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

Size: px
Start display at page:

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

Transcription

1 Project Manual For HVAC REPACEMENT Quitman County Schools Project No Construction Documents 28 April 2016 One Jackson Place, Suite East Capitol Street Jackson, Mississippi 39201

2

3 D B PN HVAC Replacement Quitman County Schools Issued 28 April 2016 PROJECT TEAM LISTING OWNER QUITMAN COUNTY SCHOOL DISTRICT ARCHITECT OF DESIGN AND RECORD DALE BAILEY, an Association CONSULTING ENGINEERS Mechanical... The CGM Group Electrical... The Power Source PLLC Seals Pages

4

5 D B PN HVAC Replacement Quitman County Schools Issued 28 April 2016 Construction Documents prepared by ARCHITECT OF RECORD Dale Bailey, an Association One Jackson Place, Suite East Capitol Street Jackson, Mississippi Jeff Barnes, AIA P: shelbymitchell@dalepartners.com Architectural drawings and the specification sections denoted In the Table of Contents with (A)... Seals Pages

6

7

8

9 TABLE OF CONTENTS Cover Seals Pages Table of Contents List of Drawing Sheets... 1 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Advertisement for Bids Instructions to Bidders Supplementary Instructions to Bidders Bid Form Stipulated Sum (Single-Prime Contract) Bid Security Forms Agreement Form Bonds and Certificates General Conditions Supplementary Conditions Addenda... 1 DIVISION 01 GENERAL REQUIREMENTS Summary (A) Allowances (A) Contract Modification Procedures (A) Payment Procedures (A) Project Management and Coordination (A) Construction Progress Documentation (A) Photographic Documentation (A) Submittal Procedures (A) DB Submittal Transmittal Form (A) Quality Requirements (A) References (A) Temporary Facilities and Controls (A) Product Requirements (A) Execution (A) Construction Waste Management and Disposal (A) Closeout Procedures (A) Operation and Maintenance Data (A) Project Record Documents (A) DIVISION 02 EXISTING CONDITIONS Selective Demolition (A) DIVISION 03 DIVISION 25 NOT USED Table of Contents

10 DIVISION 26 ELECTRICAL Electrical General (E) Low-Voltage Power Conductors and Cables (E) Grounding and Bonding for Electrical Systems (E) Raceways, Outlet Boxes, and Junction Boxes for Electrical Systems (E) Disconnects and Separately-Mounted Circuit Breakers (E) DIVISION 27 DIVISION 49 NOT USED END OF SECTION Table of Contents

11 DOCUMENT LIST OF DRAWING SHEETS 1.1 LIST OF DRAWINGS A. Drawings: Drawings consist of the Contract Drawings and other drawings listed on the Table of Contents page of the separately bound drawing set titled HVAC Replacement, Quitman County Schools, dated 28 April 2016, as modified by subsequent Addenda and Contract modifications. B. List of Drawings: Drawings consist of the following Contract Drawings and other drawings of type indicated: General G1 Cover Sheet General Index & Project Information Mechanical M-101 Elementary Mechanical Roof Plan M-102 High School Mechanical Roof Plan M-201 Mechanical Schedules Electrical E1.0 Elementary Electrical Plan E2.0 High School Electrical Plan END OF DOCUMENT List of Drawing Sheets

