CONSTRUCTION DOCUMENTS February 28, 2014

Size: px
Start display at page:

Download "CONSTRUCTION DOCUMENTS February 28, 2014"

Transcription

1 Project Manual for Truman State University Kirk Memorial Interior Renovation 100 East Normal Kirksville, Missouri CONSTRUCTION DOCUMENTS February 28, 2014 Prepared For: Truman State University 100 East Normal Kirksville, Missouri Phone: (660) Fax: (660) Prepared By: Trivers Associates Architects / Planners 100 North Broadway, Suite 1800 St. Louis, MO Phone: Phone:

2 SECTION INVITATION TO BID 1. RECEIVING OF BIDS A. Bids will be received by Truman State University (Owner) at their Campus Planning Office, MC 100, 100 E Normal, Kirksville, MO 63501, until 2:00 PM on Tuesday, March 25, 2014, then publicly opened and read aloud at 2:10 PM at the Student Union Alumni Room. Drawings, specifications, and all related documents may be obtained from American Document Solutions, 1400 Forum Blvd., Suite 1C, Columbia, Missouri 65203, phone (573) , electronically or upon receipt of a deposit of a cashier's check made payable to Truman State University in the amount of one hundred and fifty dollars ($150.00) for each set of documents requested. Documents can, also, be reviewed at the following plan rooms: Builders Association in Jefferson City, Missouri AGC Missouri eplan in Columbia, Missouri The University reserves the right to reject any or all proposals and to waive any technicalities therein. 2. PRE-BID CONFERENCE B. A Mandatory Pre-Bid Conference will be held at Truman State University on Wednesday, March 12, 2014 at 11:00 AM at Kirk Memorial Hall, Truman State University. Kirksville, MO. END OF SECTION INVITATION TO BID

3 THIS PAGE INTENTIONALLY LEFT BLANK

4 TABLE OF CONTENTS TRUMAN STATE UNIVERSITY Cover Sheet Invitation to Bid Table of Contents TOC-1 thru 4 Directory DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Instructions to Bidders thru 7 MBE Forms 8 Pages Proposal Forms 4 Pages Bidder Qualifications and Representations thru Affidavit for Affirmative Action thru 1 Annual Wage Order No. 20-Adair County 14 Pages General Requirements thru Supplemental Conditions thru Special Conditions thru 1 DIVISION 1 - GENERAL REQUIREMENTS Reference Standards thru Summary of Work thru Allowances thru Unit Price Work thru Substitution Procedures thru Contract Modification Procedures thru Payment Procedures thru Project Management and Coordination thru Construction Progress Documentation thru Asbestos Abatement thru 14 Limited Asbestos Inspection Report 26 Pages Submittal Procedures thru Electronic Transfer Agreement thru Quality Requirements thru Temporary Facilities thru Project Requirements thru Execution thru Closeout Procedures thru Project Record Documents thru Demonstration and Training thru 4 DIVISION 2 EXISTING CONDITIONS Selective Demolition thru 4 DIVISION 3 - CONCRETE TABLE OF CONTENTS - 1

5 Miscellaneous Cast-In-Place Concrete thru 7 DIVISION 4 MASONRY (NOT USED) DIVISION 5 - METALS Structural Steel Framing thru Metal Fabrications thru 9 DIVISION 6 - WOOD AND PLASTICS Miscellaneous Rough Carpentry thru Interior Finish Carpentry thru Stile and Rail Wood Paneling thru 3 DIVISION 7 - THERMAL AND MOISTURE PROTECTION Firestopping thru Joint Sealants thru 9 DIVISION 8 - DOORS AND WINDOWS Hollow Metal Doors and Frames thru Aluminum Clad Wood French Doors thru Stile & Rail Wood Doors thru Access Doors and Frames thru Door Hardware thru Mirrors thru Louvers and Vents thru 4 DIVISION 9 - FINISHES Gypsum Board Shaft Wall thru Portland Cement Plaster thru Non-Structural Metal Framing thru Gypsum Board thru Tiling thru Acoustical Panel Ceilings thru Resilient Base and Accessories thru Resilient Sheet Flooring thru Resinous Flooring thru Sheet Carpeting thru Interior Painting thru 6 TABLE OF CONTENTS - 2

6 Wood Stains & Transparent Finishes thru 4 DIVISION 10 - SPECIALTIES Signage thru Toilet Compartments thru Toilet and Bath Accessories thru Fire Extinguisher Cabinets thru 2 DIVISION 11 - EQUIPMENT Food Service Equipment thru 4 DIVISION 12 FURNISHINGS (NOT USED) DIVISION 13 SPECIAL CONSTRUCTION (NOT USED) DIVISION 14 CONVEYING EQUIPMENT Electric Traction Elevators thru 9 DIVISION 22 PLUMBING Basic Plumbing Requirements thru Plumbing Demolition for Remodeling thru Plumbing Supports and Anchors thru Plumbing Identification thru Plumbing Piping Insulation thru Instrumentation thru Plumbing Piping thru Plumbing Specialties thru Plumbing Equipment thru Plumbing Fixtures thru 03 DIVISION 23 HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) Basic HVAC Requirements thru HVAC Demolition for Remodeling thru Motors thru HVAC Supports and Anchors thru HVAC Identification thru Testing, Adjusting, and Balancing thru Ductwork Insulation thru HVAC Piping Insulation thru Controls thru Steam and Steam Condensate Piping thru Steam and Steam Condensate Specialties thru 04 TABLE OF CONTENTS - 3

7 Refrigeration Piping and Specialties thru Ductwork thru Ductwork Accessories thru Centrifugal Fans thru Air Inlets and Outlets thru Air Cleaning thru Air Cooled Condensing Units thru Indoor Modular Air Handling Units thru Variable Refrigerant Flow System thru 20. DIVISION 26 ELECTRICAL Basic Electrical Requirements thru Electrical Demolition for Remodeling thru Wire And Cable thru Grounding and Bonding thru Supporting Devices thru Conduit and Boxes thru Seismic Requirements for Equipment and Supports thru Electrical Identification thru Electrical Controls and Relays thru Lighting Control Systems thru Panelboards thru Wiring Devices thru Fuses thru Disconnect Switches thru Surge Protection Devices thru Lighting thru Emergency Lighting Equipment thru 04 DIVISION 27 COMMMUNICATIONS Basic Communications Systems Requirements thru Technology Demolition for Remodeling thru Communications Bonding thru Interior Communications Pathways thru Exterior Communication Pathways thru Communication Equipment Rooms (CER) thru Backbone Cabling Requirements thru Horizontal Cabling Requirements thru Testing thru 06 DIVISION 32 EXTERIOR IMPROVEMENTS Segmental Retaining Walls thru 03 END OF TABLE OF CONTENTS TABLE OF CONTENTS - 4

8 PROJECT DIRECTORY Client: Architectural: MEP: Structural: Cost Consultant: Truman State University Campus Planning 100 East Normal Avenue McClain Hall 100 Kirksville, Missouri Mark Schultz, Campus Architect Phone: (660) Trivers Associates 100 N. Broadway, Suite 1800 Saint Louis, Missouri Joe Brinkmann, AIA, Principal-in-Charge Joe Ruma, AIA, Project Manager James Roseberry, AIA, LEED AP, Project Architect Phone: (314) KJWW Engineering Consultants 15 Sunnen Drive, Suite 104 Saint Louis, Missouri Jim Kappeler, PE, Principal Chad Coker, PE, Mechanical Engineer/Project Manager Paul Kohnen, PE, Electrical Engineer Phone: (314) KPFF Consulting Engineers 1630 Des Peres Road, Suite 100 Saint Louis, Missouri Larry Swan, PE, Principal Bob Daugherty, PE, Structural Engineer Phone: (314) Cooper Construction Estimating, LLC 933 Dougherty Ferry Road Kirkwood, Missouri Steve Cooper, Principal Phone: (314) DESIGN DEVELOPMENT DIRECTORY - 1

