INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

Size: px
Start display at page:

Download "INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:"

Transcription

1 INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: HOMEWOOD-FLOSSMOOR PARK DISTRICT RACQUET & FITNESS CLUB POOL DECK REPAIR 2920 W. 183 RD STREET HOMEWOOD, IL BID OPENING ON: Wednesday, August 9, 2017 TIME: 10:15 a.m. LOCATION OF BID OPENING: HOMEWOOD-FLOSSMOOR PARK DISTRICT GOLDBERG ADMINISTRATION CENTER 3301 FLOSSMOOR RD. FLOSSMOOR, IL BID BOND REQUIRED Any questions please call: Doug Boehm Superintendent of Parks & Planning 708/

2 INVITATION TO BID H-F Racquet & Fitness Club Pool Deck Repair Homewood-Flossmoor Park District 3301 Flossmoor Rd Flossmoor, IL Re: Pool Deck Repair Project Location: H-F Racquet & Fitness Club 2920 W. 183 rd St. Homewood, IL Date: July 20, 2017 INSTRUCTIONS TO BIDDERS: 1. DEFINITIONS The Homewood-Flossmoor Park District and Owners are one and the same. The Owner s representative, Doug Boehm, can be contacted at the Homewood-Flossmoor Park District by phone or (708) , dboehm@hfparks.com. The word contractor or general contractor shall mean the party entering the contract for the performance of the work. 2. EXAMINATION OF DOCUMENTS AND SITE Each Bidder shall visit the site of the proposed work and fully acquaint himself/herself with conditions as they exist so that he/she may fully understand the facilities, difficulties and restrictions attending the execution under the contract. A walk-through will be held at 9:00 a.m. on Wednesday, August 2, Bidder shall thoroughly examine and be familiar with the written specifications. The failure or omission of any Bidder to receive or examine any form, instrument, or to visit the site, and acquaint himself/herself with conditions there existing shall in no way relieve any Bidder from any obligations with respect to his/her bid. By submitting a bid, the bidder agrees and warrants that he/she has examined the site and written specification, and where the specifications require in any part of the work that a given result be produced, that the specifications are adequate and the required result can be produced under the specifications. 3. INTERPRETATIONS All questions about the bid documents need to be submitted in writing to the Homewood-Flossmoor Park District and shall be received on or before 11:00 a.m. on Monday, August 7, Submit questions via to Doug Boehm, dboehm@hfparks.com, fax (708) , or via mail at 3301 Flossmoor Rd., Flossmoor, IL Changes arising out of questions regarding interpretations, clarifications, or correction to the bid documents will be made by addendum. Bidders should not rely on any oral interpretation, clarification or correction made by the Owner, or authorized representative. 4. SUBSTITUTIONS OF MATERIALS All requests for substitutions of materials must be made in writing and received by the Owners at least 10 working days prior to receipt of bids. Each request shall include the name of the material or equipment for which a substitution is requested as well as a complete description including drawings, cuts, performance and test data and any other information necessary for evaluation. The bidder should also include a statement describing any other material, equipment or construction changes that will come about due to the substitution of material. The Owner s decision of approval or disapproval shall be final and the burden of proof of the merit of the proposed substitution is upon the Bidder. If the Owner approves any such substitutions, such approval will be set forth by an addendum, and should not be accepted by the bidder in any other way. 5. SUBMISSION OF BIDS Bidder shall use the proposal form provided, which shall be filled out completely in ink, and in duplicate, and returned in a sealed envelope marked SEALED BID: HOMEWOOD- FLOSSMOOR PARK DISTRICT Pool Deck Repair, the name of the bidder, date and time of opening, and 2

3 address it to the Homewood-Flossmoor Park District, 3301 Flossmoor Road, Flossmoor, Illinois, 60422, Attention: Doug Boehm. Bids shall be received on or before 10:15 a.m. on Wednesday, August 9, 2017 at which time the bids will be opened and publicly read out loud. 6. MODIFICATION OR WITHDRAWL OF BIDS No bid may be modified, withdrawn, or cancelled by the bidder during the stipulated time period following the time and date for the receipt of bids, and the bidder so agrees to this by submitting a bid. Prior to the date designated for the receipt of bids, bids submitted early may be modified or withdrawn only by the notice of the Owner and must be done at the place designated for the receipt of bids, and must be completed by the time designated for the receipt of bids. Bid security shall be in an amount to reflect the amount of the modified bid. 7. SUBMISSION OF POST BID INFORMATION Upon the request of the Owner, the selected bidder shall submit within seven days thereafter any of the following: 1. Statement of cost for each major item of work included in the bid. 2. Designation of the work to be performed by the bidder with his own forces. 3. A list of names of subcontractors, suppliers, organizations, etc. that will be providing services, materials or equipment for the project. The bidder will be required to establish to the satisfaction of the Owner the reliability and responsibility of and such persons or organizations. The Owner has the right to not accept any of the persons or organizations based on reasonable and substantial objection. In this case at the option of the bidder they may withdraw their bid without forfeiture of their bid security. If the bidder submits an acceptable substitute at an increase in their bid, due to the price difference to cover the substitution, it is at the discretion of the Owner to accept the increased bid price or they may disqualify the bidder. Subcontractors or other persons or organizations proposed by the bidder and accepted by the Owner shall not be changed except with written approval from the Owner and Architect. 8. QUALIFICATION OF BIDDERS The Contractor bidding this project shall be actively engaged in work of the nature of the project described. He/she must be able to show that he/she has adequate laborers and materials to do the work outlined in these specifications, and to perform the work within the specified time limit. The following information must be attached to the proposal form. Failure to do so may result in disqualification of the bidder. On a separate sheet, list all construction projects your organization has in progress, giving the name of the project, project address, owner and telephone number and schedule completion date, along with previously completed projects (within the past 5 years) similar in scope. 9. AWARD OF CONTRACT The Commissioners of the Homewood-Flossmoor Park District will accept or reject bids thirty (30) days after bid opening, and reserves the right to accept or reject any or all bids, or to combine or separate any section of work if it be in the best public interest. The Board of Park Commissioners reserves the right to waive any technicalities and irregularities in the bids. Bids may not be withdrawn during this period. The contract to be used is the current version of AIA contract A-107, or its replacement contract, either of which will be modified by the Owner. 10. SURETY An amount equal to 10% of the bid price in the form of bid bond, certified check, or cashier s check made payable to the Homewood-Flossmoor Park District, shall accompany each bid as a proposal guarantee. Rejected bidder s surety will be returned after decision to accept or reject bids by the Board of Commissioners. The accepted bidder s surety shall be returned upon receipt of an acceptable Performance Bond, Labor and Materials/Payment Bond (if the amount of the bid is $50, or more), Warranty or Maintenance Bond and a certificate of insurance all in favor of and naming the Homewood-Flossmoor Park District as additional insured. The accepted bidder shall furnish prior to beginning work a Performance Bond, and Labor and Materials/Payment Bond in the amount of 110% of the contract, using a form similar to the AIA-A311 form, or one acceptable to owner, co-signed by a surety company with at least an A rating and a financial rating of at least X in the latest edition of the Best Insurance Guide. The Performance Bond and Labor and Material Payment Bond will become a part of the Contract, and must provide coverage which includes all statutory requirements regarding labor and wages, including payment of Prevailing Wages. The failure of the successful bidder to enter into Contract and Supply the required Bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Homewood- Flossmoor Park District may grant, shall constitute default, and the Homewood-Flossmoor Park District may either award the contract to the next responsible bidder, or re-advertise for bids. A charge against the 3