12

13 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS

14

15 SECTION ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids will be received for the projects named below by the Quitman County School District until 2:00 P.M. on Thursday, May 26, 2016, and then publicly opened and read aloud. Single stipulated sum bids will be received for all work required by the contract documents in accordance with the Instructions to Bidders. Location for Receipt of Bids: Dr. Evelyn Jossell, Superintendent of Schools Quitman County School District 1362 Martin Luther King Drive Marks, Mississippi Contract Documents consisting of Plans and Specifications Entitled: HVAC Replacement Quitman County Schools Project Number: Plans and specifications may be examined at the office of the Architect. Plans and specifications may be obtained from the office of the Architect as set out below: a. Bid documents are being made available via original paper copy or digital CD. Plan holders are required to register and order bid documents at Bid documents are non-refundable and must be purchased through the website. All plan holders are required to have a valid address for registration. Questions regarding website registration and online orders please contact Plan House Printing, 607 W. Main Street, Tupelo, MS 38804, (662) b. Bid Documents will only be made available to plan holders as entire documents. Partial sets will not be issued. Proposals must be delivered in a sealed envelopes marked plainly on the outside of the envelopes with the following: HVAC REPLACEMENT, QUITMAN COUNTY SCHOOLS PROJECT NUMBER to be opened on May 26, 2016; addressed to Dr. Evelyn Jossell, Superintendent of Schools, Quitman County School District, 1362 Martin Luther King Drive, Marks, MS In addition the envelope shall list the bidders Company Name, Company Address and all applicable state and local license and registration numbers of the bidder. Envelopes not so marked are submitted entirely at the risk of the bidder as the Owner and Architect assume no responsibility for the premature opening of any bid envelope by any employee of the Owner or Architect. Proposals shall be submitted in duplicate only upon the blank proposal forms provided with the specifications and must be accompanied by Proposal Security in the form of Certified Check or acceptable Bid Bond in the amount equal to at least five percent (5%) of the Base Bid: such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the proposal, execute a contract and post Performance and Payment Bonds in the form and amount within the time specified. The Bid Bond, if used, shall be payable to the Owner. Advertisement for Bids

16 Bid proposals must be received on or before the scheduled time for opening of bids and no bid may be withdrawn after the declared closing time for the receipt of bids for a period of sixty (60) days. All bids submitted in excess of $50,000 by a Prime or Subcontractor to do any erection, building, construction, repair, maintenance, or related work must comply with the Mississippi Contractors Act of 1985, by securing a Certificate of Responsibility from the State Board of Contractors. The Owner reserves the right to waive any irregularities, the right to reject any or all bids and the option to postpone action and final decision for a period of up to sixty (60) days. OWNER: Quitman County School District 1362 Martin Luther King Drive Marks, MS ARCHITECT: Dale Bailey, an Association One Jackson Place, Suite E. Capitol Street Jackson, MS Phone: Fax: Contact Candy Failor regarding questions candyfailor@dalepartners.com DATES OF ADVERTISEMENT: 28 April May 2016 END OF SECTION Advertisement for Bids

17 SECTION INSTRUCTIONS TO BIDDERS PART 1 - GENERAL 1.1 STANDARD AIA INSTRUCTIONS TO BIDDERS A. The Instructions to Bidders to be used in the bidding of this project shall be the American Institute of Architects AIA Document A701- Instructions to Bidders (1997 Edition), Articles 1 through 8, inclusive. All Bidders shall be fully cognizant of the scope, meaning, and interpretations of the contents of AIA Document A701. B. If Bidders are not thoroughly familiar with the contents of AIA Document A701, the Bidders may examine a copy of AIA Document A701 on file at the Architect s office or the Bidder can purchase a copy of the document from the American Institute of Architects, 1735 New York Avenue, NW, Washington, DC Telephone (800) C. Submission of a bid shall imply that the Bidder fully understands the contents of AIA Document A701, and that his bid is in compliance therewith. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Instructions to Bidders

18

19 SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS PART 1 - Supplementary Instructions to Bidders 1.1 INSTRUCTIONS TO BIDDERS A. Instructions to Bidders for Project consist of the following: 1. AIA Document A701, "Instructions to Bidders." 2. The following Supplementary Instructions to Bidders that modify and add to the requirements of the Instructions to Bidders. 1.2 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS, GENERAL A. The following supplements modify AIA Document A701, "Instructions to Bidders." Where a portion of the Instructions to Bidders is modified or deleted by these Supplementary Instructions to Bidders, unaltered portions of the Instructions to Bidders shall remain in effect. 1.3 ARTICLE 2 - BIDDER'S REPRESENTATIONS A. Add Section : The Bidder has investigated all required fees, permits, and regulatory requirements of authorities having jurisdiction and has properly included in the submitted bid the cost of such fees, permits, and requirements not otherwise indicated as provided by Owner. B. Add Section 2.1.5: The Bidder is a properly licensed Contractor according to the laws and regulations of Mississippi and meets qualifications indicated in the Procurement and Contracting Documents. 1.4 ARTICLE 4 - BIDDING PROCEDURES A Preparation of Bids: 1. Add Section 4.1.8: a The Bid shall include unit prices when called for by the Procurement and Contracting Documents. Owner may elect to consider unit prices in the determination of award. Unit prices will be incorporated into the Contract. 2. Add Section 4.1.9: a Owner may elect to disqualify a bid due to failure to submit a bid in the form requested, failure to bid requested alternates or unit prices, failure Supplementary Instructions to Bidders