9 THIS PAGE INTENTIONALLY LEFT BLANK

10 SECTION INSTRUCTIONS TO BIDDERS 1. SUBMISSION OF BID A. Each bid must be submitted on the Proposal Form included within the Project Manual. All spaces on the Proposal Form must be completed. Prices should be set forth in both words and figures to avoid ambiguity. In the event of any conflict in the words and figures, the price set forth in words shall govern. B. All of the documents submitted as part of each bid must be submitted in a sealed envelope. On the outside of the envelope, the bidder shall identify the name of the bidder, the bidder's address, and the name of the Project for which the bid is submitted. No other information shall be contained on the envelope containing the bid. If the bid is forwarded by mail, the sealed envelope containing the bid, must be enclosed inside the mailed package. C. In order for a bid to be considered, in addition to the completed Proposal Form, the bidder must submit the following: 1. A Bid Bond; 2. A Contractor's Qualification Statement; and 3. All required MBE/WBE documentation. D. All bids must provide that they remain open for a period of not less than sixty (60) calendar days after the date of the bid opening. E. The bids shall not be qualified or conditioned in any manner. 2. OWNER'S EVALUATION OF BIDS A. The Owner reserves the right to reject any and all bids. B. The Owner reserves the right to waive any errors, omissions, or irregularities in the bids. C. The Owner reserves the right to postpone the date for submission of bids and/or the opening of the bids. D. The Owner reserves the right to refuse to consider any bid that is not received prior to the time and date specified for bid submission. E. At any time prior to the execution of a contract, the Owner may cancel the Project. F. Under no circumstances shall Owner be liable for any bid preparation costs, or any costs and expenses related to the submission or preparation of any bids. G. The Owner may request any bidder to supplement or explain any information contained in the Contractor's Qualification Statement. A bidder's failure to provide the requested information shall be grounds for the Owner's rejection of the bid. H. The Owner and Architect may conduct such investigation as they deem necessary to determine the ability of any bidder to perform the work. In connection with such investigation, the bidder shall furnish to the Owner and the Architect all information and data reasonably requested by the Owner and/or Architect. The Owner reserves the right to reject any bid if the information obtained by the Owner fails to satisfy the Owner that such bidder is properly qualified to perform the work in accordance with the contract INSTRUCTIONS TO BIDDERS Page - 1

11 documents. Poor performance, lack of cooperation, or unjustified claims or delays on other projects may be given special consideration by the Owner and/or Architect when evaluating the qualifications of any bidder. I. The Owner prefers not to contract with joint ventures or other entities that are formed solely for purposes of performing this Project. 3. MODIFICATION OF BIDS A. Bidders may modify their bids in writing at any time prior to the scheduled closing time for submission of bids. Any such modification should not reveal a bid price, but should provide the amount to be added to or subtracted from the bid price or, (any other modification to the proposal), so that the final prices or terms will not be known by the Owner or any other bidders until the sealed bid is opened. B. The Owner may require formal acknowledgment of any bid modification received within two (2) calendar days of the specified closing time for submission of bids. A bidder's failure to provide the requested confirmation may result in the rejection of the modification and/or the bid. 4. BID BONDS A. Each bid must be accompanied by a Bid Bond using AIA document A as the form; modified to reflect the provisions of Subparagraph D below. The Bid Bond must be signed by the bidder as principal and by a Surety duly authorized to perform surety business in the State of Missouri and having a Certificate of Authority to do Business with the United States Government in accordance with 31 CFR Section The Bid Bond shall be in an amount not less than five percent (5%) of the bid price. Truman State University shall be named as the obligee in the Bid Bond. B. The Bid Bond shall be accompanied by a Power of Attorney showing the authority of the person executing the bond on behalf of the Surety. C. Bid Bonds will be returned to the bidders once a contract has been executed for the Project. D. If the successful bidder fails to execute and deliver the Contract and the Performance and Payment Bonds as required by the Contract Documents, the successful bidder (hereinafter "defaulting bidder") and its Surety shall be jointly and severally liable for the difference between the defaulting bidder's bid price and amount for which the Owner may in good faith contract with another party to perform the Work within the original schedule called for under the Contract Documents, plus all costs and expenses (including attorney's fees and Design team fees) incurred by Owner as a result of the defaulting bidder's default, plus all costs and expenses (including attorney's fees) incurred by Owner to collect all sums due from the defaulting bidder and its Surety. 5. BID DOCUMENTS The Bid Documents consist of the following items: 1. All documents contained or referenced in the Project Manual; 2. Drawings/Plans; and 3. All Addenda issued prior to receipt of bids. INSTRUCTIONS TO BIDDERS Page - 2

12 6. QUESTIONS BY BIDDERS A. All questions by any bidders must be submitted in writing to: James Roseberry, AIA, LEED AP or Joe Ruma, AIA; Trivers Associates (hereinafter referred to as the "Bid Contact Person"). B. In order to be considered, all questions must be received by the Bid Contact Person at least three (3) business days prior to the bid submission deadline. C. Should any bidder discover any discrepancies or omissions in the Plans, Specifications, or other Contract Documents, or if they discover any conflict in the documents, the bidder shall notify the Bid Contact Person in writing. D. All interpretations or clarifications of the Bid Documents will be made by written Addendum only. E. No oral interpretations, clarifications, explanations, modifications or additions to the Bid Documents regardless of the authority or position of the person providing the oral information to the bidder(s) - will be binding upon Owner or Architect. 7. EXAMINATION OF BID DOCUMENTS AND PROJECT SITE A. Before submitting a bid, each bidder shall carefully examine all of the Bid Documents, and shall visit the Project Site. Each bidder shall verify conditions under which the work will be performed. By submitting a bid, the bidder represents that it has become familiar with the Project Site, local facilities, availability and locations of existing utilities, existing construction and systems, existing site and Project conditions and logistics, the requirements of the Project Manual, the Plans, and the Addenda, the requirements of pertinent State and/or local building codes and authorities, the applicable prevailing wage rates, and the market conditions. A bidder's failure to visit the Project Site prior to submitting a bid may be grounds for the Owner to reject their bid. B. All prices submitted shall include all costs for labor, materials, equipment, fees, inspections, permits, insurance, overhead and profit, as well as all other contingencies necessary to complete the work specified in the Contract Documents without further cost to the Owner. 8. SUBCONTRACTORS A. Bidders must submit the names and addresses of the major subcontractors, suppliers and manufacturers as requested on the Proposal Form. B. All subcontractors, suppliers and manufacturers are subject to the approval of the Owner. C. Bidders may not substitute any of the entities on the Proposal Form without the prior written consent of Owner. D. If Alternates are required in the Proposal Form, and the choice of the bidder's major subcontractors, suppliers and/or manufacturers is dependent upon the Alternates ultimately selected by the Owner, the bidder shall submit a separate sheet designating the different combinations of such entities based upon the scope of Work ultimately selected by the Owner. INSTRUCTIONS TO BIDDERS Page - 3