4 defaulting bidder may be made for the difference between the amount of the bid and the amount for which a Contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guarantee. GENERAL REQUIREMENTS 1. LAYOUT OF WORK Together with the contractor, the owner shall mark the limits of the construction site. It shall be the responsibility of the contractor to verify all existing conditions and dimensions. Cooperate with the owner in keeping the facility in operation. Repair any damage to the facility, turf or landscaping resulting from the performance of work under contract. 2. QUALITY OF MATERIALS All materials specified are to be new, clean, and free from defects. Where the product and material of a particular manufacturer is specified, it is intended that the proposal be submitted by the Contractor include that particular product or material. 3. ELECTRICAL POWER AND STORAGE Owner shall furnish electrical power and water if required. Owner will allow for reasonable product and equipment storage if needed. 4. PROTECTION OF THE PUBLIC The Contractor shall erect barricades and warning lights to the extent required by the Owner for the protection of the public and environment. The Racquet and Fitness Club shall remain open to the public during its regular business hours. 5. PROTECTION OF THE WORK It is the responsibility of the Contractor to adequately protect his work from vandalism, weather and accidents of damage until the work is accepted by the owner. 6. PROTECTION OF PROPERTY AND CLEAN-UP All work, completed or otherwise, shall be properly protected at all times. Contractor shall follow all accepted methods of safety practice and provide all fences, barricades, etc. as may needed to protect life and property and as may be required by authorities having jurisdiction over this work. He shall repair at his own cost any damages to the premises or adjacent work caused by his operation. 7. PERMITS & CODE REQUIREMENTS All work shall conform with the requirements of the Village of Homewood, Cook County, International Building Code 2003, local zoning codes, National Electric Code, NFPA, OSHA, those set forth elsewhere in the Scope of Work/ Specifications, and all other applicable codes, rules and regulations all in their latest edition of all authorities having jurisdiction over work of this type, including the rules and regulations of the Owner. All permits, inspections, approvals, etc., shall be applied for and paid for by the Contractor in all fields of his work, and shall be responsible for the coordination of inspections and approvals of his work. Building permits shall be obtained by the Contractor. The Contractor shall also comply with all rules and regulations of the Illinois EPA regarding disposal of Clean Construction and Demolition Debris, and will provide the location of the approved dumpsite where any such materials, including but not limited to asphalt, will be taken. 8. LAWS AND CERTIFICATION The Contractor shall at all times observe and comply with all Federal, State, and Local laws, regulations and ordinances which in any manner affect the conduct of the work, including, but not limited to the following: (a) the Drug Free Workplace Act (30 ILCS 580/1 et seq.); (b) the Illinois Human Rights Act (775 ILCS et seq.), including APPENDIX A Equal Employment Opportunity Clause (44 Ill. Adm.Code 750. App.A) copy attached; and will have in place a no-harassment policy pursuant to said Act; (c) the Homewood-Flossmoor Park District Ethics Ordinance #466; (d) the United States Equal Employment Opportunity Act. Any complaint, claim or action brought against the Contractor for failing to observe or comply with any law, ordinance, or regulation shall be the sole responsibility of the Contractor and shall in no way extend to or expose the Owner liability and the Contractor shall indemnify and hold harmless the Owner from any and all such complaints, claims, or actions All workmanship and materials shall conform and comply with the requirements of the building ordinances and rules and regulations of all departments and bureaus of the county, city and state having lawful jurisdiction. WAGES AND RATES: In all work performed under this Contract the Contractor and all of its subcontractors shall comply with the provisions of AN ACT regulating 4

5 wages of laborers, mechanics and other workers employed in any public works by the state, county, city or any public body or any political subdivision or by anyone under contract for public works (820 ILCS 130/1 et seq.) The contractor shall not pay less than the rates of wages prevailing in the District as determined by the Illinois Department of Labor to all laborers, mechanics and workers performing any work under this Contract. The Contractor shall require all of its subcontractors to comply with the requirements of the preceding paragraph, which shall be incorporated in each and every subcontract for all or any portion of the work. Prevailing wage rates are revised from time-to-time by the Illinois Department of Labor, and those rates are available at the Department s official website. ILLINOIS WORKERS: The Contractor shall comply with all requirements of 30 ILCS 570/1 et. seq., with reference to Employment of Illinois Workers on Public Works Project Act. The Contractor shall submit a certificate as required by the Illinois Criminal Code, 720 ILCS 5/33E, et seq. SUBSTANCE ABUSE PREVENTION: the Contractor shall comply with the Substance Abuse Prevention on Public Works Act (820 ILCS 265, et. Seq.). 9. CHANGE ORDERS Minor field changes to facilitate ease of construction in the best interest of the Owner may be made in the field by the Park District Representative, with the understanding of both parties that no change in contract price or time for performance are involved. Where proposed changes involve a modification to (I) the Contract Sum; (ii) the contract time, or (iii) material change in the work (i.e., other than minor field changes) a written change order shall be prepared by the Contractor. It shall be a condition precedent to the acceptance of any change order which involves an increase exceeding the legal limits set by the state statutes in value or time that the Board of Commissioners of the Homewood-Flossmoor Park District shall approve such written change orders prior to any change taking place. 10. PAYMENT The Contractor may present monthly requests for payment, pursuant to the terms of the contract, based on cost of labor and material incorporated in the work. The request for payment shall include a Sworn Statement and shall show relative amount of each item completed. Partial Waivers of Lien, including for first payout, from Contractors, Subcontractors and Material Suppliers are required for monthly payout. Payments will be made within approximately thirty (30) days after review by the Owner. Notwithstanding anything to the contrary contained in the contract documents, payouts are to be made by checks payable to the Contractor. By the 10 th day of each month and with all payment requests, the Contractor MUST submit a notarized, certified payroll, pursuant to Illinois law, and as approved by the Illinois Department of Labor stating the wages paid to each craft of employee and all other required information. Final Payment will be made within approximately thirty (30) days of final inspection and approval and receipt of all waivers, sworn statements, guarantee statements, and other documents set forth in the Contract Documents. No payment will be processed without all proper documentation. 11. INSURANCE REQUIREMENTS FOR CONTRACTORS BIDDERS A TTENTION IS DIRECTED TO THE INSURANCE REQUIREMENTS BELOW. IT IS HIGHLY RECOMMENDED THAT BIDDERS CONFER WITH THEIR RESPECTIVE INSURANCE CARRIERS OR BROKERS TO DETERMINE IN ADVANCE OF BID SUBMISSION, THE AVAILABILITY OF INSURANCE CERTIFICATES AND ENDORSEMENTS AS PRESCRIBED AND PROVIDED HEREIN. IF AN APPARENT LOW BIDDER FAILS TO COMPLY STRICTLY WITH THE INSURANCE REQUIREMENTS, THAT BIDDER MAY BE DISQUALIFIED FROM AWARD OF THE CONTRACT. Contractor shall obtain insurance of the types and in the amounts listed below. A. Commercial General and Umbrella Liability Insurance. Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to this project/location. CGL insurance shall be written on Insurance Services Office (ISO) occurrence form CG , or a substitute form providing equivalent coverage, and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). Owner shall be included as an insured under the CGL, using ISO additional insured endorsement CG or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance afforded to Owner. Any insurance or self-insurance maintained by Owner shall be excess of the Contractor s insurance and shall not contribute with it. There shall be no endorsement or modification of the CGL limiting the scope of 5

