PROJECT MANUAL Volume One DIVISIONS ZERO and ONE

Size: px
Start display at page:

Download "PROJECT MANUAL Volume One DIVISIONS ZERO and ONE"

Transcription

1 Normandy Schools Collaborative ELE-MIDDLE CONVERSIONS Bel Nor, Jefferson, Lucas Crossing and Washington Schools 3855 Lucas and Hunt Road St. Louis, MO PROJECT MANUAL Volume One DIVISIONS ZERO and ONE February 5, 2019 Architect: TR,i Architects Project Number Mechanical/Electrical/Plumbing/Technology Communication Engineering: ECS Consulting Engineers

2

3 TABLE OF CONTENTS PROJECT DIRETORY VOLUME ONE DIVISION 0 BIDDING and CONTRACT REQUIREMENTS INVITATION to BID INSTRUCTION to BIDDERS AIA Document A Instruction to Bidders SUPPLEMENTARY INSTRUCTIONS to BIDDERS MBE-WBE UTILIZATION MBE-WBE PARTICIPATION FORM EXISTING CONDITIONS INFORMATION PREVAILING WAGE RATES Prevailing Wage Rates MO Division of Labor Standards Annual Wage Order No DRUG FREE WORKPLACE PROGRAM BID FORM UNIT PRICES FORM ALTERNATES FORM CONTRACTOR S QUALIFICATION STATEMENT AIA Document A Contractor s Qualification Statement FORM of AGREEMENT AIA Document A Standard Form of Agreement Between Owner and Contractor, Construction Manager as Adviser Edition PERFORMANCE and PAYMENT BOND AIA Document Performance Bond AIA Document Payment Bond BID BOND AIA Document Bid Bond GENERAL CONDITIONS AIA Document A General Conditions of the Contractor for Construction SUPPLEMENTARY CONDITIONS... 8 DIVISION 1 GENERAL REQUIREMENTS Copyright

4 TABLE OF CONTENTS SUMMARY UNIT PRICES ALTERNATES SUBSTITUTION PROCEDURES PAYMENT PROCEDURES PROJECT MANAGEMENT and COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION ELECTRONIC PROJECT ORGANIZATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS REFERENCES TEMPORARY FACILITIES and CONTROLS PRODUCT REQUIREMENTS EXECUTION CLOSEOUT PROCEDURES OPERATION and MAINTENANCE DATA PROJECT RECORD DOCUMENTS DEMONSTRATION AND TRAINING... 6 VOLUME TWO DIVISION 2 EXISTING CONDITIONS SELECTIVE DEMOLITION... 7 DIVISION 3 CONCRETE DIVISION 4 MASONRY DIVISION 5 METALS METAL FABRICATOINS... 5 DIVISION 6 WOOD, PLASTICS and COMPOSITES ROUGH CARENTRY PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS... 7 DIVISION 7 THERMAL and MOISTURE PROTECTION PENETRATION FIRESTOPPING... 8 Copyright

5 TABLE OF CONTENTS JOINT SEALANTS DIVISION 8 OPENINGS DOOR and FRAME SCHEDULE HOLLOW METAL FRAMES FLUSH WOOD DOORS DOOR HARDWARE GLAZING... 8 DIVISION 9 FINISHES ROOM FINISH SCHEDULE NON-STRUCTURAL METAL FRAMING GYPSUM BOARD CERAMIC TILING ACOUSTICAL PANEL CEILINGS RESILIENT BASE and ACCESSORIES RESILIENT TILE FLOORING RESINOUS FLOORING TILE CARPETING SOUND-ASORBING WALL UNITS INTERIOR PAINTING... 8 DIVISION 10 SPECIALTIES VISUAL DISPLAY UNITS TOILET ACCESSORIES... 4 DIVISION 11 EQUIPMENT DIVISION 12 FURNISHINGS PLASTIC-LAMINATE-CLAD COUNTERTOPS SOLID SURFACING COUNTERTOPS... 4 DIVISION 13 SPECIAL CONSTRUCTION DIVISION 14 CONVEYING EQUIPMENT DIVISION 21 FIRE SUPPRESSION WET-PIP SPRINKLER SYSTEMS... 6 Copyright

6 TABLE OF CONTENTS DIVISION 22 PLUMBING PLUMBING PIPING INSULATION PLUMBING PIPING DOMESTIC WATER PIPING SPECIALTIES SANITARY WASTE PIPING SPECIALTIES PLUMBING FIXTURES... 3 DIVISION 23 HEATING, VENTILATION and AIR CONDITIONING (HVAC) HVAC PIPING INSULATION REFRIGERANT PIPING METAL DUCTS AIR DUCT ACCESSORIES FLEXIBLE DUCTS VARIABLE REFRIGERANT VOLUME SYSTEM (VRV SYSTEM) DIRECT DIGITAL CONTROL (DDC) SYSTEM DIVISION 26 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS and CABLES HANGERS and SUPPORTS for ELECTRICAL SYSTEMS RACEWAYS and BOXES for ELECTRICAL SYSTEMS SLEEVES and SLEEVE SEALS for ELECTRICAL RACEWAYS and CABELING VIBRATION and SEISMIC CONTROLS for ELECTRICAL SYSTEMS IDENTIFICATION for ELECTRICAL SYSTEMS WIRING DEVICES LED INTERIOR LIGHTING EMERGENCY and EXIT LIGHTING... 6 DIVISION 27 COMMUNICATIONS DIVISION 28 ELECTRONIC SAFETY and SECURITY CONDUCTORS and CABLES for ELECTRONIC SAFETY and SECURITY PATHWAYS for ELECTRONIC SAFETY and SECURITY DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM DIVISION 31 EARTHWORK DIVISION 32 EXTERIOR IMPROVEMENTS Copyright