13 9. PAYMENT AND PERFORMANCE BONDS A. The successful bidder shall provide and sign a Performance Bond as security for faithful performance of the Contract, and a Payment Bond securing payment to persons performing labor and/or furnishing materials on the Project. The penal sum on both bonds shall be equal to the Contract Price. Truman State University shall be named as the Obligee on both bonds. The Surety on both bonds shall be duly authorized to perform surety business in the State of Missouri and shall have a Certificate of Authority to do Business with the United States Government in accordance with 31 CFR Section B. The Performance and Payment Bonds shall be accompanied by a Power of Attorney showing the authority of the person executing the bonds on behalf of the Surety. C. The Performance Bond shall be on an AIA Document A312 (1984) form. D. The Payment Bond shall be on an AIA Document A312 (1984) form. 10. SALES TAX EXEMPTION NOTICE A. Bidders are directed to submit bid prices that do not include sales tax. The Project is exempt from sales tax pursuant to Section RSMo. The Contractor will receive a Project Exempt Certificate and a Missouri Tax Exemption Letter from Truman State University to use when purchasing materials on a tax free basis. It is the Contractor's responsibility to provide the necessary documentation to any subcontractors. These documents shall be used solely for the purchase of materials being directly incorporated into or consumed in the construction of work under this Contract. 11. LAWS AND REGULATIONS A. All applicable laws of the State of Missouri and the United States of America, all applicable ordinances of the City of Kirksville, and the building codes, rules and regulations of all authorities having jurisdiction over construction of this Project shall apply to the Contract and shall be deemed to be incorporated into the Contract as if fully set forth herein. B. The Contractor shall apply and pay for all fees and permits required for this Project. 12. REQUESTS FOR SUBSTITUTION A. Should a bidder wish to utilize brands or products in his bid other than those specifically permitted in the Plans or Specifications, he shall submit a written request for substitution to the Contact Person not less than seven (7) calendar days prior to the date bids are due. Any substitutions which are approved will be identified in a written Addendum. Bidders shall not rely upon approval of any substitutions other than those substitutions specifically approved by written Addendum. B. Where materials and/or products are specified by the name of the manufacturer, brand, trade name or catalog number, only such specified items may be used in the bid. C. Unless otherwise specified, the first named manufacturer's products and/or equipment have been used. Should another manufacturer's equipment be used in preparing the bid INSTRUCTIONS TO BIDDERS Page - 4

14 (even if named as an appropriate or approved equal), bidder shall be responsible for determining and coordinating the use of said products or equipment prior to shop drawing submittal, and bidder understands that there will be no additional cost to Owner for use of the alternate or approved equal. D. Previous approval by the Architect or Owner of materials, equipment and/or products for other projects does not constitute approval for use on this Project. E. Requests for substitutions after Award of the Contract are discouraged and will rarely be considered. If the Contractor requests a substitution after Award of the Contract, the Contractor shall be responsible for reimbursing the Owner for all Architectural and consultant fees incurred as a result of the substitution request. 13. STATUTORY PREFERENCE A. Pursuant to Section RSMo., preference shall be given to Missouri materials and labor where the same are of suitable character for the Project and can be obtained at reasonable market prices. Furthermore, the products of the mines, forest and quarries of the State of Missouri shall be used when said products are found in marketable quantities in the State. All such materials shall be of the best quality available. "Suitable character" is defined as being of the same quality, appearance, color and texture as the specified materials. 14. WAGE RATES A. Not less than the prevailing hourly wages for Adair County as determined by the State of Missouri, Division of Labor Standards, shall be paid by Contractor and all Subcontractors (of any tier) on the Project. The applicable Annual Wage Order for Adair County for this Project is attached hereto. In addition to paying the applicable prevailing hourly wage, the Contractor shall forfeit, as a penalty to the Owner, the penalty identified in the applicable regulations or statutes. The Missouri wage rates can also be found at SCHEDULE FOR THE WORK A. Work shall not commence on the scope of work included within Work Sequence One until issuance of a written Notice to Proceed. Abatement of Kirk Memorial will be included as part of these bid documents. Coordination of abatement and any demolition is the responsibility of the general contractor. B. Substantial Completion of the project to be no later than December 12, C. Final Completion shall be achieved within thirty (30) calendar days of achieving Substantial Completion for the respective Work Sequence. D. Substantial Completion and Final Completion are terms that are defined in the Contract Documents. These definitions control over any other meaning, understanding, or definition of the terms. Should Owner allow work to commence on a subsequent Work Sequence, this shall not be considered to be proof of Substantial Completion of any prior Work Sequence. 16. LIQUIDATED DAMAGES INSTRUCTIONS TO BIDDERS

15 A. Contractor shall be liable for, and shall pay to the Owner as liquidated damages, the sum of Five Hundred Dollars ($500.00) per day per Work Sequence for each calendar day that Substantial Completion of any Work Sequence is delayed beyond the required date for such Work Sequence. B. Contractor shall be liable for, and shall pay to the Owner as liquidated damages, the sum of Five Hundred Dollars ($500.00) per day per Work Sequence for each calendar day that Final Completion of any Work Sequence is delayed beyond the required date for such Work Sequence. C. The liquidated damages for delays in Substantial Completion ($ per day) and the liquidated damages for delays in Final Completion ($ per day) are each assessed on each Work Sequence separately and are cumulative. 17. MBE/WBE COMPLIANCE A. Bidders shall submit, on contracts for over $100,000, all information requested on the appropriate forms pertaining to each MBE/WBE who may participate in performing the Work. The appropriate documents must be submitted within seven (7) days. B. MBE/WBE Compliance Evaluation Form: 1. A separate form must be filled out for each MBE/WBE firm who will function as a Subcontractor and who will perform a commercially useful function for the Project. This form must be signed by Bidder and the MBE/WBE firm. 2. The MBE/WBE Subcontractor must supply bidder with a copy of their certification documentation for submittal with the bid. C. MBE/WBE Eligibility Determination Form: 1. This form is to be completed and submitted with the bid if the MBE/WBE firm the bidder proposes to use is not certified. This form must be signed by the MBE/WBE firm and notarized. 2. The University will take such action as it deems appropriate to make a determination based upon the information provided whether the firm is eligible for consideration as a MBE/WBE firm on the Project. The University encourages all MBE/WBE Subcontractors to become certified by an appropriate certification agency prior to submission of bids. D. MBE/WBE Determination Form for Joint Ventures: 1. If the MBE/WBE is a joint venture and one or more of the covertures are not certified as a MBE/WBE firm, the joint venture shall complete and submit this document with its bid. This form must be signed by all members of the joint venture, and must be notarized. 2. The bidder shall submit a copy of the joint venture agreement with this form at bid time. E. MBE/WBE Bid Package Summary 1. Bidder must complete and submit this form with its bid. 2. This form will be resubmitted monthly with the Contractor s Pay Applications(s) to provide an update on Contractor s progress in achieving MBE/WBE participation. INSTRUCTIONS TO BIDDERS

16 Contractor s failure to provide this monthly update shall be grounds for withholding payment from Contractor. F. Computation of MBE/WBE Percent Participation: 1. A bidder may count toward its MBE/WBE participation only expenditures to MBE/WBE s that perform a commercially useful function for the Project. A MBE/WBE is considered to perform a commercially useful function when it is responsible for executing a distinct element of the Work and carrying out its responsibilities by actually performing, managing and supervising the Work involved. 2. A bidder may count toward its MBE/WBE participation expenditures for materials and supplies obtained from MBE/WBE suppliers and manufacturers, provided that the MBE/WBE assumes the actual and contractual responsibility for the provision of the materials and supplies. 3. The bidder may count its entire expenditure to a MBE/WBE manufacturer. A manufacturer shall be defined as an individual or firm that produces goods from raw materials or substantially alters them before resale. 4 The bidder may count twenty percent (20%) of its expenditures to MBE/WBE suppliers that are not manufacturers provided that the MBE/WBE supplier performs a commercially useful function, as defined above, in the supply process. END OF SECTION INSTRUCTIONS TO BIDDERS

17 THIS PAGE INTENTIONALLY LEFT BLANK

18 MBE/WBE COMPLIANCE EVALUATION FORM (For Projects of $100,000 or More) 1. Project: Truman State University Kirk Memorial Interior Renovations TRUMAN STATE UNIVERSITY S 2. Name of General Contractor: 3. Name of MBE/WBE Firm: Address: Telephone: Type of Business: Contact person: Title: 4. Describe the Subcontract Work to be performed: Base Bid: Alternate(s), (identify separately): 5. Dollar amount to be Subcontracted to the MBE/WBE Firm: Base Bid: $ Alternate(s), (identify separately): 6. Is the proposed subcontractor listed in the Minority/Women Business Enterprise Directory maintained by the Missouri Division of Design and Construction? YES NO If yes, attach certification. 7. Is the proposed Subcontractor certified as a MBE/WBE firm by any of the following: federal government agencies, state agencies, city or county governmental agencies? YES NO If yes, attach certification(s). 8. If the answer is No to questions 6 and 7 above, you must attach and complete the MBE/WBE Eligibility Determination Form. GENERAL CONTRACTOR: By: Name: Title: Date: MBE/WBE FIRM: By: Name: Title: Date: Page 1 of 1