6 coverage for liability arising from pollution, explosion, collapse, or underground property damage. B. Continuing Completed Operations Liability Insurance. Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each occurrence for at least three years following substantial completion of the work. Continuing CGL insurance shall be written on ISO occurrence form CG , or substitute form providing equivalent coverage, and shall, at minimum, cover liability arising from products-completed operations and liability assumed under an insured contract. Continuing CGL insurance shall have a products-completed operations aggregate of at least two times its each occurrence limit. Continuing commercial umbrella coverage, if any, shall include liability coverage for damage to the insured s completed work equivalent to that provided under ISO form CG C. Business Auto and Umbrella Liability Insurance. Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of any auto including owned, hired and non-owned autos. Business auto insurance shall be written on Insurance Services Office (ISO) form CA 00 01, CA 00 05, CA 00 12, CA 00 20, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage equivalent to that provided in the 1990 and later editions of CA D. Workers Compensation Insurance. Contractor shall maintain workers compensation as required by statute and employers liability insurance. The commercial umbrella and/or employers liability limits shall not be less than $1,000,000 each accident for bodily injury by accident or $1,000,000 each employee for bodily injury by disease. If Owner has not been included as an insured under the CGL using ISO additional insured endorsement CG under the Commercial General and Umbrella Liability Insurance required in this Contract, the Contractor waives all rights against Owner and its officers, officials, employees, volunteers and agents for recovery of damages arising out of or incident to the Contractor s work. E. General Insurance Provisions 1. Evidence of Insurance Prior to beginning work, Contractor shall furnish Owner with a certificate(s) of insurance and applicable policy endorsement(s), executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements set forth above. All certificates shall provide for 30 days written notice to Owner prior to the cancellation or material change of any insurance referred to therein. Written notice to Owner shall be by certified mail, return receipt requested. Failure of Owner to demand such certificate, endorsement or other evidence of full compliance with these insurance requirements or failure of Owner to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor s obligation to maintain such insurance. Owner shall have the right, but not the obligation, of prohibiting Contractor or any subcontractor from entering the project site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by Owner. Failure to maintain the required insurance may result in termination of this Contract at Owner s option. With respect to insurance maintained after final payment in compliance with a requirement above, an additional certificate(s) evidencing such coverage shall be promptly provided to Owner whenever requested. Contractor shall provide certified copies of all insurance policies required above within 10 days of Owners written request for said copies. 2. Acceptability of Insurers For insurance companies which obtain a rating from A.M. Best, that rating should be no less than A VII using the most recent edition of the A.M. Best s Key Rating Guide. If the Best s rating is less than A VII or a Best s rating is not obtained, the Owner has the right to reject insurance written by an insurer it deems unacceptable. 3. Cross-Liability Coverage If Contractor s liability policies do not contain the standard ISO separation of insured s provision, or a substantially similar clause, they shall be endorsed to provide cross-liability coverage. 4. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to the Owner. At the option of the Owner, the Contractor may be asked to eliminate such deductibles or self-insured retentions as respects the Owner, its officers, officials, employees, volunteers and agents or required to procure a bond guaranteeing 6

7 payment of losses and other related costs including but not limited to investigations, claim administration and defense expenses. 5. Subcontractors Contractor shall cause each subcontractor employed by Contractor to purchase and maintain insurance of the type specified above. When requested by the Owner, Contractor shall furnish copies of certificates of insurance evidencing coverage for each subcontractor. F. Indemnification. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and their officers, officials, employees, volunteers and agents from and against all claims, damages, losses and expenses including but not limited to legal fees (attorney s and paralegals fees and court costs), arising out of or resulting from the performance of the Contractor s work, provided that any such claim, damage, loss or expense (i) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, other than the work itself, including the loss of use resulting there from and (ii) is caused in whole or in part by any wrongful or negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except to the extent caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. Contractor shall similarly protect, indemnify and hold and save harmless the Owner, its officers, officials, employees, volunteers and agents against and from any and all claims, costs, causes, actions and expenses including but not limited to legal fees, incurred by reason of Contractor s breach of any of its obligations under, or Contractor s default of, any provision of the Contract. 12. GUARANTEE Except as otherwise specified, the Contractor shall guarantee workmanship and materials, for one year, from date of final payment by the Owner. Any manufacturers warranties or guarantees shall be assigned to the Owner. The work shall be left in perfect order at completion and acceptance. Neither the final payment nor the termination of the guarantee period, nor any provision in the Contract document shall relieve the Contractor of the responsibility for negligence, faulty materials, or workmanship within the extent and period provided by law, and upon written notice he/she shall remedy any defects due thereto, and shall pay all expenses for any damage to other work resulting there from. If the Drawings and/or Specifications provide for methods of construction, installation, materials, etc., which the Contractor cannot guarantee for the indicated period, it shall be the responsibility of the Contractor to so inform the Owner in writing before submitting his/her bid. Otherwise, the Contractor shall be held responsible to provide the method of construction, installation, materials, etc., which will be guaranteed for the indicated period of time. Any discrepancies found between the drawings and written specifications and site conditions or any errors, omissions or ambiguities in the drawings or written specifications shall be immediately reported to the Park District Representative. 13. SELECTION OF SUBCONTRACTORS Selection of subcontractors is subject to the Owner s review prior to awarding of Contract. The General Contractor must submit a list of his proposed subcontractors with the submission of this bid, as well as evidence that those subcontractors requested to be afforded the opportunity to bid have had that opportunity and have responded. 14. COMPLETION OF ALL WORK All work, as either implied or reasonably inferable from the contract documents and specifications shall be the responsibility of the Contractor. All specifications are directed to the attention of the Contractor and the inclusion of any work by mention, note, detail, itemization or implication, however brief, means that the Contractor shall provide and install same. All work performed shall include all appurtenances and apparatus normally deemed to be a part of a completed package within the definitions of normal industry standards. 15. INSPECTION BY CONTRACTOR The Contractor shall familiarize himself with the project through inspection of the site, drawings, and the specifications, so as to thoroughly understand the work. Any and all discrepancies and omissions shall be reported to the Owner prior to commencement of any work. It is the responsibility of the Contractor to insure that discrepancies or omissions are reported and clarification obtained from the Owner prior to work being 7

8 done. Any work that proceeds otherwise shall be, if incorrectly performed, replaced or repaired with the cost for same being borne by the Contractor. He shall verify all dimensions for coordination. 16. SUPERVISION The Contractor is to provide a full-time superintendent on the project to coordinate all subcontractors work and supervise the daily activity of the project as well as maintain the site in a safe clean manner. 17. SITE CONDITIONS All Contractors work shall be performed in a first-class, workmanlike manner, cutting, patching, matching and aligning all surfaces where applicable to afford a finished neat appearance. Contractor shall clean all surfaces free of dirt and refuse caused by debris from all installation techniques of the trade. All adjacent surfaces to their work shall be left as they appear prior to the commencement of the Contractor s work to be done. Contractor shall properly protect all adjacent surfaces during the course of this installation. 18. OWNER INSPECTION The Homewood-Flossmoor Park District s representative shall have access to the site at all times and to the factory or shop of any of the subcontractors. Any inferior material or workmanship shall be removed upon demand and work shall be reconstructed as approved by the Owner at the Contractor s sole expense. 20. OTHER CONTRACTS The Owner reserves the right to let other contracts in connection with the work of the project. The General Contractor shall be responsible for coordination of work and establishing schedules for all trades; he shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work. 21. CHANGES TO THE WORK The Owner reserves the right to make changes in the specifications as the work progresses. Bulletins, change orders, drawings, specifications or instructions covering such changes will be issued to the Contractor whose responsibility it will be to distribute these immediately and to notify the field office and all subcontractors affected to take such measures as may be necessary to avoid errors in the work which may occur due to the use of superseded drawings. Work affected by changes proposed in any revised drawings or other documents issued to the Contractor shall not be executed unless changes are accompanied by letter of authorization to proceed accordingly. In cases where instructions accompanying any issue of revised drawings or specifications request estimates of cost involved, such estimates shall be prepared and submitted promptly in order not to unduly effect the progress of the work SHOP DRAWINGS All contractors shall submit all shop drawings for approval to the Owner prior to commencement of work. Shop drawing submittals shall be in the form of (5) black and white prints of each drawings; (5) catalog cut sheets; and (1) PDF file as applicable. Approval of shop drawing shall indicate only that such drawings generally express the intent of the contract documents and shall neither be construed as a complete check nor relieve the Contractor of responsibility for quantities and dimensions, or full performance of the work. All Contractors shall submit cuts, samples and finishes for written approval prior to ordering of fabrication. A tentative shop drawing submittal schedule with proposed review dates is requested from the Contractor. 8