7 TABLE OF CONTENTS DIVISION 33 UTILITIES TECHNICAL SPECIFICATION AND ADDITIONAL SUPPLEMENTAL CONTRACT INFORMATION IS ON THE DRAWINGS. END OF PROJECT MANUAL INDEX Copyright

8 TABLE OF CONTENTS THIS PAGE LEFT BLANK INTENTIALLY Copyright

9 PROJECT DIRECTORY NORMANDY SCHOOLS COLLABORATIVE 3855 Lucas and Hunt Road St. Louis, Missouri KWAME BUILDING GROUP 1204 Washington Ave. Suite 200 St. Louis, Missouri (314) TR,i ARCHITECTS 9812 Manchester Road St. Louis, Missouri (314) ECS Consulting Engineers Suite Manchester Road St. Louis, Missouri (314) Owner Program Manager Architect Mechanical, Electrical, Plumbing and Technology Communication Engineers 1

10 PROJECT DIRECTORY THIS PAGE LEFT BLANK INTENTIALLY 2

11 SECTION INVITATION TO BID SECTION INVITATION TO BID Project: Owner: Architect: Early Learning Center Normandy Kindergarten Center Normandy Schools Collaborative 3855 Lucas and Hunt Road St. Louis, Missouri TR,i Architects 9812 Manchester Road St. Louis, Missouri Date: February 5, 2019 Normandy Schools Collaborative is seeking bids from contractors for the : Bel Nor, Jefferson, Lucas Crossing and Washington Schools. Sealed Proposals for this project will be received at the Administration Building of the Normandy Schools Collaborative by the Project Manager, KWAME Building Group, Attention: Mr. Randal Charles, 3855 Lucas and Hunt Road, St. Louis, MO until 2:00 PM CST time on Tuesday, February 26, 2019 The project includes interior renovation for approximately 15,640 total square feet at four different schools. Each school is located in a different local municipality. School Bel Nor Jefferson Lucas Crossing Washington Municipality Bel Nor Pasadena Hills Normandy Hanley Hills This bid package will include work by the General Constructor under a single bid. This project, all four schools is to be substantially complete by July 19, See specification section for more detailed information on the schedule. Electronic Bid Documents will be available on February 5, 2019 and obtained from TR,i Architects by calling (314) A password will be provided that will allow access to an FTP site for downloading construction documents. The Bid Documents are also available to view at the following Construction Associations: Dodge Data & Analytics eplan Online Plan Room 4115 S. Providence Rd, Ste 105 Columbia, MO ConstructConnect

12 SECTION INVITATION TO BID A mandatory pre-bid conference and project visit will be conducted on Tuesday, February 12, 2018 at 9:00 A.M. CST. Each School will be visited. All contractors that intend to submit their bid shall be represented at this pre-bid conference. Attendance by suppliers and subcontractors is optional. The prebid conference will take place at: Bel Nor School (Existing Kindergarten Center) 3101 Nordic Drive St. Louis, MO For additional site visits Contractors must coordinate and gain approval from Owner to visit the site. Contractor shall contact: Mr. Randy Shipley Normandy Schools Collaborative Phone: (314) rshipley@normandysc.org The Schools District reserves the right to reject any and all Bids, to waive informalities therein to determine the lowest and best bid, and to approve the Bond. No Bid may be withdrawn for a period of 60 days subsequent to the specified time for receipt of bids. A Bid Bond or Certified Check made payable to the Owner, in the amount of 5% of the Base Bid shall accompany the Bid Packages as a guarantee that the Bidder, if awarded Contract, will furnish a satisfactory Performance and Payment Bond; execute the Contract; and proceed with the Work. Upon failure to do so, the Contractor shall forfeit the deposit or amount of the Bid Bond as liquidated damages, and no mistakes or errors on the part of the Bidder shall excuse the Bidder or entitle him to a return of the deposit or Bid Bond. Questions concerning this project shall be received in writing only. No questions shall be submitted to the Normandy Schools Collaborative. All questions shall be directed to: Ms. Angela Rodriguez TR,i Architects 9812 Manchester Road St. Louis, Missouri angela.rodriguez@triarchitects.com END OF SECTION

13 SECTION INSTRUCTION TO BIDDERS SECTION INSTRUCTIONS TO BIDDERS 1.1 SUMMARY A. Document Includes: AIA Document A , Instructions to Bidders B. Related Documents: 1. Document Invitation to Bid 2. Document Supplemental Instruction to Bidders 3. Document Bid Form 4. Document General Conditions - AIA 5. Document Supplementary Conditions PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION

14 SECTION INSTRUCTION TO BIDDERS THIS PAGE LEFT BLANK INTENTIALLY

15

16

17

18

19

20

21 SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS DOCUMENT 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," a copy of which is bound in this Project Manual. 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. Section Add this Section in its entirety: 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. Section Add this Section in its entirety: The Bidder has attended the mandatory Pre-Bid Conference. C. Section Add this section in its entirety: The Bidder has incorporated into the Bid adequate sums for work performed by installers whose qualifications meet those indicated in the Contract Documents. 1.4 ARTICLE 3 - BIDDING DOCUMENTS A COPIES 1. Section Delete this subparagraph in its entirety. B ADDENDA: 1. Section Revise to read as follows: a Addenda will be issued no later than four days prior to the date for receipt of Bids except an Addendum withdrawing the request for Bids or one which includes