19 THIS PAGE INTENTIONALLY LEFT BLANK

20 S MBE/WBE ELIGIBILITY DETERMINATION FORM (For Projects of $100,000 or More) 1. Name of firm: 2. Address of firm: 3. Phone Number of firm: 4. Is firm a sole proprietorship, partnership, joint venture, corporation or other business entity? (please specify): 5. Nature of firm s business: 6. Number of years firm has been in business: 7. Identify all persons or entities who own five percent (5%) or more of the firm. Columns e and f only need to be filled out if the firm is less than one hundred percent (100%) minority-owned: a b c d e f Name Race Sex Years of Ownership Voting Ownership Percentage Percentage 8. Identify by name, race, sex, and title those individuals (including owners and non-owners) who are responsible for day-to-day management and policy decision making for the firm, including, but not limited to, those with prime responsibility for: (a) (b) Financial decisions Management decisions, such as: 1. Estimating 2. Marketing and sales 3. Hiring and firing of management personnel 4. Purchases of field operations (c) Supervision of field operations 9. For each person listed in question 8, provide a brief summary of the person s experience and number of years with the firm, indicating the person s qualifications for the responsibilities given him or her. Page 1 of 3

21 S 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners, or between owners and third parties, which restrict ownership or which restrict control of the minority owners. 11. Identify any owner (see Item 7) or management official (see Item 8) who is or has been an employee of another firm that has an ownership interest in or a present business relationship with the named firm. Present business relationships include shared space, shared equipment, financing, or shared employees, as well as both firms having some of the same owners. 12. What are the gross receipts of the firm for each of the last two years? Year ending $: Year ending $: 13. Name, address and telephone number of bonding company, if any: Bonding limits: Source of letters of credit, if any 14. Is the firm authorized to transact business in the State of Missouri? 15. Indicate if this firm or other firms with any of the same officers have previously received or been denied certification or participation as an MBE/WBE and describe the circumstances. Indicate the name of the certifying authority and the date of such certification or denial. Page 2 of 3

22 S AFFIDAVIT to be signed and sworn to by an Owner of the firm. The undersigned swears that the foregoing statements are true and correct and include all material information necessary to identify and explain the operation of (Name of Firm) as well as the ownership thereof. Further, the undersigned agrees to provide, either through the Contractor or directly to the University, current, complete and accurate information regarding actual Work performed on the Project, payments for said Work and any proposed changes, if any, to the firm s relationship with the Contractor, and to permit the audit and examination of the firm s books, records and files. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under federal or state laws concerning false statements. I agree to notify the University, Contractor and Architect of any significant change in the information contained on this form which occurs before completion of our Work on the Project. Signature: Date: Printed Name: Title: State of ) County of ) )ss On this day of, 20, before me appeared, to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) to execute the affidavit and did so as his or her own free act and deed. (Seal) Notary Public My Commission Expires: Page 3 of 3

23 THIS PAGE INTENTIONALLY LEFT BLANK

24 S MBE/WBE ELIGIBILITY DETERMINATION FORM FOR JOINT VENTURES (For Projects of $100,000 or More) A separate MBE/WBE Compliance Evaluation Form must be completed and submitted for each MBE/WBE firm in the joint venture. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the members/partners that comprise the joint venture; and their respective percentage interests in the joint venture: (a) Describe the role of each MBE/WBE firm in the joint venture: (b) Describe very briefly the experience and business qualifications of each non-minority member of the joint venture: 5. Describe the nature of the joint venture s business: 6. What is the claimed percentage of MBE/WBE ownership in the joint venture? 7. Attach a copy of the joint venture agreement. (The following need not be filled in if described in the joint venture agreement) (a) Description of profit and loss sharing: (b) Description of capital contributions, including equipment: (c) Description of other applicable ownership interests: Page 1 of 3

25 S 8. Identify by name, race, sex, employer, and title, those individuals who are responsible for day-today management and policy decision-making for the joint venture; including, but not limited to, those with prime responsibility for: (a) (b) Financial decisions Management decisions, such as: 1. Estimating 2. Marketing and sales 3. Hiring and firing of management personnel 4. Purchasing of major items or supplies: (c) Supervision of field operations: AFFIDAVIT The undersigned swear that the foregoing statements are correct and these statements and the attached joint venture agreement provide all information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer on the Project. Further, the undersigned covenant and agree to provide the University current, complete and accurate information regarding actual joint venture Work, the payment(s) for said Work, and any proposed changes in any of the joint venture arrangements; and to permit the audit and examination by the University of the books, records, and files of the joint venture, and each member of the joint venture. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements. The undersigned agree to notify the University, Contractor and Architect of any significant change in the information contained on this form or the terms of the joint venture agreement which occurs before completion of the joint venture s Work on the Project. Name of Firm Signature Name Title Date Name of Firm Signature Name Title Date Page 2 of 3

26 S State of ) )ss County of ) On this day of, 20, before me appeared, to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that they were properly authorized by their respective companies to execute the affidavit and that they executed it as their free act and deed. My Commission Expires: Notary Public Page 3 of 3

27 THIS PAGE INTENTIONALLY LEFT BLANK

28 MBE/WBE PARTICIPATION SUMMARY (for Projects $100,000 or More) TRUMAN STATE UNIVERSITY S Actual % Joint %Participation Participation MBE/WBE Firm Certified MBE WBE Venture Contracted To Date Total percent participation for Project: Submittal Date: Name of Contractor: Page 1 of 1

29 THIS PAGE INTENTIONALLY LEFT BLANK

30 PROPOSAL FORM Bid Time: Bid Date: From: hereinafter called the BIDDER. TO: Truman State University McClain Hall 100 Kirksville, MO Attention: Mark Schultz, Campus Architect hereinafter called the OWNER. FOR: Kirk Memorial Interior Renovation Project Truman State University Kirksville, MO hereinafter called the PROJECT. BIDDER agrees to perform the PROJECT pursuant to the Contract Documents for: The Base Bid sum of Dollars ($ ). Accompanying this Bid is a Bid Bond in the amount of Dollars ($ ). The BIDDER acknowledges receipt of Addendum No. Dated Addendum No. Dated Addendum No. Dated PRIME CONTRACTOR General Contractor SUBCONTRACTORS Mechanical PROPOSAL FORM Page - 1

31 Electrical Painting Concrete Structural Carpenter Elevator Other PROPOSAL FORM Page - 2

32 MINORITY/WOMEN OWNED BUSINESS ENTERPRISES (MBE/WBE) REQUIREMENTS The undersigned proposes to perform the Work with the following MBE/WBE participation level: MBE/WBE PERCENTAGE PARTICIPATION: PERCENT ( %). THIS BID SHALL REMAIN OPEN FOR A PERIOD OF NOT LESS THAN SIXTY (60) CALENDAR DAYS AFTER THE DATE OF THE BID OPENING. Dated this day of 201. IF AN INDIVIDUAL Name of Individual Residence Address Social Security Number Telephone Number Firm Name, If Any Address for Communications Signature IF A PARTNERSHIP Name of Partnership (State Names and Residence Addresses of ALL Partners) Partner Residence Address Partner Residence Address Federal Tax I.D. Number Address for Communications Signature of Either Partner Telephone Number PROPOSAL FORM Page - 3