9 SCOPE OF WORK Work to be completed by Friday, October 6, Bid (General Notes and Drawing also attached) 1 GENERAL NOTES 1.1 CODES AND DESIGN CRITERIA a BUILDING CODE: INTERNATIONAL BUILDING CODE 2012 b RISK CATEGORY II 1.2 DESIGN LOADS a ROOF LOAD DEAD LOAD 20 PSF LIVE LOAD 30 PSF b SNOW LOAD GROUND SNOW LOAD Pg 25 PSF IMPORTANCE FACTOR Is 1.0 SNOW EXPOSURE FACTOR Ce 1.0 SNOW THERMAL FACTOR Ct 1.0 FLAT ROOF SNOW LOAD Pf 17.5 PSF 1.3 GENERAL REQUIREMENTS a DEFINITIONS PRIMARY STRUCTURAL SYSTEM IS THE COMPLETED COMBINATION OF ELEMENTS WHICH SERVE TO SUPPORT THE BUILDING'S SELF-WEIGHT, THE APPLICABLE LIVE LOAD, AND THE ENVIRONMENTAL LOADS SUCH AS WIND, SEISMIC. PRE-ENGINEERED STRUCTURAL ELEMENTS ARE STRUCTURAL ELEMENTS WHICH ARE SPECIFIED BY THE OWNER AS DESIGN DELEGATED ITEMS TO BE THE DESIGN RESPONSIBILITY OF A SPECIALTY STRUCTURAL ENGINEER (SSE) SPECIAL INSPECTION IS INSPECTION PERFORMED BY A QUALIFIED PERSON, APPROVED BY THE BUILDING OFFICIAL, FOR THE TYPES OF WORK REQUIRING INSPECTION PER THE GOVERNING CODES AND CONTRACT DOCUMENTS. SPECIALTY STRUCTURAL ENGINEER (SSE) IS A LICENSED PROFESSIONAL/STRUCTURAL ENGINEER, NOT THE SER, WHO IS RESPONSIBLE FOR SEALING PLANS AND DESIGNS FOR PRE-ENGINEERED STRUCTURAL ELEMENTS WHICH ARE NECESSARY FOR THE STRUCTURE TO BE COMPLETED AND THE OWNER HAS DESIGNATED AS DESIGN DELEGATED ITEMS. STRUCTURAL ENGINEER OF RECORD (SER) IS THE STRUCTURAL ENGINEER WHO IS LEGALLY ELIGIBLE TO SEAL THE STRUCTURAL DOCUMENTS FOR A BUILDING PROJECT. THE SER IS RESPONSIBLE FOR THE DESIGN OF THE PRIMARY STRUCTURAL SYSTEM. 9

10 DESIGNATED REPRESENTATIVE FOR CONSTRUCTION (DRC - I.E., CONSTRUCTION MANAGER OR GENERAL CONTRACTOR) IS RESPONSIBLE FOR THE OVERALL CONSTRUCTION OF THE PROJECT INCLUDING PROJECT SCHEDULING, JOB SITE SAFETY AND MEANS AND METHODS OF CONSTRUCTION. SPECIAL INSPECTOR: A QUALIFIED PERSON EMPLOYED OR RETAINED BY AN APPROVED AGENCY AND APPROVED BY THE BUILDING OFFICIAL AS HAVING THE COMPETENCE NECESSARY TO INSPECT A PARTICULAR TYPE OF CONSTRUCTION REQUIRING SPECIAL INSPECTION. b THE STRUCTURAL DRAWINGS ARE TO BE USED IN CONJUNCTION WITH THE SPECIFICATIONS AND THE GEOTECHNICAL REPORT. c THE DRC SHALL COORDINATE WITH THE MECHANICAL AND ARCHITECTURAL DRAWINGS AND WITH THE MECHANICAL CONTRACTOR, THE LOCATION OF ALL MECHANICAL EQUIPMENT. d THE DRC SHALL NOTIFY THE ARCHITECT IF THE WEIGHTS OF MECHANICAL UNITS ETC. ARE DIFFERENT FROM THE WEIGHTS POSTED ON THE DESIGN DRAWINGS. DISCREPANCIES SHALL BE RESOLVED BEFORE PROCEEDING WITH CONSTRUCTION. e THE DRC SHALL NOTIFY THE ARCHITECT/ENGINEER IMMEDIATELY OF ANY DISCREPANCIES TO AVOID THE POSSIBILITY OF UNNECESSARY FUTURE PROBLEMS AND POSSIBLE FIELD ORDERS. FAILURE TO DO SO WILL PUT THE FULL RESPONSIBILITY OF CORRECTION ON THE DRC. f THE DRC SHALL COORDINATE THE WORK OF ALL TRADES AND MAKE NECESSARY INVESTIGATIONS AND FIELD MEASUREMENTS. g DO NOT SCALE DRAWINGS. h THE SER HAS NO SUPERVISORY RESPONSIBILITY, HAS NO CONTROL OF OR RESPONSIBILITY FOR THE MEANS, METHODS, TECHNIQUES, PROCEDURES OR SEQUENCE OF CONSTRUCTION, HAS NO RESPONSIBILITY FOR THE FAILURE OF ANY CONTRACTOR TO PERFORM THE WORK IN ACCORDANCE WITH THE DESIGN DOCUMENTS AND NO RESPONSIBILITY TO DEVISE, IMPLEMENT OR ENFORCE ANY SAFETY PRECAUTIONS OR PROGRAMS FOR THE PROJECT 1.4 SLEEVES, ANCHORAGES, OPENINGS, ETC. a IN GENERAL, STRUCTURAL DRAWINGS DO NOT SHOW EQUIPMENT PADS, DRAINS, HOLES, ANCHORAGES, INSERTS AND SLEEVES FOR ITEMS PASSING THROUGH OR ATTACHED TO CONCRETE OR FRAMING. REFER TO ARCHITECTURAL, MECHANICAL, AND ELECTRICAL DRAWINGS AND PROJECT SPECIFICATIONS. ADJUST EQUIPMENT PADS AND SUB FRAMING TO FIT EQUIPMENT FURNISHED. 10

11 b PROVIDE SUB FRAMING FOR EQUIPMENT SUPPORTED ON OR SUSPENDED FROM THE STRUCTURE. 1.5 STRUCTURAL STABILITY AND CONSTRUCTION a INDIVIDUAL STRUCTURAL COMPONENTS ARE DESIGNED TO SUPPORT LOADS IN THEIR FINAL ERECTED POSITION AS PART OF THE TOTAL COMPLETED STRUCTURE. b DRC TO PROVIDE TEMPORARY GUYING AND BRACING AS REQUIRED UNTIL ALL CONSTRUCTION AFFECTING LATERAL STABILITY IS COMPLETED. c DRC SHALL BE SOLELY RESPONSIBLE FOR STABILITY OF STRUCTURE, ITS PARTS BY USE OF GUYING, BRACING, SHORING, BARRICADES, SAFETY RAILINGS AND DEVICES DURING THE ENTIRE PERIOD OF CONSTRUCTION. d DRC SHALL BE SOLELY RESPONSIBLE FOR ALL JOB SITE SAFETY AND MEANS AND METHOD OF CONSTRUCTION. 1.6 SHOP DRAWINGS AND TEST REPORTS a DRC SHALL CHECK ALL SHOP DRAWINGS BEFORE SUBMITTAL TO SER FOR REVIEW. b DRC SHALL PREPARE A SHOP DRAWING SUBMITTAL SCHEDULE WITH A MINIMUM OF TWO WEEKS INCLUDED FOR THE SER'S REVIEW OF EACH SUBMITTAL LISTED BELOW. c REVIEW BY SER WILL BE FOR CONFORMANCE TO GENERAL LAYOUT AND DESIGN INTENT ONLY. d CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR ACCURACY OF DIMENSIONS, FABRICATION, FIT UP OF PARTS AND BILLS OF MATERIALS. e CONTRACTOR SHALL COORDINATE WORK OF VARIOUS TRADES AND MAKE NECESSARY FIELD MEASUREMENTS. f THE CONTRACT SPECIFICATIONS PROVIDE A COMPLETE LISTING OF SUBMITTALS. THE FOLLOWING IS A SUMMARY OF THE REQUIRED SUBMITTALS: CONCRETE CONCRETE MIX DESIGNS WITH ASSOCIATED HISTORICAL TEST DATA REINFORCING STEEL PLACEMENT DRAWINGS PER ACI 315 MISCELLANEOUS METALS (STAIRS/HANDRAIL/GUARD RAIL/LADDERS ETC.) STRUCTURAL STEEL SHOP DRAWINGS UNDERPINNING/SHORING PROCEDURES 1.7 DEFERRED SUBMITTALS - OWNER SPECIFIED DESIGN DELEGATED COMPONENTS a CERTAIN COMPONENTS OF THE COMPLETED CONSTRUCTION ARE DESIGN DELEGATED TO THE MANUFACTURER OF THE COMPONENT. THE MANUFACTURER'S SSE SHALL BE RESPONSIBLE FOR THE DESIGN OF THE COMPONENT. THE FOLLOWING ARE DESIGNATED TO BE DESIGN DELEGATED COMPONENTS ON THIS PROJECT: 11