22 SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS postponement of the date for receipt of bids, however Addenda may be issued at any time prior to the receipt of bids. 1.5 ARTICLE 4 - BIDDING PROCEDURES A PREPARATION of BIDS: 1. Section Revise to read as follows: a Bids shall be submitted on the forms included with the Bid Documents and no bids will be considered unless submitted on such forms. 2. Section Add the following: a Owner may elect to disqualify a bid due to failure to submit a bid in the form requested, failure to bid requested alternates, failure 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. B. BID SECURITY 1. Section Revise the first sentence to read as follows: a. Each Bid shall be accompanied by the Bid Security stipulated in the Invitation to Bid. C SUBMISSION of BIDS: 1. Section Add the following: a. Bids shall be submitted to the following address: Board of Education Normandy Schools Collaborative Attention: Randal Charles 3855 Lucas and Hunt Road St. Louis, MO Section Add the following: The submission of bids shall include the following completed, non-amended forms: Bid Form Bid Form Attachment C Site Visit Verification Bid Bond Three copies of AIA Document A305 Contractor s Qualification Statement Bidding Contractor s current Business License Key Personnel Resumes as described in Paragraph below. D. 4.4 MODIFICATION or WITHDRAWAL of BID: 1. Section Add the following: a In case of an apparent error, if the contractor asks to be released, the award shall be made to the next lowest qualified Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. 2. Section Add the following: a Such modifications to or withdrawal of a bid may only be made by persons authorized to act on behalf of the Bidder. Authorized persons are those so identified

23 SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS in the Bidder's corporate bylaws, specifically empowered by the Bidder's charter or similar legally binding document acceptable to Owner, or by a power of attorney, signed and dated, describing the scope and limitations of the power of attorney. Make such documentation available to Owner at the time of seeking modifications or withdrawal of the Bid. E. 4.5 SUBCONTRACTOR, SUPLLIERS, and MANUFACTURERS LIST BID SUPPLEMENT: 1. Section 4.6 Add the following: a Provide list of major subcontractors, suppliers, and manufacturers furnishing or installing products on forms provided at the time of Bid. 1.6 ARTICLE 6 - POSTBID INFORMATION A CONTRACTOR S QUALIFICATION STATEMENT: 1. Section Add the following: B Submittals: a Key Personnel: Bidders to whom award of the Contract is under consideration shall submit to the Architect one page resumes for the following personnel proposed for this project:. Project Superintendent Project Manager Project Scheduler The key personnel s experience with performing the same duties on similar projects of the scope and scale of this project will be consideration in the Owner and Architect s evaluation of the Bidders qualifications. 1. Section Add the following: a Submit information requested in Sections , , and no later than one week after Notice to Proceed END OF SECTION

24 SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS THIS PAGE LEFT BLANK INTENTIALLY

25 SECTION MBE-WBE UTILIZATION MINORITY/WOMEN/DISADVANTAGED BUSINESS ENTERPRISES PARTICIPATION A. The Normandy Schools Collaborative is committed to providing business opportunities to minority/women/disadvantaged owned business enterprises (M/W/DBE). 1. MBE means a business that is owned or controlled by one or more socially or economically disadvantaged persons. Such persons include Blacks, Puerto Ricans, Spanish-speaking Americans, American Indians, Eskimos, Aleuts, Hasidic Jews, Asian Pacific Americans and Asian Indians. 2. Owned or controlled by one or more socially and economically disadvantaged persons means that a socially and economically disadvantaged person(s) or a for-profit business or nonprofit organization controlled by such person(s), possess at least 51 percent of the ownership of the business, and its management and daily business operation are controlled by such persons. B. It is the policy of the Schools Collaborative to ensure that Minorities/Women/Disadvantaged Business Enterprises (DBE s as defined in 49 Code of Federal Regulations Part 26), have an equal opportunity to participate in construction projects. It is also the Collaborative s policy: 1. To ensure nondiscrimination in the award and administration of contracts; 2. To create a level playing field on which M/W/DBE s can compete fairly for contracts; 3. To ensure that the goals are narrowly tailored in accordance with applicable law; 4. To ensure that only firms that have been certified as M/W/DBE s are permitted to participate as M/W/DBE s and to monitor ongoing participation of M/W/DBE s and 5. To help remove barriers to participation of M/W/DBE s in contracts. C. This Policy Statement has been reviewed and approved by the Board of Education for distribution to M/W/DBE and non-m/w/dbe business communities that perform work for the Normandy Schools Collaborative on construction contracts as part of the solicitation documents package. D. The Normandy Schools Collaborative has adopted the following goals to address equitable M/W/DBE involvement in its improvement programs: 1. 25% of Contracts to Minority Owned Business. 2. 5% of Contracts to Women Owned Business 3. 35% of Field Employment of Minorities and/or Women. E. The achievement by bidders of the M/W/DBE participation goals and/or submission of documentation of efforts to obtain M/W/DBE participation will be a consideration in the award of a contract. F. DETERMINATION OF M/W/DBE PARTICIPATION: 1. The total dollar of the contract or subcontract awarded to a certified M/W/DBE is counted toward achieving the goal. In order to qualify for consideration as an M/W/DBE firm, a firm must be certified by one of the following: a. SLDC St. Louis Development Corporation b. MODOT Missouri Department of Transportation c. IDOT Illinois Department of Transportation d. BI-STATE AIRPORT AUTHORITY 2. The Normandy Schools Collaborative then will make its own determination which shall be final as to M/W/DBE certification of a firm