33 IF A CORPORATION Name of Corporation Incorporated under the laws of the State of Name and Title of Officer Signature of Officer Address for Communications Corporate License No. (If a corporation organized in a state other than Missouri, attach Certificate of Authority to do business in the State of Missouri) Telephone Number Federal Tax I.D. Number (ATTEST) (SEAL) Secretary Each BIDDER must complete the Proposal Form by signing in the proper signature line above and by supplying the required information called for in connection with the signature. End of Proposal Form PROPOSAL FORM Page - 4

34 SECTION BIDDER QUALIFICATIONS AND REPRESENTATIONS TRUMAN STATE UNIVERSITY 1. CONTRACTOR S QUALIFICATION STATEMENT A. Each bidder is required to submit a fully-completed and executed Contractor s Qualification Statement on AIA Document A305 (1986). B. In addition to the information required by Contractor s Qualification Statement, each bidder is to supply a list of all projects performed for any University or other educational facility within the past five (5) years; and for each such project, the following information shall be provided: Name of Project; Owner s name, address and contact person, final contract price, and a general description of the scope of work performed by the bidder. 2. BIDDER REPRESENTATIONS By submitting a Bid, each Bidder represents, certifies and warrants as follows: A. Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid; B. Bidder has not requested, solicited or induced any person or entity to refrain from submitting a bid; C. Bidder has not sought by collusion or otherwise to obtain for Bidder or any other bidder any advantage over any of the other bidders or over the Owner; D. Bidder s bid is genuine; E. Bidder s bid is made on Bidder s behalf only, and is not made on behalf of any undisclosed person or entity; F. Bidder will not discriminate against any employee or applicant for employment because of race, creed, color, religious preference or national origin in connection with the Project; G. Bidder will abide by all regulations related to prevailing wage rates as determined by the Department of Labor and Industrial Relations, State of Missouri. END OF SECTION BIDDERS QUALIFICATIONS & REPRESENTATIONS

35 THIS PAGE INTENTIONALLY LEFT BLANK

36 SECTION AFFIDAVIT FOR AFFIRMATION ACTION TRUMAN STATE UNIVERSITY State of Missouri ) ) s.s. County of ), having been first being duly sworn on his/her oath, states that: (1) He/she is the (owner, sole proprietor, partner, or officer) of, who is the Contractor on the Project ("Project"); (2) He/she is duly authorized to make this Affidavit on behalf of Contractor; (3) Less than fifty (50) persons total will be employed to perform the Work on the Project including persons employed directly by Contractor or any subcontractor on the Project. Subscribed and sworn to before me this day of, 20. Notary Public My Commission Expires: END OF SECTION AFFIDAVIT FOR AFFIRMATION ACTION

37 THIS PAGE INTENTIONALLY LEFT BLANK

38 Missouri Division of Labor Standards WAGE AND HOUR SECTION JEREMIAH W. (JAY) NIXON, Governor Annual Wage Order 0.20 Section 001 ADAIR COUNTY In accordance with Section RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO pursuant to 8 CSR (1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Original Signed by Robert A. Bedell, Acting Director Division of Labor Standards This Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 8, 2013 Last Date Objections May Be Filed: April 8, 2013 Prepared by Missouri Department of Labor and Industrial Relations

39 Building Construction Rates for ADAIR County OCCUPATIONAL TITLE Asbestos Worker (H & F) Insulator Boilermaker Bricklayer and Stone Mason Carpenter Cement Mason Electrician (Inside Wireman) Electrician (Outside-Line Construction\Lineman) Lineman Operator Ground man Communication Technician Elevator Constructor OperatinQ EnQineer Group I Group II Group Ill Group 111-A Group IV Group V Pipe Fitter Glazier Laborer (Building): General First Semi-Skilled Second Semi-Skilled Lather Linoleum Layer and Cutter Marble Mason Millwright Ironworker Painter Plasterer Plumber Pile Driver Roofer \ Waterproofer Sheet Metal Worker Sprinkler Fitter- Fire Protection Terrazzo Worker Tile Setter Truck Driver-Teamster Group I Group II Group Ill Group IV Traffic Control Service Driver REPLACEMENT PAGE Bas1c Over- **Date of Hourly Time Holiday Increase * Rates Schedule Schedule $16.00 FED $ /13 $ /13 $ $ $ /13 $ /13 $ /13 $ $ /13 a $ /13 $ /13 $ /13 $ /13 $ /13 $ /13 $ /13 b $ /13 $ $ $ $ USE CARPENTER RATE USE CARPENTER RATE 6/13 $ /13 $ /13 $ /13 $ $ /13 b $ /13 $ /13 $ /13 $ /13 $ /13 $ /13 $ c $ c $ c $ c $ $ Section 001 Total Fringe Benefits $1.43 $26.89 $15.38 $14.45 $11.00 $ % $ % $ % $ % $ % $ $23.43 $23.43 $23.43 $23.43 $23.43 $23.43 $26.28 $14.61 $12.09 $12.09 $12.09 $12.68 $14.45 $26.40 $11.72 $11.05 $26.28 $14.45 $14.19 $15.12 $18.55 $14.32 $12.68 $8.65 $8.65 $8.65 $8.65 $9.045 Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at (573) **Annual Incremental Increase *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO /13

40 Building Construction Rates for ADAIR County Footnotes REPLACEMENT PAGE Section 001 1:3aSIC Over- OCCUPATIONAL TITLE **Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule *Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR (2). Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR (3). a -Vacation: Employees under 5 years - 6%, over 5 years - 8% **b-all work over $7 Mil. Total Mech. Contract- $34.75, Fringes- $26.28 All work under $7 Mil. Total Mech. Contract- $33.41, Fringes- $20.89 c- Group 1: Projects over $3 3/4 Million - $ Projects under $3 3/4 Million- $ Group II: Projects over $3 3/4 Million - $ Projects under $3 3/4 Million - $ Group Ill: Projects over $3 3/4 Million - $ Projects under $3 3/4 Million - $ Group IV: Projects over $3 3/4 Million - $ Projects under $3 3/4 Million - $ **Annual Incremental Increase ANNUAL WAGE ORDER NO. 20 7/13

41 ADAIR COUNTY OVERTIME SCHEDULE - BUILDING CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1 %) shall be paid for all work in excess of forty (40) hours per work week. NO. 9: Means the regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half (1 %) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday, except for midweek holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty (40) hours in one (1) work week, shall be paid for at the rate of one and one-half (1 %) times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten (1 0) hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half (1 %) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon (12:00) to six (6) hours after Noon (12:00). The regular work week shall be forty (40) hours, beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half (1%). Sunday and Holidays shall be paid at double (2) time. Saturday can be a make-up day if the weather has forced a day off, but only in the week of the day being lost. Any time before six (6) hours before Noon or six (6) hours after Noon will be paid at time and one-half (1 %). NO. 22: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00a.m. and 9:00a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interest parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. NO. 26: Means that the regular working day shall consist of eight (8) hours worked between 6:00 a.m., and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The employer may establish hours worked on a jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular working day shall consist of ten (1 0) hours worked consecutively, between 6:00a.m. and 6:00 p.m., four (4) days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four (4) ten (1 0) hour day workweek has been established, will be paid at two times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times (2) the single time rate of pay. NO. 33: Means the standard work day and week shall be eight (8) consecutive hours of work between the hours of 6:00a.m. and 6:00 p.m., excluding the lunch period Monday through Friday, or shall conform to the practice on the job site. Four (4) days at ten (1 0) hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, \except for Sundays and holidays shall be at the rate of time and one-half (1 %). Overtime worked on Sundays and holidays shall be at double (2) time. NO. 35: Means a regular work week of forty (40) hours, will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof maybe worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A work day is to begin between 6:00a.m. and 9:00a.m. However, the project starting time maybe advanced or delayed if mutually agreed to by the interested parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 1 of 5 Pages