12 b TEMPORARY SHORING AND BRACING c TEMPORARY EARTH RETENTION SYSTEMS d OTHER WORK AS LISTED ON DRAWINGS, SPECIFICATIONS AND CUSTOMARY INDUSTRY STANDARDS. WHERE DELEGATION OF DESIGN IS SPECIFIED, e THE MANUFACTURER SHALL BE RESPONSIBLE FOR RETAINING THE SERVICES OF A LICENSED SPECIALTY STRUCTURAL ENGINEER (SSE) IN THE STATE HAVING JURISDICTION. THE SSE SHALL DESIGN AND DETAIL COMPONENTS TO MEET GOVERNING BUILDING CODES, STANDARDS AND THE SPECIFIED PERFORMANCE CRITERIA. SIGNED AND SEALED CALCULATIONS SHALL BE SUBMITTED FOR RECORD. THE DESIGN DELEGATED SSE SHALL BE SOLELY RESPONSIBLE FOR THE DESIGN OF THE COMPONENT. f SSE SUBMITTALS WILL BE REVIEWED BY THE SER FOR LOADING CRITERIA AND GENERAL CONFORMANCE TO THE PRIMARY STRUCTURAL SYSTEM. 1.8 DEMOLITION a THE STRUCTURAL DRAWINGS INDICATE THE GENERAL AREAS OF DEMOLITION. THE DRC SHALL VERIFY IN THE FIELD ALL ITEMS TO BE REMOVED TO MEET THE REQUIREMENTS OF THE CONTRACT DOCUMENTS. b THE DRC SHALL CAREFULLY REMOVE ONLY THE EXISTING ITEMS IDENTIFIED ON THE ARCHITECTURAL AND STRUCTURAL DRAWINGS. c IN NO CASE SHALL THE REMOVAL OF ANY PORTION OF THE EXISTING STRUCTURE BE PERFORMED IN SUCH A WAY AS TO AFFECT THE STRUCTURAL INTEGRITY OF THE REMAINING PORTION OF THE BUILDING. d THE CONTRACTOR SHALL NOTIFY THE SER IMMEDIATELY OF ANY STRUCTURAL ITEMS WHICH NEED TO BE DEMOLISHED BUT ARE NOT CLEARLY IDENTIFIED ON THE STRUCTURAL OR ARCHITECTURAL DRAWINGS. e THE CONTRACTOR SHALL MINIMIZE THE EXTENT OF THE DEMOLITION TO THE EXISTING STRUCTURE TO ONLY THAT REQUIRED TO INSTALL THE NEW BUILDING MODIFICATIONS. 1.9 STRUCTURAL TESTS AND INSPECTIONS (IBC 2012) a AN INDEPENDENT APPROVED AGENCY SHALL PROVIDE SPECIAL INSPECTIONS AND TESTS DURING CONSTRUCTION IN ACCORDANCE WITH CHAPTER 17 OF IBC b THE APPROVED AGENCY'S SPECIAL INSPECTOR SHALL OBSERVE THE WORK ASSIGNED FOR CONFORMANCE TO THE APPROVED DESIGN DRAWINGS AND SPECIFICATIONS. c THE APPROVED AGENCY SHALL KEEP RECORDS OF ALL SPECIAL INSPECTIONS AND TESTS AND SUBMIT REPORTS 12

13 TO THE BUILDING OFFICIAL AND THE SER. d ALL DISCREPANCIES SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE DRC FOR CORRECTION. IF UNCORRECTED, THE APPROVED AGENCY SHALL NOTIFY THE BUILDING OFFICIAL AND THE SER. e REFER TO IBC FOR SUBMITTALS TO THE BUILDING OFFICIAL IN ADDITION TO THE REPORTS. f THE APPROVED AGENCY SHALL SUBMIT A FINAL REPORT STATING WHETHER THE WORK REQUIRING SPECIAL INSPECTION WAS IN CONFORMANCE WITH THE APPROVED CONTRACT DOCUMENTS AND THE APPLICABLE WORKMANSHIP PROVISIONS OF THIS CODE. g QUALITY CONTROL SHALL BE THE RESPONSIBILITY OF THE FABRICATOR/ERECTOR IN ACCORDANCE WITH AISC CHAPTER N. h JOB SITE VISITS BY THE SER DO NOT CONSTITUTE AN OFFICIAL SPECIAL INSPECTION. STATEMENT OF SPECIAL INSPECTIONS: a REFER TO THE REFERENCED DOCUMENTS (IBC 2012 CHAPTER 17, AISC CHAPTER N, ACI CHAPTER 3, ) FOR ADDITIONAL DESCRIPTIONS OF REQUIREMENTS. b THE FOLLOWING LIST OF MATERIALS AND WORK REQUIRE SPECIAL INSPECTIONS (P) PERIODIC; (C) CONTINUOUS CONCRETE CONSTRUCTION (IBC 2012 TABLE ) 1 REINFORCEMENT PLACEMENT (P) 2 REINFORCING BAR WELDING (P) 3 ANCHORS CAST IN CONCRETE (P) 4 POST INSTALLED ANCHORS a ADHESIVE (C) b MECHANICAL (P) 5 VERIFY USE OF REQUIRED MIX (P) 6 STRENGTH, SLUMP, AIR, TEMPERATURE TEST OF CONCRETE PRIOR TO PLACEMENT (C) 7 CONCRETE PLACEMENT (C) 8 VERIFY MAINTENANCE OF SPECIFIED CURING TEMPERATURE AND TECHNIQUES (P) 9 INSPECT ERECTION OF PRECAST MEMBERS INCLUDING CONNECTIONS (P) 10 INSPECT FORMWORK (P) SOILS (IBC 2012 TABLE ) 1 VERIFY BEARING CAPACITY BELOW SHALLOW FOUNDATIONS (P) 2 VERIFY EXCAVATIONS EXTEND TO PROPER DEPTH AND REACHED PROPER MATERIAL (P). 3 PERFORM CLASSIFICATION AND TESTING OF COMPACTED MATERIAL (P) 4 VERIFY USE OF PROPER MATERIALS, DENSITIES AND LIFT THICKNESSES DURING PLACEMENT AND COMPACTION OF COMPACTED MATERIAL (C). 5 PRIOR TO PLACEMENT OF COMPACTED FILL, INSPECT SUBGRADE AND VERIFY THAT SITE HAS BEEN PROPERLY PREPARED (P) 13