20 B Submission of Bids: to complete entries in all blanks in the Bid Form, or inclusion by the Bidder of any alternates, conditions, limitations or provisions not called for. 1. Add Section : a Include Bidder's Contractor License Number applicable in Project jurisdiction on the face of the sealed bid envelope. C Modification or Withdrawal of Bids: 1. Add the following sections to 4.4.2: a Owner will consider modifications to a bid written on the sealed bid envelope by authorized persons when such modifications comply with the following: the modification is indicated by a percent or stated amount to be added to or deducted from the Bid; the amount of the Bid itself is not made known by the modification; a signature of the authorized person, along with the time and date of the modification, accompanies the modification. Completion of an unsealed bid form, awaiting final figures from the Bidder, does not require power of attorney due to the evidenced authorization of the Bidder implied by the circumstance of the completion and delivery of the Bid. D Subcontractors, Suppliers, and Manufacturers List Bid Supplement: 1. Add Section 4.6: a Provide list of major subcontractors, suppliers, and manufacturers furnishing or installing products no later than two business days following Architect's request. Include those subcontractors, suppliers, and manufacturers providing work totaling 5 percent or more of the Bid amount. Do not change subcontractors, suppliers, and manufacturers from those submitted without approval of Architect. 1.5 ARTICLE 5 - CONSIDERATION OF BIDS A Rejection of Bids: 1. Add Section 5.2.1: a Owner reserves the right to reject a bid based on Owner's and Architect's evaluation of qualification information submitted following opening of bids. Owner's evaluation of the Bidder's qualifications will include: status of licensure and record of compliance with licensing requirements, record of quality of completed work, record of Project completion and ability to complete, record of financial management including financial resources available to complete Project and record of timely payment of obligations, record of Project site management including Supplementary Instructions to Bidders

21 compliance with requirements of authorities having jurisdiction, record of and number of current claims and disputes and the status of their resolution, and qualifications of the Bidder's proposed Project staff and proposed subcontractors. 1.6 ARTICLE 6 - POSTBID INFORMATION A Submittals: 1. Add Section : a Submit information requested in Sections , , and no later than ten (10) business days following receipt of bids. 1.7 ARTICLE 7 - PERFORMANCE BOND AND PAYMENT BOND A Bond Requirements: 1. Add Section : a Both a Performance Bond and a Payment Bond will be required, each in an amount equal to 100 percent of the Contract Sum. B Time of Delivery and Form of Bonds: 1. Delete the first sentence of Section and insert the following: a. The Bidder shall deliver the required bonds to Owner no later than 10 days after the date of Notice of Intent to Award and no later than the date of execution of the Contract, whichever occurs first. Owner may deem the failure of the Bidder to deliver required bonds within the period of time allowed a default. 2. Delete Section and insert the following: a Bonds shall be executed and be in force on the date of the execution of the Contract. 1.8 ARTICLE 9 - EXECUTION OF THE CONTRACT A. Add Article 9: Owner may deem as a default the failure of the Awardee to execute the Contract and to supply the required bonds when the Agreement is presented for signature within the period of time allowed In the event of a default, Owner may declare the amount of the Bid security forfeited and elect to either award the Contract to the next responsible bidder or re-advertise for bids. END OF SECTION Supplementary Instructions to Bidders

22

23 DOCUMENT BID FORM - STIPULATED SUM (SINGLE-PRIME CONTRACT) 1.4 BID INFORMATION A. Bidder:. B. Project Name: HVAC Replacement, Quitman County Schools. C. Project Location: 1. Quitman County Elementary School, Highway 3 South, Lambert, MS M. S. Palmer High School, 1315 Martin Luther King Drive, Marks, MS D. Owner: Quitman County School District. E. Architect: Dale Bailey, an Association. F. Architect Project Number: CERTIFICATIONS AND BASE BID A. Base Bid, Single-Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, and all subsequent Addenda, as prepared by Dale Bailey, an Association and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above-named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: ($ ). Dollars 1.3 THE ABOVE LUMP SUM PRICE INCLUDES THE FOLLOWING ALLOWANCE: 1. Lump Sum Contingency Allowance: Thirty Thousand Dollars ($30,000.00). 1.5 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within 10 days after a written Notice of Award, if offered within 60 days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as Bid Form - Stipulated Sum (Single-Prime Contract)