26 SECTION MBE-WBE UTILIZATION 3. The portion of the total dollar value of a contract awarded to a Joint Venture equal to the percentage to the ownership of the M/W/DBE partner in the joint venture is counted toward the goal. However, this percentage will only apply for non-subcontracted work. 4. Twenty percent (20%) of expenditures for materials and supplies obtained from an M/W/DBE supplier and 100% of such expenditures from an M/W/DBE manufacturer or dealer certified as such by SLDC or Airport Authority are counted toward the goal. END OF SECTION

27 SECTION MBE-WBE PARTICIPATION FORM NAME OF MBE SUBCONTRACTOR, SUPPLIER, JOINT VENTURE PARTNER MBE / WBE CERTIFIED BY BID AMOUNT AMOUNT APPLICABLE TO GOAL TOTAL MBE PARTICIPATION: TOTAL WBE PARTICIPATION: TOTAL MBE/WBE FIELD EMPLOYMENT PARTICIPATION: % % % THE UNDERSIGNED CERTIFIES THAT IT IS AN MBE FIRM OR WILL ENTER A FORMAL AGREEMENT WITH MBE CONTRACTORS FOR WORK IDENTIFIED ABOVE CONDITIONED UPON AWARD OF A SUBCONTRACT AGREEMENT. CONTRACTOR: BY: DATE:

28 SECTION MBE-WBE PARTICIPATION FORM THIS PAGE LEFT INTENTIONALLY BLANK

29 SECTION EXISTING CONDITION INFORMATION DOCUMENT EXISTING CONDITION INFORMATION 1.1 EXISTING CONDITION INFORMATION A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of the Bidders' own investigations. They are made available for Bidders' convenience and information but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. B. Related Requirements: 1. Document "Instruction to Bidders" and AIA Document A Instruction to Bidders for the Bidder's responsibilities for examination of Project site and existing conditions. 2. A hazardous materials report and drawings are included as part of the Contract Documents for information purposes only. Abatement is not part of this contract. END OF DOCUMENT

30 SECTION EXISTING CONDITION INFORMATION THIS PAGE LEFT BLANK INTENTIALLY

31 SECTION PREVAILING WAGE RATES SECTION PREVAILING WAGE RATES 1.1 SUMMARY A. Document Includes: 1. Annual Wage Order No 25 (Draft copy17 pages) B. Related Documents: 1. Document Invitation to Bid 2. Document Supplemental Instruction to Bidders 3. Document Bid Form 4. Document General Conditions - AIA 5. Document Supplementary Conditions 1.2 PREVAILING WAGE DETERMINATION AND REPORT FORMS A. The Prevailing Wage Determination issued by the State of Missouri, County of St. Louis effective at the time of the performance of the Work will be made part of the Contract Documents. These rates have been determined and issued by the Missouri Division of Labor and Standards pursuant to Section RSMo B. The Bidders and all Subcontractors must comply with the minimum wage rates set forth in the Prevailing Wage Determination, including any subsequent Prevailing Wage Determinations that are issued when the current Prevailing Wage Determination expires. C. The Contractor and each of its Subcontractors shall keep an accurate record showing the names and occupation of all laborers, workers, and mechanics employed by them, in connection with the : Bel Nor, Jefferson, Lucas Crossing, and Washington Schools Project, its officers and agents, and to the Director of Labor and his deputies and agents. These records of Employees and Wages Paid are required by the Prevailing Wage Determination. An affidavit shall be submitted stating compliance with the Prevailing Wage with each application for payment. In addition, weekly Certified Payroll submittal is required. D. The Contractor will forfeit as a penalty to Normandy Schools Collaborative, One Hundred Dollars ($100.00) for each worker employed, for each calendar day, or portion thereof, such worker is paid less than the said stipulated rates for any work done under a said Contract by the Contractor or by any Subcontractor under them. E. The Contractor s bonds will include such provisions as will guarantee the faithful performance of the prevailing hourly wage clause as provided by Contract. Section RSMo PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION

32 SECTION PREVAILING WAGE RATES THIS PAGE LEFT BLANK INTENTIALLY

33 Missouri Division of Labor Standards WAGE AND HOUR SECTION ERIC R. GREITENS, Governor Annual Wage Order No. 25 Section 100 ST. LOUIS COUNTY In accordance with Section RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO pursuant to 8 CSR (1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Original Signed by Matt Cowell, Director Division of Labor Standards Filed With Secretary of State: March 9, 2018 Last Date Objections May Be Filed: April 9, 2018 Prepared by Missouri Department of Labor and Industrial Relations