14 6 VERIFY SOIL IMPROVEMENT HAS BEEN PERFORMED PROPERLY (P) 2 FOUNDATIONS 2.1 GENERAL a SUMMARY OF GEOTECHNICAL DESIGN VALUES SHALLOW STRIP AND SPREAD FOOTINGS ALLOWABLE SOIL BEARING PRESSURE 3000 PSF DEPTH OF FOOTING BELOW FINISHED GRADE 4'-0. BACKFILL - GRANULAR DENSITY PCF ACTIVE LATERAL PRESSURE (UN RESTRAINED) - 45 PSF/FT AT REST LATERAL PRESSURE (RESTRAINED) - 60 PSF/FT SURCHARGE COEFFICIENT (UN-RESTRAINED) -.3 X LOAD(PSF) - PSF SURCHARGE COEFFICIENT (RESTRAINED) -.5 X LOAD (PSF) - PSF COEFFICIENT OF SLIDING RESISTANCE -.4 b CONTRACTOR SHALL LOCATE ALL EXISTING BELOW SLAB UTILITIES AND INTERFERENCES PRIOR TO START OF WORK. NOTIFY THE SER OF ANY INTERFERENCE. c MAINTAIN ALL EXCAVATIONS FREE OF WATER CONTINUOUSLY d DRC SHALL BE RESPONSIBLE FOR ALL SHORING/BRACING OF EXCAVATIONS. e A GEOTECHNICAL TESTING SERVICE SHALL CONFIRM ALL SOIL BEARING CAPACITIES PRIOR TO PLACEMENT OF CONCRETE FOUNDATIONS. f ALL STRUCTURAL FILL AND GENERAL FILL SHALL MEET THE REQUIREMENTS OF THE GEOTECHNICAL REPORT INCLUDING MATERIAL SPECIFICATION AND COMPACTION REQUIREMENTS. 2.2 SHORING AND UNDERPINNING FOUNDATIONS a SHORING AND UNDERPINNING ARE DESIGNATED AS A DELEGATED DESIGN ITEMS AND SHALL BE DESIGNED BY THE DRC'S GEOTECHNICAL ENGINEER AND LICENSED PROFESSIONAL ENGINEER. b ALL SHORING OF EXISTING FOUNDATIONS REQUIRED BY THE DRC DUE TO EXCAVATIONS NEAR EXISTING STRUCTURES AND UNDERPINNING OF EXISTING FOUNDATIONS AS INDICATED ON THE DESIGN DRAWINGS IS A DELEGATED DESIGN ITEM AND SHALL BE DESIGNED BY THE DRC'S GEOTECHNICAL AND LICENSED STRUCTURAL ENGINEERS. c ANY UNDERPINNING PROCEDURES INDICATED ON THE DESIGN DRAWINGS ARE CONCEPTUAL ONLY AND SHALL BE CONFIRMED BY THE DRC'S GEOTECHNICAL AND STRUCTURAL ENGINEERS. d SUBMIT SHORING AND UNDERPINNING PROCEDURES AND SEALED CALCULATIONS TO THE ARCHITECT FOR RECORD PURPOSES ONLY. 3 CONCRETE CONSTRUCTION 3.1 CAST IN PLACE CONCRETE a GENERAL REQUIREMENTS 14

15 ALL WORK SHALL CONFORM TO ALL REQUIREMENTS OF ACI , SPECIFICATION FOR STRUCTURAL CONCRETE, EXCEPT AS MODIFIED BY THE REQUIREMENTS OF THE CONTRACT DOCUMENTS. SUBMITTALS CONCRETE MIXES WITH HISTORICAL TEST DATA. MATERIAL CERTIFICATES: CEMENT, AGGREGATES, ADMIXTURES, REINFORCING STEEL REINFORCING STEEL PLACEMENT DRAWINGS b PRODUCTS REINFORCING BARS: ASTM A615 GRADE 60 REINFORCING BARS WELDABLE: ASTM A706 GRADE 60 PLAIN WIRE FABRIC: ASTM A185 PORTLAND CEMENT: ASTM C150 TYPE I OR II. AGGREGATES: ASTM C33 WATER: POTABLE ASTM C94 ADMIXTURES AIR ENTRAINING ASTM C260 CHEMICAL ADMIXTURES ASTM C 494 AIR CONTENT FOR CONCRETE EXPOSED TO WEATHER: 4 TO 7%. SLUMP: 4" CONCRETE STRENGTH: F'C 3,000 PSI AT 28 DAYS (6 BAG MIX MINIMUM) MIXING PER ASTM C94 CURING COMPOUNDS: ASTM C309 OR C1315 c EXECUTION CONCRETE COVER CONCRETE CAST AGAINST AND PERMANENTLY EXPOSED TO EARTH 3" CONCRETE EXPOSED TO EARTH OR WEATHER 2" CONCRETE NOT EXPOSED TO WEATHER 1-1/2" ALL FOOTINGS, WALL FOOTINGS, GRADE BEAMS AND PILE/CAISSON CAPS SHALL BE FORMED UNLESS NOTED. LAP SPLICE LENGTHS PER ACI 318 CHAPTERS 12 USING A CLASS B SPLICE. ALL WELDED WIRE FABRIC SHALL BE LAPPED ONE GRID MINIMUM LOCATE JOINTS AS SHOWN ON PLANS; WHERE NOT SHOWN, CONTROL OR CONSTRUCTION JOINTS SHALL BE PLACED IN ACCORDANCE WITH ACI RECOMMENDATIONS I.E., A MAXIMUM PANEL SIZE (IN FEET) EQUAL TO APPROXIMATELY THREE TIMES THE THICKNESS OF THE SLAB (IN INCHES) IN BOTH DIRECTIONS. HOOK ENDS OF BARS INTERRUPTED BY OPENINGS. HOOK TOP BARS AT ALL CONCRETE EDGES, AT ALL WALL AND SLAB OPENINGS, PROVIDE 2-#5 BARS X OPENING WIDTH PLUS 4 FEET (2 FEET EACH SIDE) EACH FACE, UNLESS SHOWN OTHERWISE. PLACEMENT OF CONCRETE IN COLD WEATHER SHALL COMPLY WITH ACI306 PLACEMENT OF CONCRETE IN HOT WEATHER SHALL COMPLY WITH ACI305 15

16 TOLERANCES SHALL MEET ACI 117, ACI 301 AND ACI 318 AS A MINIMUM. 1.9 STRUCTURAL TESTS AND INSPECTIONS (IBC 2012) a AN INDEPENDENT APPROVED AGENCY SHALL PROVIDE SPECIAL INSPECTIONS AND TESTS DURING CONSTRUCTION IN ACCORDANCE WITH CHAPTER 17 OF IBC b THE APPROVED AGENCY'S SPECIAL INSPECTOR SHALL OBSERVE THE WORK ASSIGNED FOR CONFORMANCE TO THE APPROVED DESIGN DRAWINGS AND SPECIFICATIONS. c THE APPROVED AGENCY SHALL KEEP RECORDS OF ALL SPECIAL INSPECTIONS AND TESTS AND SUBMIT REPORTS TO THE BUILDING OFFICIAL AND THE SER. d ALL DISCREPANCIES SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE DRC FOR CORRECTION. IF UNCORRECTED, THE APPROVED AGENCY SHALL NOTIFY THE BUILDING OFFICIAL AND THE SER. e REFER TO IBC FOR SUBMITTALS TO THE BUILDING OFFICIAL IN ADDITION TO THE REPORTS. f THE APPROVED AGENCY SHALL SUBMIT A FINAL REPORT STATING WHETHER THE WORK REQUIRING SPECIAL INSPECTION WAS IN CONFORMANCE WITH THE APPROVED CONTRACT DOCUMENTS AND THE APPLICABLE WORKMANSHIP PROVISIONS OF THIS CODE. g QUALITY CONTROL SHALL BE THE RESPONSIBILITY OF THE FABRICATOR/ERECTOR IN ACCORDANCE WITH AISC CHAPTER N. h JOB SITE VISITS BY THE SER DO NOT CONSTITUTE AN OFFICIAL SPECIAL INSPECTION. STATEMENT OF SPECIAL INSPECTIONS: a REFER TO THE REFERENCED DOCUMENTS (IBC 2012 CHAPTER 17, AISC CHAPTER N, ACI CHAPTER 3, ) FOR ADDITIONAL DESCRIPTIONS OF REQUIREMENTS. b THE FOLLOWING LIST OF MATERIALS AND WORK REQUIRE SPECIAL INSPECTIONS (P) PERIODIC; (C) CONTINUOUS CONCRETE CONSTRUCTION (IBC 2012 TABLE ) 1 REINFORCEMENT PLACEMENT (P) 2 REINFORCING BAR WELDING (P) 3 ANCHORS CAST IN CONCRETE (P) 4 POST INSTALLED ANCHORS a ADHESIVE (C) b MECHANICAL (P) 5 VERIFY USE OF REQUIRED MIX (P) 6 STRENGTH, SLUMP, AIR, TEMPERATURE TEST OF CONCRETE PRIOR TO PLACEMENT (C) 7 CONCRETE PLACEMENT (C) 8 VERIFY MAINTENANCE OF SPECIFIED CURING TEMPERATURE AND TECHNIQUES (P) 9 INSPECT ERECTION OF PRECAST MEMBERS INCLUDING CONNECTIONS (P) 10 INSPECT FORMWORK (P) 16