24 liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1. Dollars ($ ). B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.6 TIME OF COMPLETION A. The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents on a date specified in a written Notice to Proceed anticipated to be issued by the Architect no later than June 1, 2016, and shall fully complete the Work by October 28, ACKNOWLEDGEMENT OF ADDENDA A. The undersigned Bidder acknowledges receipt of and use of the following Addenda in the preparation of this Bid: 1. Addendum No. 1, dated. 2. Addendum No. 2, dated. 3. Addendum No. 3, dated. 4. Addendum No. 4, dated. 1.8 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form Supplement - Bid Bond Form (AIA Document A310). 1.9 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in Mississippi, and that all fees, permits, etc., pursuant to submitting this proposal have been paid in full. Bid Form - Stipulated Sum (Single-Prime Contract)

25 1.10 SUBMISSION OF BID A. Respectfully submitted this day of, 20. B. Submitted By. (Name of bidding firm or corporation) C. Authorized Signature:. (Handwritten signature) D. Signed By:. (Type or print name) E. Title. (Owner/Partner/President/Vice President). F. Street Address. G. City State, Zip. H. Phone:. I. License No.:.. END OF DOCUMENT Bid Form - Stipulated Sum (Single-Prime Contract)

26

27 DOCUMENT BID SECURITY FORMS 1.1 BID FORM SUPPLEMENT A. A completed bid bond form is required to be attached to the Bid Form. 1.2 BID BOND FORM A. AIA Document A310, "Bid Bond," is the recommended form for a bid bond. A bid bond acceptable to Owner, or other bid security as described in the Instructions to Bidders, is required to be attached to the Bid Form as a supplement. B. Copies of AIA standard forms may be obtained from The American Institute of Architects; docspurchases@aia.org; (800) END OF DOCUMENT Bid Security Forms

28

29 DOCUMENT AGREEMENT FORM PART 1 - GENERAL 1.1 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR A. The Agreement between the Owner and the Contractor will be executed on AIA Document A101 - Standard Form of Agreement between Owner and Contractor (2007 Edition). The Contractor shall be fully cognizant of the scope, meaning, and interpretations of the Agreement. The Contractor shall be responsible for full compliance with the terms of the Agreement. B. An example copy of the Agreement is included in the Project Manual immediately following this Section. C. Submission of a bid shall imply that the Bidder fully understands the terms of the Agreement and is willing to execute this type of contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF DOCUMENT Agreement Form

30

31 DOCUMENT BONDS AND CERTIFICATES PART 1 GENERAL 1.1 GENERAL REQUIREMENTS A. The Performance Bond and the Labor and Material Payment Bond shall be executed on statutory forms conforming to the requirements of the State of Mississippi and acceptable to the Owner. B. Unless required otherwise by the Owner, comply with the following AIA Documents. The Bidder can purchase the document(s) from the American Institute of Architects, 1735 New York Avenue, NW, Washington, DC Telephone (800) PERFORMANCE AND PAYMENT BONDS A. Execute required Performance Bond in accordance with AIA Document A312, 2010 Edition. B. Execute required Payment Bond in accordance with AIA Document A312, 2010 Edition. 1.3 CERTIFICATES OF INSURANCE A. Execute required certificates of insurance in accordance with Article 11.1, Paragraph of the General Conditions. B. Supplemental Attachment for Accord Certificate of Insurance 25-S: AIA Document G715, 1991 Edition. 1.4 CONTRACT CLOSEOUT CERTIFICATES A. Certificate of Substantial Completion: AIA Document G704, 2000 Edition. B. Contractor's Affidavit of Payment of Debts and Claims: AIA Document G706, 1994 Edition. C. Contractor's Affidavit of Release of Liens: AIA Document G706A, 1994 Edition. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF DOCUMENT Bonds and Certificates