34 Building Construction Rates for ST. LOUIS COUNTY REPLACEMENT PAGE Section 100 Basic Over- OCCUPATIONAL TITLE ** Date of Hourly Time Holiday Total Fringe Benefits Increase * Rates Schedule Schedule Asbestos Worker (H & F) Insulator $ $23.17 Boilermaker 6/18 $ $30.81 Bricklayer and Stone Mason 6/18 $ $23.57 Carpenter 6/18 $ $17.31 Cement Mason 6/18 $ $19.00 Communication Technician $ $20.24 Electrician (Inside Wireman) $ $ % Electrician (Outside-Line Construction\Lineman) $ $ % Lineman Operator $ $ % Groundman $ $ % Elevator Constructor 6/18 a $ $ Glazier $ $26.20 Ironworker $ $ Laborer (Building): General $ $15.32 First Semi-Skilled $ $15.32 Second Semi-Skilled $ $15.32 Lather USE CARPENTER RATE Linoleum Layer and Cutter 6/18 $ $17.00 Marble Mason $ $15.25 Marble Finisher $ $14.48 Millwright USE CARPENTER RATE Operating Engineer Group I 6/18 $ $27.43 Group II 6/18 $ $27.43 Group III 6/18 $ $27.43 Group III-A 6/18 $ $27.43 Group IV 6/18 $ $27.43 Group V 6/18 $ $27.43 Painter $ $14.26 Pile Driver USE CARPENTER RATE Pipe Fitter $ $27.18 Plasterer $ $18.68 Plumber $ $27.18 Roofer \ Waterproofer $ $17.97 Sheet Metal Worker $ $22.72 Sprinkler Fitter - Fire Protection $ $23.27 Terrazzo Worker $ $14.26 Terrazzo Finisher $ $12.73 Tile Setter $ $15.25 Tile Finisher $ $14.48 Traffic Control Service Driver $ $9.045 Truck Driver-Teamster $ $10.82 Fringe Benefit Percentage is of the Basic Hourly Rate **Annual Incremental Increase *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 25 6/18

35 Building Construction Rates for ST. LOUIS COUNTY Footnotes Basic Over- OCCUPATIONAL TITLE ** Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Section 100 * Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR (2). Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR (3). a - Vacation: Employees over 5 years - 8%, under 5 years - 6% **Annual Incremental Increase ANNUAL WAGE ORDER NO. 25 3/18

36 REPLACEMENT PAGE ST. LOUIS COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1½) shall be paid for all work in excess of forty (40) hours per work week. NO. 3: Means the regular workday shall consist of eight (8) consecutive hours, exclusive of a thirty (30) minute lunch period, with pay at the straight time rate. The regular workday shall begin between the hours of 6:00 a.m. and 9:00 a.m. The Employer may have the option to schedule the work week from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather, holiday or other conditions beyond the control of the Employer, they shall have the option to work Friday at the straight time rate of pay to complete the forty (40) hours for the workweek. All overtime work performed on Monday through Saturday shall be paid at time and one-half (1½) the hourly rate plus an amount equal to one-half (½) of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Shifts may be established when considered necessary by the Employer. Shift hours and rates will be as follows. If shifts are established, work on the First Shift will begin between 6:00 a.m. and 9:00 a.m. and consist of eight (8) hours of work plus one-half hour unpaid lunch. Hours worked during the first shift will be paid at the straight time rate of pay. The second shift shall start eight hours after the start of the first shift and consist of eight (8) hours of work plus one-half hour unpaid lunch. Work on the second shift will begin between 2:00 p.m. and 5:00 p.m. and be paid the straight time rate plus $2.50 per hour. The third shift shall start eight hours after the start of the second shift and consist of eight (8) hours plus one-half hour unpaid lunch. Work on the third shift will begin between 10:00 p.m. and 1:00 a.m. and be paid the straight time rate plus $3.50 per hour. The additional amounts that are to be paid are only applicable when working shifts. Shifts that begin on Saturday morning through those shifts which end on Sunday morning will be paid at time and one-half these rates. Shifts that begin on Sunday morning through those shifts which end on Monday morning will be paid at double time these rates. NO. 11: Means eight (8) hours shall constitute a day's work, with the starting time to be established between 6:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-half (1½) shall be paid for first two (2) hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 15: Means the regular working day shall be scheduled to consist of at least eight (8) hours, but no more than ten (10) consecutive hours, exclusive of the lunch period. The regular working day may be scheduled to commence at any time between the hours of 5:00 a.m. and 10:00 a.m. All work performed in excess of forty (40) hours in one work week, or in excess of ten (10) hours in one work day shall be paid at the rate of one and one-half (1½) times the regular hourly wage scale. Any work performed on a Saturday shall be paid for at the rate of one and one-half (1½) times the regular hourly wage scale unless such Saturday work falls under the category of Saturday Make-Up Day. Any work performed by Employees anywhere on Sunday or recognized holidays, shall be paid for at the rate of double (2) time the regular wage scale. If, during the course of a work week, an Employee is unable to work for any reason, and, as a result, that Employee has not accumulated forty (40) hours of compensable time at the straight time rate, the Employer, at his option may offer the Employee the opportunity to work on Saturday at straight time; provided, however, if during the period worked by said Employee on Saturday, the Employee s compensable time at the straight time rate exceeds forty (40) hours, all time worked in excess of the forty (40) hours will be paid at the rate of one and one-half (1½) times the regular hourly wage scale. NO. 26: Means that the regular working day shall consist of eight (8) hours worked between 6:00 a.m., and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The employer may establish hours worked on a jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular working day shall consist of ten (10) hours worked consecutively, between 6:00 a.m. and 6:00 p.m., four (4) days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four (4) ten (10) hour day workweek has been established, will be paid at two times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times (2) the single time rate of pay. AWO OT in1.doc ANNUAL WAGE ORDER NO. 25 Page 1 of 7