17 SOILS (IBC 2012 TABLE ) 1 VERIFY BEARING CAPACITY BELOW SHALLOW FOUNDATIONS (P) 2 VERIFY EXCAVATIONS EXTEND TO PROPER DEPTH AND REACHED PROPER MATERIAL (P). 3 PERFORM CLASSIFICATION AND TESTING OF COMPACTED MATERIAL (P) 4 VERIFY USE OF PROPER MATERIALS, DENSITIES AND LIFT THICKNESSES DURING PLACEMENT AND COMPACTION OF COMPACTED MATERIAL (C). 5 PRIOR TO PLACEMENT OF COMPACTED FILL, INSPECT SUBGRADE AND VERIFY THAT SITE HAS BEEN PROPERLY PREPARED (P) 6 VERIFY SOIL IMPROVEMENT HAS BEEN PERFORMED PROPERLY (P) 5 METALS 5.1 STRUCTURAL STEEL a GENERAL ALL STRUCTURAL STEEL WORK SHALL CONFORM TO THE AISC "SPECIFICATIONS FOR STRUCTURAL STEEL BUILDINGS", "SPECIFICATION FOR STRUCTURAL JOINTS USING ASTM A325 OR A490 BOLTS" 2009, "CODE OF STANDARD PRACTICE FOR STEEL BUILDINGS AND BRIDGES," 2010 AND AWS D THE PROVISIONS OF THE ALLOWABLE STRENGTH DESIGN METHOD (ASD) WAS USED AS A BASIS FOR DESIGN. ALL FORCES/REACTIONS INDICATED ON THE DESIGN DOCUMENTS ARE THEREFORE NON-FACTORED ASD FORCES/REACTIONS. THE CONTRACTOR'S STRUCTURAL STEEL DETAILER SHALL PREPARE STEEL ERECTION AND SHOP DRAWINGS IN ACCORDANCE WITH THE GUIDELINES AND GOOD PRACTICES NOTED IN THE AISC DETAILING FOR STEEL CONSTRUCTION. THIRD EDITION SUBMITTALS CHECKED STEEL SHOP DRAWINGS: PREPARED IN ACCORDANCE WITH AISC DETAILING FOR STEEL CONSTRUCTION 3RD ED. MATERIAL CERTIFICATES (UPON REQUEST) WELDING CERTIFICATES (UPON REQUEST) b MATERIALS ALL STRUCTURAL STEEL SHAPES SHALL BE ASTM A992 (Fy=50 ksi) ALL STRUCTURAL STEEL PLATES AND ANGLES SHALL BE ASTM A36 (Fy=36 KSI). ALL STRUCTURAL TUBES SHALL BE ASTM A500 GRADE B (Fy=46 KSI). ALL STRUCTURAL PIPES SHALL BE ASTM A53 GRADE B (Fy=35 KSI). ALL ANCHOR RODS ASTM F ALL WELDING SHALL CONFORM TO AMERICAN WELDING SOCIETY "STRUCTURAL WELDING CODE", AWS D1.1. ALL WELD ELECTRODES SHALL BE E70XX AND ALL WELDING SHALL BE PERFORMED BY CERTIFIED WELDERS. ALL WELDING SHALL BE TO CLEAN BARE STEEL. 17

18 PROVIDE FULL SIZE 1/4" SETTING PLATES ON 4,000 PSI NON-SHRINK GROUT FOR ALL COLUMNS AND (4)-3/4" DIAMETER ASTM F ANCHOR BOLTS, UNLESS NOTED. ERECT ALL MEMBERS WITH NATURAL CAMBER UP, EXCEPT FOR CERTAIN CANTILEVERED MEMBERS. PROVIDE SUB-FRAMING FOR EQUIPMENT SUPPORTED ON OR SUSPENDED FROM THE STRUCTURE. ALL STEEL SHALL BE SHOP COATED WITH FABRICATOR'S STANDARD PRIME PAINT MEETING MPI#79 AS A MINIMUM. MASK SURFACES TO BE FIELD WELDED AND AT BOLT HOLES IN FAYING SURFACES OF SLIP CRITICAL BOLTED CONNECTIONS. CONNECTIONS ALL SHEAR CONNECTIONS SHALL BE AS A MINIMUM FULL DEPTH OF MEMBER. ALL BOLTS SHALL BE ASTM A325 FULLY TENSIONED BEARING BOLTS WITH SHORT SLOTTED HOLES UNLESS NOTED. A325 SLIP CRITICAL BOLTS SHALL BE USED FOR ALL MOMENT CONNECTIONS AND AXIALLY LOADED MEMBERS. ALL WELD SIZES SHOWN ARE SIZED FOR LOAD ONLY. WELDS SHALL BE INCREASED IN SIZE AS REQUIRED TO MEET AISC MINIMUMS. ALL GROOVE WELDS SHOWN ARE FULL PENETRATION WELDS UNLESS NOTED OTHERWISE. WELDS NOTED AS PARTIAL PENETRATION GROOVE WELDS SHOW "EFFECTIVE" SIZE OF WELD. WELD JOINTS SHALL BE DETAILED BASED ON PROCESS USED AND POSITION OF WELD TO MEET THE "EFFECTIVE" SIZE SHOWN ON THE DRAWINGS. c EXECUTION VERIFY THAT FIELD CONDITIONS ARE ACCEPTABLE AND ARE READY TO RECEIVE WORK. STEEL ERECTION TOLERANCES SHALL BE IN ACCORDANCE WITH THE CODE OF STANDARD PRACTICE. 5.2 MISCELLANEOUS METALS a ALL MISCELLANEOUS METALS WORK (GRATING, STAIR TREADS, SAFETY PLATE, STAIR STRINGERS, LADDERS AND GUARDRAILS/HANDRAILS) ARE DESIGNATED AS DELEGATED DESIGN ITEMS TO BE DESIGNED BY THE DRC'S SSE. b MISCELLANEOUS METALS SHALL MEET THE DESIGN REQUIREMENTS OF THE BUILDING 18

19 FORM OF PROPOSAL Homewood-Flossmoor Park District H-F Racquet & Fitness Club Pool Deck Repair Bid Total Project Cost for Pool Deck Repair at H-F Racquet & Fitness Club $ 19

20 FORM OF PROPOSAL Homewood-Flossmoor Park District H-F Racquet & Fitness Club Pool Deck Repair Date: To: Doug Boehm Superintendent of Parks & Planning Homewood-Flossmoor Park District 3301 Flossmoor Road Flossmoor, IL Re: H-F Racquet & Fitness Club Pool Deck Repair Address: 2920 W. 183 rd St. Homewood, IL Owner: Homewood-Flossmoor Park District Dear Sir or Madam: Having fully examined the Invitation to Bid and the Specifications for the above referenced project, the undersigned hereby submits the following proposal for providing all the labor and materials and doing all things necessary for the satisfactory of the work in accordance with said documents. Name of Firm: Address: (Telephone) (Fax) + Contact Person Dated this day of, 20 Signature 20

21 CERTIFICATION BY CONTRACTOR PURSUANT TO ARTICLE 33E PUBLIC CONTRACTS OF THE ILLINOIS CRIMINAL CODE OF 1961, AS AMENDED RE: HOMEWOOD-FLOSSMOOR PARK DISTRICT H-F RACQUET & FITNESS CLUB POOL DECK, the undersigned Contractor hereby certifies that said Contractor is not barred from contracting with any unit of state or local government as a result of a violation of either Section 33E-3 or 33E-4 of Article 33E PUBLIC CONTRACTS of the Illinois Criminal Code of 1961, (720 ILCS 5/33E-1 et seq.), as amended. Witness Hand(s) and Seal this day of, 20. If an individual, sign and give address. Signature Address: If a partnership, sign all individual names and give address of each partner. Partnership Name: Address: Names and Addresses of Individual Partners: If a corporation, officer(s) duly authorized should sign, attach corporate seal. Corporate Name By: By: By: Address Title: Title: Title: ATTEST: CORPORATE SEAL 21

