligations of the Contractor under the Contract Documents; however, the Surety shall also have the right to assert Surety Claims to the Owner in accordance with the Contract Documents. The presence or possibility of a Surety Claim shall not be just cause for the Surety to fail or refuse to promptly take charge of and complete the Work or for the Owner to fail or refuse to continue to make payments in accordance with the Contract Documents. 7. By accepting this Bond as a condition of executing the Construction Contract, and by taking the actions described in Paragraph 4, the Owner agrees that: (a) the Owner shall promptly advise the Surety of the unpaid balance of the Contract Sum and, upon request, shall make available or furnish to the Surety, at the cost of reproduction, any portions of the Project Record, and (b) as the Surety completes the Work, or has it completed by a qualified contractor, the Owner shall pay the Surety, in accordance with terms of payment of the Contract Documents, the unpaid balance of the Contract Sum, less any amounts that may be or become due the Owner from the Contractor under the Construction Contract or from the Contractor or the Surety under this Bond. 8. In the presence of the conditions described in Paragraph 4, the Surety s obligation includes responsibility for the correction of Defective Work, liquidated damages, and reimbursement of any reasonable expenses incurred by the Owner as a result of the Contractor s default under the Contract, including architectural, engineering, administrative, and legal services. Page 2 of 3

21 ABC Form 9-B PSCA Version of ABC Form C-6; August 2001 Numbers in margin correspond to Checklist, ABC Form B-7 9. Nothing contained in this Bond shall be construed to mean that the Surety shall be liable to the Owner for an amount exceeding the Penal Sum of this Bond, except in the event that the Surety should be in default under the Bond by failing or refusing to take charge of and complete the Work pursuant to Paragraph 5. If the Surety should fail or refuse to take charge of and complete the Work, the Owner shall have the authority to take charge of and complete the Work, or have it completed, and the following costs to the Owner, less the unpaid balance of the Contract Sum, shall be recoverable under this Bond: (a) the cost of completing the Contractor s responsibilities under the Contract, including correction of Defective Work; (b) additional architectural, engineering, managerial, and administrative services, and reasonable attorneys fees incident to completing the Work; (c) interest on, and the cost of obtaining, funds to supplement the unpaid balance of the Contract Sum as may be necessary to cover the foregoing costs; (d) the fair market value of any reductions in the scope of the Work necessitated by insufficiency of the unpaid balance of the Contract Sum and available supplemental funds to cover the foregoing costs; and (f) additional architectural, engineering, managerial, and administrative services, and reasonable attorneys fees incident to ascertaining and collecting the Owner s losses under the Bond. 10. All claims and disputes arising out of or related to this bond, or its breach, shall be resolved in accordance with Article 24, General Conditions of the Contract. (8) SIGNED AND SEALED this day of,. (9) ATTEST: CONTRACTOR as PRINCIPAL: By (10) Countersigned by Alabama Resident Agent for Surety: By Name Address Name and Title SURETY: By Name and Title (11) NOTE: Power of attorney for the Surety s signatory shall be furnished with the original and five copies of the bond. Page 3 of 3

22 (1) PAYMENT BOND USE BLACK INK ONLY ABC Form 9-C PSCA Version of ABC Form C-7; August 2001 SURETY S BOND NUMBER Numbers in margin correspond to Checklist, ABC Form B-7 (2) (3) (4) (5) (6) (7) The PRINCIPAL (Name and address of Contractor, same as appears in the Construction Contract) The SURETY (Name and Principal Place of Business) The OWNER: The ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY and (Name and address, same as appears in the Construction Contract) The PENAL SUM of this Bond (the Contract Sum) DATE of the Construction Contract : The PROJECT: (Same as appears in the Construction Contract) Dollars ($ ). 1. WE, THE PRINCIPAL (hereinafter Contractor ) AND THE SURETY, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the Owner in the Penal Sum stated above to promptly pay all persons supplying labor, materials, or supplies for or in the prosecution of the Contract, which is incorporated herein by reference, and any modifications thereof by Contract Change Orders. If the Contractor and its Subcontractors promptly pay all persons supplying labor, materials, or supplies for or in the prosecution of the Contract and Contract Change Orders, then this obligation shall be null and void; otherwise to remain and be in full force and effect. 2. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time. 3. Any person that has furnished labor, materials, or supplies for or in the prosecution of the Contract Page 1 of 2