32

33 DOCUMENT GENERAL CONDITIONS PART 1 - GENERAL 1.1 DESCRIPTION. A. The American Institute of Architects AIA DOCUMENT A , General Conditions of the Contract for Construction, Articles 1 through 15 inclusive, except as may be added to or modified herein, is hereby made a part of the Contract Documents. For brevity, AIA DOCUMENT A is also referred to in the Contract documents as the General Conditions. B. During the Bidding Period, a copy of AIA Document A201 will be available for examination at the Architect's office, or a copy (or copies) may be purchased by the Bidder from the American Institute of Architects, 1735 New York Avenue, NW, Washington, DC Telephone (800) All Bidders shall be fully cognizant of the scope, meaning, and interpretations of AIA Document A201 prior to submitting bids. Submission of a bid shall imply that the Bidder fully understands the contents of AIA Document A201 and would fully comply therewith.) C. All persons intending to provide goods or services in connection with this Work are required to read and understand the referenced document prior to proceeding. D. See Document Supplementary Condition. In the event of a conflict between the AIA DOCUMENT A , General Conditions of the Contract for Construction, and Document Supplementary Conditions, Document shall control even if the conflicting provision in the AIA DOCUMENT A General Conditions of the Contract for Construction is not expressly deleted or revised by reference in Document PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF DOCUMENT General Conditions

34

35 DOCUMENT SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 INTRODUCTION A. The following supplements modify the General Conditions of the Contract for Construction, AIA Document A Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. 1.2 SUPPLEMENTS A. ARTICLE 1; GENERAL PROVISIONS INSTRUMENTS OF SERVICE Add Clause to Paragraph 1.1.7: The Project Manual is a volume assembled for the Work which may include the bidding requirements, sample forms, Conditions of the Contract and Specifications. 1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS Add Clause to Subparagraph 1.2.1: In the event of an inconsistency between Drawings and Specifications or within either Document not clarified by addendum, the better quality or greater quantity of Work shall be provided in accordance with the Architect's interpretation. Should the Contractor observe any inconsistency within the Contract Documents, he shall bring them to the Architect's attention for resolution as soon as possible after originally observed. B. ARTICLE 2; OWNER Delete Subparagraph and Replace with the following subparagraph The Contractor will be furnished free of charge with up to 15 copies of the plans and specifications, including all Addenda. Printing of additional sets will be at the Contractor s expense. The Architect will supply the Contractor with an electronic copy of the plans, specifications and Addenda in PDF format when requested for the purposes of making reproductions pursuant to Section C. ARTICLE 3; CONTRACTOR Supplementary Conditions

36 3.4 LABOR AND MATERIALS Add Subparagraph to Paragraph After the Contract has been executed, the Owner and the Architect will consider requests for the substitution of products in place of those specified only under the conditions set forth in the General Requirements (Division 1 of the Specifications). By making requests for substitutions, the Contractor:.1 represents that the Contractor has personally investigated the proposed substitute product and determined that it is equal or superior in all aspects to that specified..2 represents that the Contractor will provide the same warranty for the substitution as the Contractor would have provided for the product specified..3 certifies that the cost data presented is complete and includes all related costs for the substituted product and for Work that must be changed as a result of the substitution, except for the Architect s redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and.4 shall coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. D. ARTICLE 7; CHANGES IN THE WORK 7.1 GENERAL Add the following Subparagraph to Paragraph 7.1: The combined overhead (overhead includes general home office, field personnel, superintendents, and all costs attributable to field and office personnel), taxes (including Mississippi's 3.5 percent gross receipts tax), insurance and profit included in the total cost to the Owner of a change in the Work shall be based on the following schedule:.1 For the contractor, the Work performed by the Contractor s own forces, fifteen percent of the cost..2 For the Contractor, for Work performed by the Contractor s Subcontractors, ten percent of the amount due the Subcontractor..3 For each Subcontractor or Sub-subcontractor involved, for Work performed by that Subcontractor s or Sub-subcontractor s own forces, fifteen percent of the cost..4 For each Subcontractor involved, for Work performed by the Subcontractor s Sub-subcontractor, ten percent of the amount due the Sub-subcontractor..5 Cost to which overhead and profit is to be applied shall be determined in accordance with Subparagraph Supplementary Conditions