22 22

23 23

Project Manual Bid Packet and Specifications January 4, 2018

Project Manual Bid Packet and Specifications January 4, 2018 Project Manual Bid Packet and Specifications January 4, 2018 Velodrome Fence & Gate Renovation #2146 1479 Maple Avenue Northbrook, IL 60062 Bid Submission Deadline: January 25, 2018 at 1:30PM Bid Opening:

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

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

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

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

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

SUBCONTRACTOR AGREEMENT

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

More information

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

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

AIA Document A105 TM 2017

AIA Document A105 TM 2017 AIA Document A105 TM 2017 Standard Short Form of Agreement Between Owner and Contractor AGREEMENT made as of the» day of in the year 2018» (In words, indicate day, month and year.) BETWEEN the Owner: (Name,

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

SPECIFICATIONS and BID DOCUMENTS JANITORIAL SERVICE MUNDELEIN PARK & RECREATION DISTRICT 1401 N. MIDLOTHIAN ROAD MUNDELEIN, IL BID OPENING:

SPECIFICATIONS and BID DOCUMENTS JANITORIAL SERVICE MUNDELEIN PARK & RECREATION DISTRICT 1401 N. MIDLOTHIAN ROAD MUNDELEIN, IL BID OPENING: SPECIFICATIONS and BID DOCUMENTS JANITORIAL SERVICE MUNDELEIN PARK & RECREATION DISTRICT 1401 N. MIDLOTHIAN ROAD MUNDELEIN, IL 60060 BID OPENING: 2:00 P.M. MONDAY, FEBRUARY 19, 2018 1 Project Manual/Bid

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA A COMPARATIVE ANALYSIS OF THE 1997 CHANGES TO THE AIA GENERAL CONDITIONS TO THE CONTRACT FOR CONSTRUCTION (A201) STUART

More information

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

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

More information

Document A Standard Form of Agreement Between Contractor and Subcontractor

Document A Standard Form of Agreement Between Contractor and Subcontractor Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal

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

Bid Packet Page 1 of 45

Bid Packet Page 1 of 45 Bid Packet Page 1 of 45 YORKHOUSE FENCE REPLACEMENT 14845 YORKHOUSE ROAD, WADSWORTH, IL 60083 SPECIFICATIONS 1.0 GENERAL Installation of 6 high by 8 long milled SPF stockade fence with 2 x 3 rail and 4

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

Request for Proposals Installation of Pavilions

Request for Proposals Installation of Pavilions Request for Proposals Installation of Pavilions The Jefferson County Parks and Recreation Commission is now accepting proposals for the installation of three (3) pavilions at James Hite Park located at

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware. contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

ASPHALT PATCHING AND RESURFACING. at Prairie Stone Sports and Wellness Center ; Cannon Crossings Park and Freedom Run Park Paths

ASPHALT PATCHING AND RESURFACING. at Prairie Stone Sports and Wellness Center ; Cannon Crossings Park and Freedom Run Park Paths Bidder Name: Address: Telephone #: Email: ASPHALT PATCHING AND RESURFACING at Prairie Stone Sports and Wellness Center ; Cannon Crossings Park and Freedom Run Park Paths BID DATE: March 13, 2018 BID TIME:

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

Request for Proposals. The Town of Ogden is accepting Proposals for the following: The Town of Ogden is accepting Proposals for the following: Playground Equipment Design, Procurement, and Installation, including Safety Surfacing At 1 Park Road Spencerport, NY 14559 The Town of Ogden

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

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

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

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301 contractor ract and Scope of Work 15.1500 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Mechanical Furnish and install all mechanical equipment as described

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: March 14, 2012 The Arlington Heights Park District shall receive written quotes for Treatment of Ash Trees for Emerald Ash Borer Service Contract

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

Document A Exhibit A Insurance and Bonds

Document A Exhibit A Insurance and Bonds Document A101 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate day, month

More information

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

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

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM 1.0 Specifications The Highway Department is requesting proposals for asphaltic

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The bidder shall carefully examine the instruction contained herein and satisfy himself/herself as to the conditions with which he/she must comply prior to bid and to the conditions

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

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

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

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

More information

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

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

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 16GRAVEL PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified) at various locations in eleven townships

More information

PUBLIC ARTWORK SERVICES AGREEMENT

PUBLIC ARTWORK SERVICES AGREEMENT PUBLIC ARTWORK SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20, by and between the City of Boulder, a Colorado home-rule city (the City ), and ( the Artist ). A. The City of Boulder

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

INSTRUCTIONS TO BIDDERS

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

More information

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS... DEPARTMENT: Physical Plant/Campus REQUISITION NO. M FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO, LOCATED ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA

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

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT Back s Construction, Inc. 1602 Front Street, Suite 100 San Diego, CA 92101 Phone: 619-713-2566 Fax: 619-713-0992 MASTER SUBCONTRACT AGREEMENT This subcontract made and entered into this Monday, January

More information

MATRIX ULTRA SERIES AND VERSA SERIES WEIGHT EQUIPMENT BID FORM AND SPECIFICATIONS FOR THE BENSENVILLE PARK DISTRCIT

MATRIX ULTRA SERIES AND VERSA SERIES WEIGHT EQUIPMENT BID FORM AND SPECIFICATIONS FOR THE BENSENVILLE PARK DISTRCIT MATRIX ULTRA SERIES AND VERSA SERIES WEIGHT EQUIPMENT BID FORM AND SPECIFICATIONS FOR THE BENSENVILLE PARK DISTRCIT DATE: FEBRUARY 27, 2019 PREPARED FOR: BENSENVILLE PARK DISTRCIT RECREATION DEPARTMENT

More information

THE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets)

THE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets) THE BIDDING AND CONTRACT PROVISIONS Document Section 00 70 00 General Conditions (Standard Multiple and Single Contract Sets) GENERAL CONDITIONS ARTICLE 1 DEFINITIONS 1.1 "Applicable Laws" means all laws,

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

Washington University in St. Louis

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

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

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

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

More information

INSTRUCTIONS TO BIDDERS Locally Funded Contracts

INSTRUCTIONS TO BIDDERS Locally Funded Contracts INSTRUCTIONS TO BIDDERS Locally Funded Contracts The bidder shall carefully examine the instruction contained herein and satisfy himself/herself as to the conditions with which he/she must comply prior

More information

Owner and Design-Builder

Owner and Design-Builder for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 29 THE OWNER: (Name and address) Example, THE DESIGN-BUILDER: (Name and address) Nielsen Environmental 8484 Wilshire Blvd Suite

More information

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders

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

MASTER SUBCONTRACTOR AGREEMENT

MASTER SUBCONTRACTOR AGREEMENT The Builders Association of Minnesota, its local associations, and Fredrikson & Byron, P.A. disclaim any liability resulting from the use of these sample forms, and remind you that no single form is appropriate

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

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

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Ventura County Community College District Ventura College Studio Arts Building Renovation Project #39140 and Oxnard College Learning Resources Center Renovation (Seismic Upgrades) Project #29127 REQUEST

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

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

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

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

More information

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

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

More information

Various Asphalt Repairs and Replacement Bid # W. Ottawa Street Plainfield, IL 60544

Various Asphalt Repairs and Replacement Bid # W. Ottawa Street Plainfield, IL 60544 Project Manual Bid Packet and Specifications April 12, 2018 Various Asphalt Repairs and Replacement Bid # 1040 23729 W. Ottawa Street Plainfield, IL 60544 Bid Submission Deadline: April 26 @ 2:00PM Bid

More information

INSTRUCTIONS TO BIDDERS

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

More information