23 ABC Form 9-C PSCA Version of ABC Form C-7; August 2001 and Contract Change Orders for which payment has not been timely made may institute a civil action upon this Bond and have their rights and claims adjudicated in a civil action and judgment entered thereon. Notwithstanding the foregoing, a civil action may not be instituted on this bond until 45 days after written notice to the Surety of the amount claimed to be due and the nature of the claim. The civil action must commence not later than one year from the date of final settlement of the Contract. The giving of notice by registered or certified mail, postage prepaid, addressed to the Surety at any of its places of business or offices shall be deemed sufficient. In the event the Surety or Contractor fails to pay the claim in full within 45 days from the mailing of the notice, then the person or persons may recover from the Contractor and Surety, in addition to the amount of the claim, a reasonable attorney s fee based on the result, together with interest on the claim from the date of the notice. 4. Every person having a right of action on this bond shall, upon written application to the Owner indicating that labor, material, or supplies for the Work have been supplied and that payment has not been made, be promptly furnished a certified copy of this bond and the Construction Contract. The claimant may bring a civil action in the claimant s name on this Bond against the Contractor and the Surety, or either of them, in the county in which the Work is to be or has been performed or in any other county where venue is otherwise allowed by law. 5. This bond is furnished to comply with Code of Alabama, , and all provisions thereof shall be applicable to civil actions upon this bond. 6. All claims and disputes between Owner and either the Contractor or Surety arising out of or related to this bond, or its breach, shall be resolved in accordance with Article 24, General Conditions of the Contract (8) SIGNED AND SEALED this day of,. (9) ATTEST: CONTRACTOR as PRINCIPAL: By (10) Countersigned by Alabama Resident Agent for Surety: By Name Address Name and Title SURETY: By Name and Title (11) NOTE: Power of attorney for the Surety s signatory shall be furnished with the original and five copies of the bond. Page 2 of 2

24 ABC Form ABC 9-F August 2001 MODIFICATION OF THE PERFORMANCE BOND AND PAYMENT BOND ADDING, AS CO-OWNER, THE ALABAMA PUBLIC SCHOOL & COLLEGE AUTHORITY Date In connection with the Construction Contract dated between the, Owner, Local Owner and, Contractor, Contractor for, Name of Project, as Surety, Bonding Company (Surety) furnished a PERFORMANCE BOND and a LABOR AND MATERIAL PAYMENT BOND, copies of which are attached hereto and incorporated herein by reference. It is understood and agreed the said PERFORMANCE BOND and LABOR AND MATERIAL PAYMENT BOND are hereby modified by adding the ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY as Owner and Obligee where Owner and Obligee are referenced therein. CONTRACTOR: AGREED TO; Attest: Name of Firm By Name and- Title SURETY: Attest: Bonding Company (Surety) By Its Attorney-in-fact Attach current Power of Attorney SEAL

25 STATE OF ALABAMA BUILDING COMMISSION 770 Washington Avenue, Suite 444 Montgomery, Alabama (334) FAX (334) ABC Form 9-G August 2001 INVOICE CHECKLIST For Materials and Equipment to be Purchased with Funds of the ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY This checklist contains the prerequisites for Alabama Building Commission approval of the use of ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY (PSCA) bond issue funds for the purchase of materials and equipment. The prerequisites assure conformance with PSCA requirements, competitive bid laws, ABC recording methods, and distribution requirements. The authority submitting invoices for payment with PSCA funds should utilize this checklist when preparing invoices for submittal to assure prompt approval and processing. 1. Materials and/or equipment are to be for capital improvements only (not maintenance, etc.). 2. The original and a minimum of three (3) legible copies of the invoice are to be submitted. Carbon and FAXED copies of invoices are not acceptable. 3. The original and each copy of the invoice must be certified by the vendor as being "True, correct, and unpaid." The vendor's signature is to be Notarized. 4. The original and two (2) of the three (3) copies of the invoice must bear original signatures. 5. Attached to each copy of the invoice there must be a completed, signed, and dated "State of Alabama Material Receipt" confirming the receipt and condition of all items covered by the invoice. 6. The "Material Receipt" must be signed by the proper authority of the school or institution and at least three (3) copies of the Material Receipt must bear an original signature. 7. A "Certificate of Compliance" with Competitive Bid Law must be attached to each copy of the invoice. ABC Form 9-H, Certificate of Compliance, Title 41: Public Contracts, is to be used for this purpose. 8. Each "Certificate of Compliance" must bear the original signature of the president, director, or superintendent of the school or institution. This signature is to be Notarized. 9. The Federal Employee Identification Number (FEIN) should be included for each vendor. If the vendor does not have a FEIN, his social security number will be sufficient.

26 ABC Form 9-H August 2001 CERTIFICATION OF COMPLIANCE TITLE 41: PUBLIC CONTRACTS I hereby certify that the contract for the Equipment or Materials covered by the attached invoice was awarded in accordance with Competitive Bid Law applying to the School Board or Institution noted below. BC# City - County - Institution PSCA# By Officer - Title Sworn to and subscribed before me this day of, 20. Notary Public INSTRUCTIONS: This certification must be signed by the president, director, or superintendent of the school or institution, notarized, and attached to each copy of each invoice for equipment or materials being submitted to the Alabama Building Commission for approval to pay the invoice from funds of the ALABAMA PUBLIC SCHOOL AND COLLEGE AUTHORITY. The certificate attached to each copy of an invoice must bear original signatures.