37 REPLACEMENT PAGE ST. LOUIS COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 32: The regular working day shall consist of eight (8) hours of labor on the job between six (6) a.m. and four (4) p.m. and the regular working week shall consist of five (5) consecutive eight (8) hour days of labor on the job beginning with Monday and ending with Friday of each week. The normal work week is 40 hours. All full-time or part-time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All work performed during regular work hours on Saturdays will be paid at time and one-half (1½). All work performed outside of regular working hours and performed during the regular work week, shall be at double (2) times the regular rate, except that the first two (2) hours following the regular work day shall be paid at one and one-half (1½) times the regular rate. An early starting time of 6:00 a.m. may be used mutually agreed upon by the interested parties. SHIFT RATE: Shift work would start after 4:00 p.m. to 6:00 a.m. The first 8 hours would be at 115% of the basic wage rate. Overtime Monday through Friday would be at 1½ of base shift rate. Saturday regular work day hours 1½ of base shift rate. Saturday work after 8 hours 2 times the basic wage rate. Sunday and Holidays 2 times the basic wage rate. All work performed on recognized holidays and Sundays shall be paid double (2) time. Appropriate overtime rates to be based on fifteen minute increments. NO. 35: Means a regular work week of forty (40) hours, will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof maybe worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A work day is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time maybe advanced or delayed if mutually agreed to by the interested parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. NO. 43: Eight (8) hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m. Forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, shall be paid at time and one-half (1½) the regular straight time rate of pay. Contractor has the option to pay two (2) hours per day at the time and one-half (1½) the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2) time. NO. 44: Means forty (40) hours shall constitute a work week, Monday through Friday. Eight (8) hours shall constitute a work day. Hours of work shall be between the hours of 7:00 a.m. and 4:30 p.m. All work performed before 7:00 a.m. and after 4:30 p.m. and all work performed in excess of eight (8) hours in any one work day, over forty (40) hours in any work week and the first eight (8) hours of work on Saturday, shall be paid at the rate of one and one-half (1½) times the regular rate of pay. All hours worked in excess of eight (8) hours on Saturday, all hours worked on Sunday and on holidays, or days that may be celebrated as such, and as designated by the federal government, shall be paid at two (2) times the regular rate of pay. All shifts for work performed between the hours of 4:30 p.m. and 1:00 a.m. shall receive eight (8) hours pay at the regular hourly rate of pay plus two dollars ($2.00) per clock hour. All work performed between the hours of 12:30 a.m. and 9:00 a.m. on a third shift shall receive eight (8) hours pay at the regular hourly rate plus four dollars ($4.00) per clock hour. All overtime work required after the completion of a regular shift shall be paid at one and one-half times (1½ x) the shift hourly rate. NO. 55: Means the regular work day shall be eight (8) hours between 6:00 a.m. and 4:30 p.m. The first two (2) hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & one-half (1½) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. NO. 66: Means eight (8) hours shall constitute a day s work beginning at 7:00 a.m. (or 8:00) A.M. and ending at 3:30 (or 4:30) P.M. The work week shall be forty (40) hours beginning Monday at 7:00 a.m. (or 8:00) A.M. And ending Friday at 3:30 (or 4:30) P.M. The Employer at his option may use a flexible starting time between the hours of 6:00 a.m. and 8:00 a.m. All overtime, that is worked outside of the above established working hours of Monday through Friday, shall be paid at double (2) time, including Saturdays, Sundays and Holidays. AWO OT in1.doc ANNUAL WAGE ORDER NO. 25 Page 2 of 7

38 REPLACEMENT PAGE ST. LOUIS COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 67: Means eight (8) hours shall constitute a day's work, with a flexible starting time to begin between 6:00 a.m. to 8:00 a.m., five (5) days a week, Monday through Friday. Any work over eight (8) hours in any one day shall be at the overtime rate, which is time & one-half (1½). Any work on Saturday shall be at time & one-half (1½), unless a Make-Up Day due to inclement weather is in effect. Any work on Sundays or holidays shall be at double (2) time. Four (4) days, ten (10) hours each day to be worked during Monday through Friday, shall be paid at straight time. A Make-Up Day Due To Inclement Weather Only - Employee(s) will be permitted to work an eight (8) hour make-up day on Saturday only, and the employee will receive the regular straight time wage rate. NO. 72: Means that except as is otherwise provided herein, the work week shall be determined to begin at 8:00 a.m. Wednesday and end at 4:30 p.m. on the following Tuesday. Except as herein provided, working hours are from 8:00 a.m. to 11:55 a.m. and 12:30 p.m. to 4:25 p.m. and no more than the regular hours shall be worked during the forenoon or afternoon at the regular rate. In the case of days of inclement weather starting time and quitting time may be adjusted so long as the hours worked on such days do not exceed eight (8) and do not extend beyond 4:30 p.m. In circumstances where the Employee or Employees have regularly been working overtime on a particular day or days, no adjustment in the starting time shall operate to deprive Employees of overtime pay, which they would have otherwise received but for the change in the starting time. The parties understand that the application of the provisions of the preceding sentence will result in Employees receiving overtime pay even where they have not worked more than with (8) hours on a particular day. Regardless of the staring time, the forenoon working hours shall end at 11:55 a.m. and the afternoon working hours shall begin at 12:30 p.m. and end 8 hours and 25 minutes after the staring time fixed by the Employer for forenoon hours. Work performed by an employee on a non-holiday Saturday, except as hereinafter provided, or at night or before or after regular working hours on a non-holiday weekday, shall be considered overtime work, for which Employees working during such time shall be paid at the rate of one and one-half (1½) times their regular hourly wage rate for each hour or fraction thereof, worked during such time. Work performed on a Sunday or the recognized holidays shall be considered overtime work for which the Employee shall be paid twice the amount of his or her regular hourly wage rate for each hour or fraction thereof worked on any such day. NO. 76: Means the standard workday shall consist of eight (8) hours of work between the hours of 8:00 a.m. and 4:30 p.m. with a thirty (30) minute unpaid lunch hour occurring in the middle of the shift. The standard workweek shall consist of five standard workdays commencing on Monday and ending on Friday. The normal starting and quitting times may be changed by mutual consent of interested parties. All time worked before and after the established eight (8) hour workday, Monday through Friday, and all time worked on Saturday, shall be paid for at the rate of time & one-half (1½) the hourly base wage rate in effect. All time worked on Sunday and holidays shall be paid at the rate of double (2) the hourly wage in effect. All work done on Saturday will be done at time & one-half (1½), unless Saturday shall be used as a make-up day. If an employee should lose one or more days in a work week and use Saturday as a make-up day the pay shall be at the regular hourly base wage rate and benefits. NO. 77: Means the regular workday shall consist of eight (8) consecutive hours, exclusive of a thirty (30) minute lunch period, with pay at the regular straight time hourly rate. The regular workday shall begin on the job site between the hours of 6:00 a.m. and 8:00 a.m. with the starting time to be determined by the Employer, unless project owner requires different starting time. This adjustable starting time can, at the Employer s option, be staggered to permit starting portions of the work force at various times within the prescribed hours. The Employer may establish a four (4) ten (10) hour shift exclusive of the thirty (30) minute lunch period at the straight time wage rate. Forty (40) hours per week shall constitute a week s work Monday through Thursday. In the event a job is down due to weather conditions, safety or other conditions beyond the control of the Employer, then Friday may, at the option of the employer, be worked as a make-up day at the straight time wage rate. Straight time is not to exceed ten (10) hours a day or forty (40) hours per week. Time and onehalf (1 ½) shall be paid for all overtime hours worked during the week, Monday through Friday and for all work performed on Saturday. Double (2) time shall be paid for all time worked on Sunday and recognized holidays. AWO OT in1.doc ANNUAL WAGE ORDER NO. 25 Page 3 of 7