37 .6 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. Labor and materials shall be itemized in the manner prescribed above. Where major cost items are Subcontracts, they shall be itemized also. In no case will a change involving an amount over Five Hundred Dollars be approved without such itemization. E. CONSTRUCTION CHANGE DIRECTIVES Add the following sentence to Clause : The cost or credit to the Owner resulting from a change in the work shall calculated in the same manner as described in Subparagraph (above). Delete Clauses and Delete Subparagraph entirely. F. ARTICLE 9; PAYMENTS AND COMPLETION 9.3 APPLICATIONS FOR PAYMENT Add the following sentence to Subparagraph 9.3.1: The form of Application for Payment, duly notarized, shall be a current authorized edition of AIA Document G , Application and Certificate for Payment, supported by a current authorized edition of AIA Document G , Continuation Sheet. Add the following Clauses and to 9.3.1: The Owner will retain five percent (5%) until the Work is at least fifty percent (50%) complete, on schedule, and satisfactory in the Architect s opinion, at which time fifty percent (50%) of the retainage held to date shall be returned to the Contractor for distribution to the appropriate Sub-Contractors and Suppliers. Future retainage shall be withheld at the rate of two and one half percent (2 1/2%) of the amount due the Contractor on account of progress payments The Contractor must submit each month, with the Application for Payment, a separate letter stating that he is requesting an extension of time or that he has no need for an extension for that period of time. No payment on a monthly application of payment will be made until the letter is received. Complete justification, such as weather reports and other pertinent correspondence must be included for each day's request for extension. A Contractor's letter or statement will not be Supplementary Conditions

38 considered as adequate justification. The receipt of this request and data by the Owner will not be considered as Owner approval in any way." 9.5 DECISIONS TO WITHHOLD CERTIFICATIONS Add the Following Clauses , and to Subparagraph Failure to properly coordinate all phases of the work; Failure to verify that all materials, equipment, and work in full accordance with the Contract Documents; Failure to comply with the specified submittal procedures. 9.6 PROGRESS PAYMENTS Add the Following Subparagraph to Paragraph The amount retained by the Contractor from each payment to each subcontractor and material supplier shall not exceed the percentage retained by the Owner from the Contractor. Add the following new Paragraph LIQUIDATED DAMAGES Liquidated Damages: Time being of the essence of this Contract and a matter of material consideration thereof, a reasonable estimate in advance is established to cover losses incurred by the Owner if the Project is not substantially complete on the date set forth in the Contract Documents. The Contractor and his Surety, if any, will be liable for and shall pay the Owner the sums hereinafter stipulated as fixed and agreed as liquidated damages for each calendar day of delay until the Work is substantially complete. The Contractor and his Surety acknowledge that the Owner s losses caused by the Contractor s delay are not readily ascertainable and that the amount estimated per day for liquidated damage is reasonable and is not a penalty. The amount established per day for liquidated damage is Five Hundred Dollars ($ ) G. ARTICLE 11 - INSURANCE AND BONDS 11.1 CONTRACTOR LIABILITY INSURANCE Delete the semicolon at the end of Clause and add:, including private entities performing Work at the site and exempt from the coverage on account of number of employees or occupation, which entities shall maintain voluntary compensation coverage at the Supplementary Conditions

39 same limits specified for mandatory coverage at the same limits specified for mandatory coverage for the duration of the Project, Delete the semicolon at the end of Clause and add: or persons or entities excluded by statute from the requirements of Clause but required by the Contract Documents to provide the insurance required by that Clause, Add the following Clauses and to Subparagraph : Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including:.1 Premises Operations (including X, C and U coverages as applicable)..2 Independent Contractors Protective.3 Products and Completed Operations..4 Personal Injury Liability with Employment Exclusion deleted.5 Contractual, including specified provision for Contractor s obligation under paragraph Owned, non-owned and hired motor vehicles..6 Broad Form Property Damage including Completed Operations If the General Liability coverages are provided by a Commercial General Liability Policy on a claims-made basis, the policy date or Retroactive Date shall predate the Contract; the termination date of the policy or applicable extended reporting period shall be earlier than the termination date of coverages required to be maintained after final payment, certified in accordance with Subparagraph Add the following Clause to : The insurance required by Subparagraph shall be written for not less than the following limits, or greater if required by law:.1 GENERAL LIABILITY (Commercial General Liability Including XCU): (a) General Aggregate: $1,000,000 Aggregate. (b) Products & Completed Operations: $1,000,000 Aggregate. (c) Personal & Advertising Injury: $1,000,000 Per Occurrence. (d) Bodily Injury & Property Damage: $1,000,000 Per Occurrence. (e) Fire Damage Liability: $50,000 Per Occurrence. (f) Medical Expense: $5,000 Per Person..2 OWNERS & CONTRACTORS PROTECTIVE LIABILITY: Supplementary Conditions