27 MATERIAL RECEIPT ABC Form 9 - I August 2001 Date PSCA No: BC No: County/City/Institution/Agency Received from Vendor FEIN Received at Date Received Location Quantity Unit ARTICLE Make Full Report of any Shortage or Damage Condition I hereby certify that I have received and checked the articles listed above and that they are of the kind, quantity and condition noted. Checked by Signed Received by Signed

28 ABC Form 9-J PSCA Version of ABC Form C-12, July 2006 CONTRACT CHANGE ORDER Change Order No. Date B.C.No. TO: (Contractor) PROJECT: PSCA No. TERMS: You are hereby authorized, subject to the provisions of your Contract for this project, to make the following changes thereto in accordance with your proposal(s) dated FURNISH the necessary labor, materials, and equipment to (Description of work to be done or changes to be made.) ORIGINAL CONTRACT SUM $ NET TOTAL OF PREVIOUS CHANGE ORDERS $ PREVIOUS REVISED CONTRACT SUM $ THIS CHANGE ORDER WILL INCREASE DECREASE THE CONTRACT SUM BY $ REVISED CONTRACT SUM, INCLUDING THIS CHANGE ORDER $ EXTENSION OF TIME resulting from this Change Order (Insert None or No. of days) The amount of this Change Order will be the responsibility of (Local Owner and/or PSCA) The Owner does hereby certify that this Change Order was executed in accordance with the provisions of Title 39, Code of Alabama, 1975, as amended. CONSENT OF SURETY Company By (Attach current Power of Attorney) RECOMMENDED By Architect APPROVALS STATE OF ALABAMA BUILDING COMMISSION CONTRACTING PARTIES Contractor By Name & Title Name of Local Owner By Name & Title By Director, Technical Staff By Contract Administrator PSCA Funds are available to fund this change order. PSCA Funds will not be used to fund this change order. ALABAMA PUBLIC SCHOOL and COLLEGE AUTHORITY By Governor and President of Authority Attest to Secretary of Authority Page 1 of 1

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

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

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

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

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications

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

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

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

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

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT ATTACHMENT A AIA DOCUMENT B141 1987 EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT Winston-Salem/Forsyth County Board of Education June 15-2015 Revised Edition for Project: Architect: Amendments,

More information

HVAC Remodel Second Floor North Center Building

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

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

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

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

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 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

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

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

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

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

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

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

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

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

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

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

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

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

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 MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

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

More information

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

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

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

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 Office of Management and Enterprise Services Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany

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

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

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

License Application for Electrical Trades (Instructions for all electrical trades)

License Application for Electrical Trades (Instructions for all electrical trades) License Application for Electrical Trades (Instructions for all electrical trades) 1. WHO MUST FILE FOR EXAMINATION: Any resident or non-resident of Hillsborough County who intends to operate a business

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

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

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

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

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

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

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

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

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

Request for Bid/Proposal

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

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

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

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

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS Return bid no later than: Time: 5:00 PM Central Date: Friday, September 21, 2018 Bid contact: Bill Stoltz Telephone: (573) 458-6135

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

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

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

(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

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

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

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 AS MODIFIED BY OWNER AGREEMENT made as of the day of in the year (In words,

More information

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form PROJECT MANUAL INDEX I. BIDDING CONDITIONS A - Project Information Sheet B - Instructions to Bidders C - Proposal Form D - List of Subcontractors Forms II. CONDITIONS E- Forms of Performance and Payment

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

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

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2 OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, 2016 Addendum #2 1. Clarifications to Automatic Temperature Controls: A. 230900-6 4.4 The operator interface PC is not required

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

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

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

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

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

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

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

IMPORTANT GENERAL INSTRUCTIONS

IMPORTANT GENERAL INSTRUCTIONS IMPORTANT GENERAL INSTRUCTIONS 1. Each prospective bidder is required to file a prequalification questionnaire consisting of an Experience Record, Financial Statement, and Equipment Schedule, on a form

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

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

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

Merritt College Science Building Site Paving

Merritt College Science Building Site Paving PROJECT NO. 2353, BID NO. 14-15/20 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 March 17, 2015 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

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

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR Prepared by Community College of Allegheny County Purchasing Department Office of College Services 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233

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

ADDENDUM No. 2. August 1, 2018

ADDENDUM No. 2. August 1, 2018 ADDENDUM No. 2 August 1, 2018 TO: FROM: RE: PROSPECTIVE BIDDERS GALE ASSOCIATES, INC. 160 N. Westmonte Drive Suite 1200 Altamonte Springs, FL 32714 407 599 7031 Indian River Elementary School Roof Replacement

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

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 A0 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the 3th day of June in the year 206 (In words, indicate day,

More information

LICENSE APPLICATION FOR IRRIGATION CONTRACTOR (INSTRUCTIONS)

LICENSE APPLICATION FOR IRRIGATION CONTRACTOR (INSTRUCTIONS) LICENSE APPLICATION FOR IRRIGATION CONTRACTOR (INSTRUCTIONS) 1. WHO MUST FILE FOR EXAMINATION: Any resident or non-resident of Hillsborough County who intends to operate a business or qualify a partnership,

More information

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 This Retainer Contract Supplement dated (the Supplement

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

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

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

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

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

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

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

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information