39 REPLACEMENT PAGE ST. LOUIS COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 80: Means eight (8) hours shall constitute the regular work day and forty (40) hours a work week, Monday through Friday. The Employer shall establish the starting time between 6:30 a.m. through 9:00 a.m. An Employer may further adjust the starting time up to 9:30 a.m. throughout the year. Time and one-half (1½) shall be paid after eight (8) consecutive hours worked after the established starting time and for hours worked before the established starting time. Time and one-half (1½) shall be paid for work performed on Saturdays. Work performed on Sundays and Holidays shall be paid at the double (2) time rate of pay. The Employer when working on Highway and Road Work may have the option to schedule the work week for his paving crew only from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate of time and one-half (1½). If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather (rain, snow, sleet falling), the Employer shall have the option to work Friday at the straight time rate of pay to complete the forty (40) hours. NO. 82: Means the work day shall consist of eight (8) hours worked between 7:00 a.m. and 4:30 p.m. Forty (40) hours will constitute the work week from Monday through Friday, inclusive. Up to four (4) hours of overtime work per day performed before or after the assigned normal work day, (twelve (12) continuous hours, starting no earlier than 6:00 a.m., Monday through Friday), shall be paid at a rate of one and one-half times (1.5x) that employee s hourly rate. Any additional overtime, Monday through Friday, shall be paid at two times (2x) the regular rate of pay. The first eight hours of overtime work on Saturday shall be paid at the rate of one and one-half times (1.5x) the regular rate of pay. Hours worked in excess of eight (8) hours on Saturday shall be paid at two times (2x) the regular rate of pay. Double time shall be paid for work performed on Sundays, recognized legal holidays or days that may be celebrated as such as designated by the federal government. All shifts for work performed between the hours of 4:30 p.m. and 1:00 a.m. shall be paid at the regular hourly rate plus two dollars ($2.00) per clock hour. All shifts for work performed between the hours of 12:30 a.m. and 9:00 a.m. shall be paid at the regular hour rate plus four dollars ($4.00) per clock hour. All overtime work required after the completion of a regular shift shall be paid at one and one-half times (1.5x) the shift hourly rate. NO. 83: Means eight (8) hours shall constitute the regular workday except when the Employer elects to work Four, 10- Hour days as explained in this Section with starting time to be between the hours of 6:00 a.m. and 9:00 a.m. as determined by the Employer. This adjustable starting time can, at the Employer s option, be staggered to permit starting portions of the work force at various times within the prescribed hours. Overtime is to be paid after eight (8) hours at the rate of time and one-half (1½). The Employer may have the option to schedule his workweek from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate of time and one-half (1½). If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather (rain, snow, sleet falling) he shall have the option to work Friday at the straight time rate of pay to complete his forty (40) hours. However, should a holiday occur, Monday through Thursday, the Employer shall have the option to work Friday at the straight time rate of pay, unless work is halted due to inclement weather (rain, snow, sleet falling). The work week is to begin on Monday. Time and one-half (1½) shall be paid for Saturday work. Double (2) time shall be paid for all Sunday work and work performed on recognized holidays. NO. 87: Means eight (8) hours starting between 6:00 a.m. and 8:00 a.m. and ending between 2:30 p.m. and 4:30 p.m. at the Employers discretion shall constitute a day s work. Any work prior to 6:00 a.m. or after eight (8) hours shall be paid at the overtime rate. Five (5) days from Monday through Friday inclusive shall constitute a regular work week. All hours before and after these regular hours shall be considered overtime and shall be paid for at the rate of double (2) time. All work on Saturday and Sunday shall be paid at double (2) the prevailing scale of wages. AWO OT in1.doc ANNUAL WAGE ORDER NO. 25 Page 4 of 7