40 (a) Bodily Injury and Property Damage: $1,000,000 Per Occurrence.3 AUTOMOBILE LIABILITY (Owned, Non-owned & Hired Vehicles): (a) Bodily Injury and Property Damage (Combined Single Limit): $1, Per Occurrence..4 EXCESS LIABILITY (a) Bodily Injury & Property Damage (Combined Single Limit): $2,000,000 Per Occurrence..5 WORKERS COMPENSATION: (As Required by Statute) EMPLOYERS LIABILITY: (a) (b) (c) Accident: $100,000 Per Occurrence. Disease: $ Policy Limit. Disease: $100,000 Per Employee..6 PROPERTY INSURANCE: (a) General Builder s Risk: Equal to Value of Work. Modify the last sentence of Subparagraph to read as follows: Information concerning modification or reduction of coverage shall be furnished by the Contractor to the Owner with reasonable promptness and in accordance with the Contractor's reasonable information and belief." Add the following Clause to Subparagraph ; If this insurance is written on a Commercial General Liability policy form, the certificates shall be ACORD form 25-S, completed and supplemented in accordance with AIA Document G , Instruction Sheet and Supplemental Attachment for ACORD Certificate of Insurance 25-S. Add the following Subparagraphs through to Paragraph 11.1: Furnish one (1) copy of the Certificate of Insurance Form for each copy of the Standard Form of Agreement Between the Owner and Contractor, specifically setting forth evidence of all coverage required by subparagraphs , , , and Furnish to the Owner copies of any endorsements that are subsequently issued amending limits of coverage. Supplementary Conditions

41 If the coverage's are provided on a claims-made basis, the policy date or retroactive date shall predate the Contract; the termination date, or the policy, or applicable extended reporting period shall be no earlier than the termination date of coverage required to be maintained after final payment The Owner and the Architect shall be named as an additional insured for the General Liability policy, the Automobile Liability policy, the Employers' Liability policy, and the Property Insurance policy All the Contractor's Insurance policies shall contain a waiver of subrogation for the Owner and the Architect OWNER'S LIABILITY INSURANCE Delete Paragraph 11.2, in its entirety, and insert the following: 11.2 OWNER'S LIABILITY INSURANCE The Contractor shall purchase and maintain such insurance as will protect the Owner from his contingent liability to others for damages because of bodily injury, including death and property damage, which may arise from the operations under his Contract and other liability for damages, which the Contractor is required to insure under any provision of this Contract. Certificate for this insurance shall be filed with the Owner and will be the same limits set forth in The Architect shall be named as additional insured on this policy PROPERTY INSURANCE Modify the first sentence of Subparagraph as follows: Change the words "the Owner shall purchase" to read "the Contractor shall purchase". Add the following sentence: If the Owner is damaged by the failure of the Contractor to purchase and maintain such insurance without so notifying the Owner in writing, then the Contractor shall bear all reasonable costs attributable thereto. Delete Clauses and , in their entirety. Delete Subparagraphs , , , , and , in their entirety. Modify the last two sentences of Subparagraph to read as follows: "The Owner shall deposit in a separate account proceeds so received, which the Owner shall distribute in accordance with such agreement as the parties in interest may reach. If after such loss, no other special agreement Supplementary Conditions

42 is made, replacement of damaged property shall be covered by appropriate change order." Delete Subparagraph , in its entirety and insert the following: The Owner as fiduciary shall have power to adjust and settle a loss with Insurers, unless one of the parties in interest shall object in writing within five (5) days after occurrence of loss PERFORMANCE BOND AND PAYMENT BOND Delete Subparagraph and substitute the following: The Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder. Bonds may be obtained through the Contractor s usual source and the cost thereof shall be included in the Contract Sum. The amount of each bond shall be equal to 100 percent of the Contract Sum. Add the following Clauses and to Subparagraph : The Contractor shall deliver the required bonds to the Owner not later than three days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished The Contractor shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. G. ARCTICLE 12 UNCOVERING AND CORRECTION OF WORK 12.2 CORRECTION OF WORK AFTER SUBSTANTIAL COMPLETION Add the following Clause to Subparagraph : Upon request by the Owner and prior to the expiration of one year from the date of Substantial Completion, the Architect will conduct and the Contractor shall attend a meeting with the Owner to review the facility operation and performance. PART 2 PRODUCTS (Not Used) Supplementary Conditions