42 ADAIR COUNTY OVERTIME SCHEDULE - BUILDING CONSTRUCTION NO. 40: Means the regular working week shall consist of five (5) consecutive (8) hour days' labor on the job beginning with Monday and ending with Friday of each week. Four (4) 1 0-hour days may constitute the regular work week. The regular working day shall consist of eight (8) hours labor on the job beginning as early as 6:00 a.m. and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight (8) hours but not more than twelve (12) hours during the regular working week shall be paid for at time and one-half (1 ~)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the regular working day shall be paid at two (2) times the regular hourly rate. In the event of rain, snow, cold or excessively windy weather on a regular working day, Saturday may be designated as a "make-up" day. Saturday may also be designated as a "make-up" day, for an employee who has missed a day of work for personal or other reasons. Pay for "make-up" days shall be at regular rates. NO. 42: Means eight (8) hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. The starting time may be advanced one (1) or two (2) hours. Employees shall have a lunch period of thirty (30) minutes. The Employer may provide a lunch period of one (1) hour, and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday (or 5:00p.m. on Friday if the Employer grants a lunch period of one (1) hour), or as adjusted by starting time change as stated above. All work performed before 8:00a.m. and after 4:30p.m. (or 5:00p.m. where one (1) hour lunch is granted for lunch) or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall be compensated at one and one-half (1 ~) times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. When working a five 8-hour day schedule and an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain or mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight (8) hour days or four ten (1 0) hour days Monday through Friday. If an Employer elects to work five (5) eight (8) hour days during any work week, hours worked more than eight (8) per day or forty (40) hours per week shall be paid at time and one-half (1 ~) the hourly rate Monday through Friday. If an Employer elects to work four (4) ten (1 0) hour days in any week, work performed more than ten (1 0) hours per day or forty (40) hours per week shall be paid at time and one-half (1 ~) the hourly rate Monday through Friday. If an Employer is working ten (1 0) hour days and loses a day due to inclement weather, they may work ten (1 0) hours Friday at straight time. All hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half (1 ~) overtime rate. Overtime shall be computed at half-hour intervals. Shift Work: Two (2) or three (3) shifts shall be permitted, provided such shifts are scheduled for a minimum of three (3) consecutive days. The second shift shall begin at 4:30p.m. and end at 12:30 a.m. with one-half (1/2) hour for lunch between 7:30p.m. and 9:00p.m. and shall received eighty (8) hours' pay. The third shift shall begin at 12:30 a.m. and end at 8:00 a.m. with one-half (1/2) hour for lunch between 3:30a.m. and 5:00a.m. and shall received (8) hour's; pay. There shall be at least one (1) foreman on each shift on jobs where more than one shift is employed, provided that there are two (2) or more employees on second and on the third shifts. All shifts shall arrange to interchange working hours at the end of each week. When three shifts are used, the applicable rate must be paid from Saturday at 8:00 a.m. until the following Monday at 8:00 a.m. When three shifts are employed, the second and third shifts shall contain at least.one-half (1 /2) as many employees as the first shift. NO. 43: Eight (8) hours shall constitute a work day between the hours of 7:00a.m. and 4:30 p.m. Forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 1oth hour, Monday through Friday, shall be paid at time and one-half (1 ~) the regular straight time rate of pay. Contractor has the option to pay two (2) hours per day at the time and one-half (1~) the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2) time. NO. 50: Means eight (8) hours constitute a normal day's work Monday through Friday. Any time worked over eight (8) hours will normally be paid at time and one-half (1 ~) except for exclusions stated in some following additional sentences. The Employer, at his discretion, may start the work day between 6:00a.m. and 9:00 a.m. Any schedule chosen shall be started at the beginning of the work week (Monday) and used for at least five days. Work may be scheduled on a four (4) days a week (Monday through Thursday) at ten (1 0) hours a day schedule. If such a schedule is employed, then Friday may be used as a make-up day when time is lost due to inclement weather. Time and onehalf (1 ~) shall be paid for any work in excess of eight (8) hours in any regular work day Monday through Friday unless working 4-1 O's, then time and one-half (1 ~) after ten (1 0) hours. All work performed on Saturday will be time and onehalf (1 ~). Double (2) time shall be paid for all work on Sundays and recognized holidays. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 2 of 5 Pages

43 ADAIR COUNTY OVERTIME SCHEDULE - BUILDING CONSTRUCTION NO. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00a.m. If a second or third shift is used, the regular starting time of the second shift shall be 4:30 p.m. and the regular starting period for the third shift shall be 12:30 a.m. These times may be adjusted by the employer. The day shift shall work a regular eight (8) hours shift as outlined above. Employees working a second shift shall receive an additional $0.25 above the regular hourly rate and perform seven and one-half (7%) hours work for eight (8) hours pay. Third shift employees shall be paid an additional $0.50 above the regular hourly rate and work seven (7) hours for eight (8) hours pay. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. All time worked before and after the established workday of eight (8) hours, Monday through Friday, and all time worked on Saturday shall be paid at the rate of time and one-half (1 %) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double (2) time rate of pay except in cases where work is part of an employee's previous day's shift. For all overtime hours worked $25.65 of the fringe benefits portion of the prevailing wage shall be paid at the same overtime rate at which the cash portion of the prevailing wage is to be paid. The remaining $1.24 of the fringe benefit portion of the prevailing wage may be paid at straight time. NO. 59: Means that except as herein provided, eight (8) hours a day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked outside of the standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (1 %). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the standard work day shall be consecutive ten (1 0) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work, Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (1 0) hours or forty (40) hours per week. When the five day eight (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) hours or forty (40) hours per week. The regular starting time (and resulting quitting time) may be moved to 6:00a.m. or delayed to 9:00a.m. Make-up days shall not be utilized for days lost due to holidays. NO. 60: Means the Employer shall have the option of working five 8-hour days or four 1 0-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week, hours worked more than eight (8) per day or forty (40) per week shall be paid at time and one-half (1%) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain or mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 1 0-hour days, between the hours of 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (1 0) hours per day or forty (40) hours per week shall be paid at time and one half (1 %) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 1 0-hour days and loses a day due to inclement weather, the Employer may work ten (1 0) hours on Friday at straight time. All hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half (1 %) the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (1 %) the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting at 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays, or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an amount equal to the fringe benefits. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 3 of 5 Pages

44 ADAIR COUNTY OVERTIME SCHEDULE -BUILDING CONSTRUCTION NO. 69: Means eight (8) hours of work between the hours of 8:00 a.m. and 4:30 p.m., except for a thirty (30) minute lunch period shall constitute a regular work day. Forty (40) hours, within five (5) such work days-mondays through Friday, inclusive, shall constitute a regular work week. The starting and quitting time for each job shall be subject to variance by mutual Agreement and where not agreed otherwise the regular starting time shall be 8:00 a.m. and the quitting time shall be 4:30 p.m. In order to meet job site or owner conditions, the above section may be modified to allow for a workday/workweek of four (4), ten-hour days (4-10's) provided that the following condition is met: The project must be for a minimum of four (4) consecutive days, beginning on either a Monday or Tuesday, holidays, inclusive. All work performed outside of the regularly scheduled working hours, Monday through Friday, and on Saturday shall be paid at one and one-half (1%) times the hourly rate. On all work performed on Sundays and recognized legal holidays or days that may be celebrated as such, shall be paid at double (2) the hourly rate. Shift work performed between the hours of 4:30p.m. and 12:30 a.m. (second shift) shall be paid at eight (8) hours pay at the regular hourly rate plus ten (1 0%) percent for seven and one-half (7%) hours work. Shift work performed between the hours of 12:30 a.m. and 8:00a.m. (third shift) shall be paid at eight (8) hours pay at the regular hourly rate plus fifteen (15%) percent for seven (7) hours work. A lunch period of thirty (30) minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half (1 %) times the shift hourly rate. NO. 86: Means the regular work week shall consist of five (5) days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. However, the Employer may have the option to schedule his work week from Monday through Thursday at ten (1 0) hours per day at the straight time rate of pay with all hours in excess of ten (1 0) hours in any one day to be at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, inclement weather or holiday, he shall have the option to work Friday at the straight time rate of pay to complete his forty (40) hours. If an employee declines to work Friday as a make-up day, he shall not be penalized. All overtime work performed on Monday through Saturday shall be paid at time and one-half (1 %) of the hourly rate plus an amount equal to one-half(%) of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. NO. 88: Means the regular work week shall consist of five (5) eight (8) hour days, 7:00 a.m. to 3:30 p.m., Monday through Friday, except when the work week is scheduled as a 4-1 O's week or as a week with start time advanced or delayed as described below. The starting time may be advanced or delayed by one hour on either side of 7:00 a.m. The advanced or delayed starting time must run for a period of at least five (5) days. The Employer may establish a work week consisting of four (4) days, during the regular work week, each day consisting of ten (1 0) hours at straight time. The 4-10's must run for a period of at least four (4) days. Time and one-half (1%) shall be paid for any work in excess of eight (8) hours in any regular work day Monday through Friday (or ten hours in a 4-1 O's week), the first eight (8) hours of a Saturday, and it shall be at time and one-half (1 %) for the Friday and Saturday following Thanksgiving. Double (2) time shall be paid for the following time worked on Sunday, New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day, as well as any work in excess of eight (8) hours on a Saturday and the Saturday of a three-day weekend (except the Saturday following Thanksgiving). AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 4 of 5 Pages