43 PART 3 EXECUTION (Not Used) END OF DOCUMENT Supplementary Conditions

44

45 DOCUMENT ADDENDA PART 1 - GENERAL 1.1 ADDENDA A. Any Addendum issued prior to bid date on this Project will be included in Section and become a part of the Standard Form of Agreement between the Owner and the Contractor. B. Acknowledge receipt of Addenda in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. C. The Bidder is responsible for obtaining a copy of each Addendum issued. The Addenda will be posted on the Architect s website. They will also be available for purchase from participating plan rooms. D. Bidders who have contacted the Architect s office and requested to be included on the Bid Registry List will be notified by when an Addendum has been issued to the address provided by the Bidder at registration. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF DOCUMENT Addenda

46

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

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

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 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

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

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

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

More information

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

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

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

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

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

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

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

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

More information

DOCUMENT SUPPLEMENTARY CONDITIONS

DOCUMENT SUPPLEMENTARY CONDITIONS 1.1 GENERAL CONDITIONS DOCUMENT 007300 SUPPLEMENTARY CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management Edition,

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

INSTRUCTIONS TO BIDDERS

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

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

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

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

More information

SECTION SUPPLEMENTARY CONDITIONS

SECTION SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management

More information

Request for Bid/Proposal

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

More information

AIA Document A201 TM 1997

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

More information

NOTICE INVITING SEALED BIDS 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

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

AIA Document A101 TM 2007

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

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

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

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

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

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

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

More information

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

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

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

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

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

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

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

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

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

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

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

More information

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

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

More information

AIA Document A201 TM 1997

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

More information

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

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

More information

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

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

More information

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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

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

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

More information

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

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

More information

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

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

More information

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

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

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

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

More information

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT SECTION 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR The provisions of the following Agreement Between Owner

More information

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

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

More information

AIA Document A101 TM 2007

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

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

MASTER SUBCONTRACT AGREEMENT

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

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

More information

Bid No. B12/9768 February 2, 2012

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

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

Randolph County Schools. Renovations to Third Ward Elementary School

Randolph County Schools. Renovations to Third Ward Elementary School Randolph County Schools Pre-Bid Meeting Notes August 8, 2011; 11:00 a.m. Third Ward Elementary School, 111 Nathan St., Elkins, WV, 26241 This meeting was mandatory for General Contractors, optional for

More information

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

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

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

ADDENDUM 1 TO THE CONSTRUCTION DOCUMENTS FOR HALLE WAREHOUSE - 4TH FLOOR HVAC

ADDENDUM 1 TO THE CONSTRUCTION DOCUMENTS FOR HALLE WAREHOUSE - 4TH FLOOR HVAC PROJECT NO. 60570244 ADDENDUM 1 TO THE CONSTRUCTION DOCUMENTS FOR - 4TH FLOOR HVAC 03-29-2019 PART 1 - GENERAL 1.1 GENERAL A. This Addendum covers changes to the Documents and in closing the Contract will

More information

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

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

More information

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

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

More information

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

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

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

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

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

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

More information

W I T N E S S E T H:

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

More information

Document A201 TM 2007 SP

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

More information

AIA Document A103 TM 2007

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

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

St. Charles City County Library District

St. Charles City County Library District St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

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

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

More information

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: ADDENDUM NO. 1 Coast Community College District PROJECT: GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: This addendum forms a part of the contract documents and modifies

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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 CANOPY REPAIRS AT THE C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 NORTH HANOVER TOWNSHIP BOARD OF EDUCATION 331 Monmouth Road Wrightstown, New Jersey 08562 CONSTRUCTION MANAGER:

More information

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents. Phone 800 555-5555 Fax 999 555-5551 TO: 4320 Eucalyptus Way Santa Rosa CA 95401 SUBCONTRACT PROJECT: 186 Williams Post Office 19420 Williams Rd. Monte Rio CA 95462 This agreement entered into this day

More information

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information