45 ADAIR COUNTY OVERTIME SCHEDULE - BUILDING CONSTRUCTION NO. 91: Means eight (8) hours shall constitute a day's work commencing at 7:00a.m. and ending at 3:30p.m., allowing one-half(%) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular workweek shall consist of forty (40) hours of five (5) workdays, Monday through Friday. The workweek may consist of four (4) ten (1 0) hour days from Monday through Thursday, with Friday as a make-up day. If the make-up day is a holiday, the employee shall be paid at the double (2) time rate. The employees shall be paid time and one-half (1 %) for work performed on Saturdays, before the regular starting time or after the regular quitting time or over eight (8) hours per work day (unless working a 10-hour work day, then time and one-half (1%) is paid for work performed over ten (1 0) hours a day) or over forty (40) hours per work week. Work performed on Sundays and recognized holidays shall be paid at the double (2) time rate of pay. SHIFT WORK: When it is necessary for the project to operate in shifts, there will be three (3) eight (8) hour shifts commencing at 8:00 a.m. Shift work must continue for a period of not less than three (3) consecutive work days, two (2) days which must be regular work days (Monday through Friday). In the event the second or third shift of any regular work day shall fall into a Saturday or a holiday, such extension into a Saturday or holiday shall be considered as part of the previous workday and employees shall be paid at the regular shift rate. The first day shift shall work a regular eight (8) hour day at regular rates. The second shift shall be eight (8) hours regular time pay plus $2.50 per hour premium for eight (8) hours work. Third shift will be for eight (8) hours regular time pay plus $3.00 per hour premium for eight (8) hours work. NO. 94: Means eight (8) hours shall constitute a day's work between the hours of 8:00a.m. and 5:00p.m. The regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half (1%) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO. 124: Means eight (8) hours shall constitute a day's work on all classes of work between the hours of 6:00 a.m. and 5:30p.m., Monday through Friday. The pay for time worked during these hours shall be at the regular wage rate. The regular workweek shall be Monday through Friday. Employment from 4:30 p.m. to 12:00 midnight, Monday through Friday, shall be paid for at one and one-half (1 %) times the regular hourly rate. From 12:00 midnight until8:00 a.m. on any day shall be paid for at twice the regular hourly rate. All time worked on Sundays and the recognized holidays shall be paid at the rate of double (2) time. It is understood that forty (40) hours shall constitute a regular workweek, (5-8's) Sunday Midnight through Friday Midnight, understanding anything over eight (8) hours is one and one-half (1 %) times the hourly wage rate. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 5 of 5 Pages

46 ADAIR COUNTY HOLIDAY SCHEDULE- BUILDING CONSTRUCTION NO.3: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day (November 11 ), Thanksgiving Day, and Christmas Day shall be compensated at the double (2) time rate of pay. When any of these holidays fall on a Sunday, the following Monday shall be observed. No work shall be performed on the days set forth except in cases of emergencies to protect life or property. NO. 4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO.5: All work that shall be done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. NO. 7: The following days are assigned days and are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This is applied to protect Labor Day. When a holiday falls during the normal workweek, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week. However, no reimbursement for these eight (8) hours is to be paid to the workman unless worked. If workman are required to work the above enumerated holidays or days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work. NO. 15: All work accomplished on the recognized holidays of New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double (2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday, the following Monday shall be considered a holiday. When a holiday falls on Saturday, Friday is recognized as a holiday. NO. 32: All work performed for the Friday and Saturday following Thanksgiving shall be paid at the time and one-half (1 %) rate of pay. All work performed on Sundays, New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day shall be paid at the double (2) time rate of pay. When one of the above holidays falls on Sunday, the following Monday shall be observed and when one of the above holidays falls on Saturday, the preceding Friday shall be observed. NO. 36: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. An Employer working a four (4) day, ten (10) hour schedule may use Friday as a make-up day when an observed holiday occurs during the work week. Employees have the option to work that make-up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. AW BHol.doc ANNUAL WAGE ORDER NO. 20 Page 1 of 2 Pages

47 ADAIR COUNTY HOLIDAY SCHEDULE- BUILDING CONSTRUCTION NO. 44: All work done on New Year's Day, Memorial Day, Independence Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday, it shall be observed on the Monday following. If a holiday falls on a Saturday, it shall be observed on the proceeding Friday. No work shall be performed on these days except in emergency to protect life or property. All work performed on these holidays shall be compensated at double the regular hourly rate for the work performed. Overtime shall be computed at half-hour intervals. NO. 45: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving, the day before Christmas, and Christmas Day, shall be paid at the double time rate of pay. NO. 54: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. NO. 55: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workmen unless worked. An Employer working a four (4) day, ten (10) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such, of New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, Memorial Day, July Fourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas are also holidays, however, if the employer chooses to work the normal work hours on these days, the employee will be paid at straight -time rate of pay. If a holiday falls on a Saturday, the holiday will be observed on Saturday; if a holiday falls on a Sunday, the holiday will be observed on the following Monday. NO. 74: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) time of the hourly rate of pay. In the event one of the above holiday's falls on Saturday, the holiday shall be celebrated on Saturday. If the holiday falls on Sunday, the holiday will be celebrated on Monday. NO. 75: Means that on all work performed on Sundays and the following legal holidays or days that may be celebrated as such, shall be paid at double (2) the hourly rate: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. Saturday holidays will be celebrated on Saturday. Sunday holidays will be celebrated on Monday following the holiday. Work performed on any of these Mondays will be paid at double (2) the rate of pay. The Friday following Thanksgiving will be worked at the Employer's option. If worked, it will be at the regular hourly rate of pay. AW BHol.doc ANNUAL WAGE ORDER NO. 20 Page 2 of 2 Pages

Kirk Memorial Renovations

Kirk Memorial Renovations Project Manual Truman State University 100 E. Normal Kirksville, Missouri 63501 February 26, 2013 Project Number: 201301.00 Kirk Memorial Renovations 611 N. Tenth Street, Suite 200 St. Louis, Missouri

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

ELDON R-1 SCHOOL DISTRICT. HIGH SCHOOL GYMNASIUM HVAC UPGRADE PROJECT 101 South Pine Eldon, Missouri Project No Tennill & Associates

ELDON R-1 SCHOOL DISTRICT. HIGH SCHOOL GYMNASIUM HVAC UPGRADE PROJECT 101 South Pine Eldon, Missouri Project No Tennill & Associates Project Manual and Specifications ELDON R-1 SCHOOL DISTRICT HIGH SCHOOL GYMNASIUM HVAC UPGRADE PROJECT 101 South Pine Eldon, Missouri 65026 Project No. 15103 February 26, 2015 Tennill & Associates 177

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

PROJECT MANUAL Volume One DIVISIONS ZERO and ONE

PROJECT MANUAL Volume One DIVISIONS ZERO and ONE Normandy Schools Collaborative ELE-MIDDLE CONVERSIONS Bel Nor, Jefferson, Lucas Crossing and Washington Schools 3855 Lucas and Hunt Road St. Louis, MO 63121 PROJECT MANUAL Volume One DIVISIONS ZERO and

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

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

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

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO ADVERTISEMENT FOR BIDS Water Plant Backup Generators City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, December

More information

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract REQUEST FOR PROPOSALS Construction Related Services Retainer Contract ISSUE DATE: July 3, 2014 CLOSING DATE: August 31, 2016 CLOSING TIME: 5:00 PM Pacific Time {00312821;1} TABLE OF CONTENTS Page Section

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

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

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

More information

ADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected.

ADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected. ADDENDUM NO. 5 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Replace Emergency Generators Delmina Woods and Gentry Treatment Centers PROJECT NO. H1401-01 Bid Opening Date is: See Below Bidders are

More information

A. Due to a technical issue, the Section Invitation for Bid (IFB) was not sent to our list of

A. Due to a technical issue, the Section Invitation for Bid (IFB) was not sent to our list of ADDENDUM NO.1 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Project Title: Construction Services Project Location: Central Region, State of Missouri State Project No.: ZASIDIQ-9014 The Bid Opening

More information

TABLE OF CONTENTS - ADDENDUM NO. 3

TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS Addendum No. 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS SIB-1 SIB-2 SIB-3 Article I-2.4 - Contract Completion Time Article I-14.4 - Participation by SBE

More information

INFORMATION FOR BIDDERS

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

More information

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

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

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

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

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

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

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

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

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

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

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

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

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

NOTICE OF INVITATION FOR BID

NOTICE OF INVITATION FOR BID NOTICE OF INVITATION FOR BID TIGER MISSOURI CORRIDOR - INDEPENDENCE US 24 Highway & Brookside and Truman Rd at N. Osage & E. Winner Rd Bid #12-5005-39T The Kansas City Area Transportation Authority (KCATA)

More information

Project Manual for Normandie Hall Complex Demolition Phase 1

Project Manual for Normandie Hall Complex Demolition Phase 1 Project Manual for Normandie Hall Complex Demolition Phase 1 2800 Normandy Drive, St. Louis, MO 63121 Project Number: S7611-03 University of Missouri St. Louis St. Louis, Missouri For: The Curators of

More information

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

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

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

More information

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

Board of County Commissioners St. Johns County Florida BID NO: BID DOCUMENTS PROJECT SPECIFICATIONS

Board of County Commissioners St. Johns County Florida BID NO: BID DOCUMENTS PROJECT SPECIFICATIONS th Board of County Commissioners St. Johns County Florida BID NO: 16-55 ST. JOHNS COUNTY BUILDING SERVICES RENOVATION & REMODELING BID DOCUMENTS PROJECT SPECIFICATIONS St. Johns County Purchasing Department

More information

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

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

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

BID FORM (Lump Sum or Unit Price)

BID FORM (Lump Sum or Unit Price) BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

More information

D\1\A. Columbia Public Schools Battle High School and Hickman High School Greenhouses Columbia, Missouri. PWA No.:

D\1\A. Columbia Public Schools Battle High School and Hickman High School Greenhouses Columbia, Missouri. PWA No.: PROJECT MANUAL FOR: Columbia Public Schools Battle High School and Hickman High School Greenhouses Columbia, Missouri Set No. Prepared by: Architect: D\1\A PWArchitects, Inc. 2120 Forum Blvd., Suite 101

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

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 CARPET AND COVE BASE FOR DISTRICT BUILDINGS RFP# 2019-PUR-002 PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-002 District Buildings

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

Project Manual. For Glenloch Splash Pad And Pool Renovations

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

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

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

JEFFERSON CITY PUBLIC SCHOOLS NICHOLS CAREER CENTER SECURE VESTIBULE / OFFICES. Project No May 15, Union Street

JEFFERSON CITY PUBLIC SCHOOLS NICHOLS CAREER CENTER SECURE VESTIBULE / OFFICES. Project No May 15, Union Street Project Manual and Specifications JEFFERSON CITY PUBLIC SCHOOLS May 15, 2014 NICHOLS CAREER CENTER SECURE VESTIBULE / OFFICES 605 Union Street Jefferson City, Missouri 65101 Project No. 1410 631 West Main

More information

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through Request for Proposal Internal Connections - Network Switch Equipment Houston County Public Library Erate Funding Year July 1, 2017 through June 30, 2018 Request for Proposal Internal Connections Network

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

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR. Underground Electric System Facilities Locating and Marking Services

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR. Underground Electric System Facilities Locating and Marking Services SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Underground Electric System Facilities Locating and Marking Services Murfreesboro Electric Department 205 North Walnut Street Murfreesboro, TN, 37130 CONTENTS

More information

SIMONSEN 9 TH GRADE CENTER PARTITION REMOVAL 501 East Miller Street Jefferson City, Missouri JEFFERSON CITY PUBLIC SCHOOLS.

SIMONSEN 9 TH GRADE CENTER PARTITION REMOVAL 501 East Miller Street Jefferson City, Missouri JEFFERSON CITY PUBLIC SCHOOLS. Project Manual and Specifications SIMONSEN 9 TH GRADE CENTER PARTITION REMOVAL 501 East Miller Street Jefferson City, Missouri JEFFERSON CITY PUBLIC SCHOOLS May 24, 2013 Project No. 1319 631 West Main

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

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

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

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

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements Sealed bids will be received at Kearney City Hall, Kearney, Missouri, 100 East Washington, Kearney, MO 64060, on or before 2:00

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

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

High School Gym HVAC Addition 478 North Highway 79 Mantgamary City, Ma 63361

High School Gym HVAC Addition 478 North Highway 79 Mantgamary City, Ma 63361 Project Manu~l fur the Montgomery County R-ll School District High School Gym HVAC Addition 478 North Highway 79 Mantgamary City, Ma 63361 Architccturo: Structural Engheering: Toth end Asnoc~ates. Inc.

More information

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL TRELLIS @ COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT A. INSTRUCTIONS Through this Request for Proposal, TRELLIS COMMUNITY DEVELOPMENT is seeking the

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

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

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

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

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

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

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

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

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

More information

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

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

MARTIN LUTHER KING HALL AND FOUNDERS HALL RESTROOM RENOVATIONS 812 E. Dunklin Street and 816 Chestnut Street

MARTIN LUTHER KING HALL AND FOUNDERS HALL RESTROOM RENOVATIONS 812 E. Dunklin Street and 816 Chestnut Street Project Manual and Specifications MARTIN LUTHER KING HALL AND FOUNDERS HALL RESTROOM RENOVATIONS 812 E. Dunklin Street and 816 Chestnut Street LINCOLN UNIVERSITY Jefferson City, Missouri Project Number:

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

East Central College

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

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

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

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

DOWNTOWN LIBRARY SERVER ROOM

DOWNTOWN LIBRARY SERVER ROOM Contract No. E11-173 File No. 1721 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT

More information

PROJECT Boiler System Replacement Technology Center

PROJECT Boiler System Replacement Technology Center VAN BUREN INTERMEDIATE SCHOOL DISTRICT PROJECT Boiler System Replacement Technology Center Owner Van Buren Intermediate School District 490 S. Paw Paw Street Lawrence, MI 49064 INVITATION TO BID PROJECT:

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

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

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

Letter of Instructions

Letter of Instructions Letter of Instructions Trade Contractor Prequalification Statement Please complete the following and return at your earliest convenience by email to prequal@chanen.com. 1. Trade Contractor Prequalification

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

PROPOSAL REQUIREMENTS AND CONDITIONS

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

More information

INFORMATION FOR 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. 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

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

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

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

More information