40 REPLACEMENT PAGE ST. LOUIS COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 91: Means eight (8) hours shall constitute a day s work commencing at 7:00 a.m. and ending at 3:30 p.m., allowing one-half (½) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular workweek shall consist of forty (40) hours of five (5) workdays, Monday through Friday. The workweek may consist of four (4) ten (10) hour days from Monday through Thursday, with Friday as a make-up day. If the make-up day is a holiday, the employee shall be paid at the double (2) time rate. The employees shall be paid time and one-half (1½) for work performed on Saturdays, before the regular starting time or after the regular quitting time or over eight (8) hours per work day (unless working a 10-hour work day, then time and one-half (1½) is paid for work performed over ten (10) hours a day) or over forty (40) hours per work week. Work performed on Sundays and recognized holidays shall be paid at the double (2) time rate of pay. SHIFT WORK: When it is necessary for the project to operate in shifts, there will be three (3) eight (8) hour shifts commencing at 8:00 a.m. Shift work must continue for a period of not less than three (3) consecutive work days, two (2) days which must be regular work days (Monday through Friday). In the event the second or third shift of any regular work day shall fall into a Saturday or a holiday, such extension into a Saturday or holiday shall be considered as part of the previous workday and employees shall be paid at the regular shift rate. The first day shift shall work a regular eight (8) hour day at regular rates. The second shift shall be eight (8) hours regular time pay plus $2.50 per hour premium for eight (8) hours work. Third shift will be for eight (8) hours regular time pay plus $3.00 per hour premium for eight (8) hours work. NO. 92: Means all work performed from 8:00 a.m. to 4:30 p.m., Monday through Friday, will be at straight time pay up to forty (40) hours per week. All work performed Monday through Friday before 8:00 a.m. and after 4:30 p.m. will be done at time and one-half (1½). All work done on Saturday will be done at time and one-half (1½), unless the employer and employee agree that Saturday shall be used as a make-up day. The Employer may use a flexible starting time of 7:00 a.m. to 8:00 a.m., and quitting time of 3:30 p.m. to 4:30 p.m., and any such different work starting time shall determine whether wages are payable at the straight rate or the premium rate. All work performed on Saturday shall be paid for at time and one-half (1½), unless the Saturday has been used as a make-up day. All work performed on Sunday and holidays shall be paid for at the rate of double (2) time. NO. 97: Means the regular workday shall consist of eight (8) consecutive hours, exclusive of a thirty minute lunch period with pay at the regular straight time hourly rate. The regular workday shall begin on the job site between the hours of 6:00 a.m. and 9:00 a.m. with the starting time to be determined by the Employer. This adjustable start time can, at the Employer s option, be staggered to permit starting portions of the work force at various times within the prescribed hours. The workweek shall begin Monday at the established starting time. The Employer may establish a four (4) ten (10) hour shift exclusive of a thirty (30) minute unpaid lunch period at the straight time wage rate. Forty (40) hours per week shall constitute a week s work, Monday through Thursday. In the event a job is down due to weather conditions, holiday, or other conditions beyond the control of the Employer, then Friday may, at the option of the Employer, be worked as a make-up day at the straight time wage rate. Straight time is not to exceed ten (10) hours a day or forty (40) hours per week. When an Employer works a project on a four (4) ten (10) hour day work schedule, the Employer will not bring in any other crew for a fifth workday on the project while not calling in the normal crew that had been scheduled for that project. Time and one-half (1½) shall be paid for work performed in excess of eight (8) hours on any regular workday or outside the hours limiting a regular workday, Monday through Friday. Time and one-half (1½) shall be paid for work performed on Saturdays. Double (2) time shall be paid for work performed on Sundays and recognized holidays. Projects that cannot be performed during regular workday: If required by owner, the contractor may perform work outside the normal work hours and employees shall be paid applicable straight time hourly wage rate plus a premium of two dollars and fifty cents ($2.50) per hour for the first eight (8) hours worked. Any hours worked in excess of eight (8) hours shall be paid at the applicable overtime rate plus the two dollar and fifty cent ($2.50) per hour premium. Shift Work: Shifts may be established when considered necessary be the Employer. Shifts hours and rates will be as follows: First Shift, Eight (8) hours plus one-half (1/2) hour for lunch. Second Shift, Eight (8) hours plus one-half (1/2) hour for lunch. Third Shift, Eight (8) hours plus one-half (1/2) hour for lunch. Shifts shall be established for a minimum of three (3) consecutive workdays. The first shift will be paid at eight (8) hours straight time for eight (8) hours work. The second shift will be paid eight (8) hours straight time plus a two dollar and fifty cent ($2.50) per hour premium for eight (8) hours work, and third shift shall be paid eight (8) hours straight time plus a three dollar and fifty cent ($3.50) per hour premium for eight (8) hours work. Overtime is computed after the premium has been added to the hourly wage rate. Nothing above prohibits the working of two (2) shifts at greater than eight (8) hours with the excess hours to be paid at overtime rate. AWO OT in1.doc ANNUAL WAGE ORDER NO. 25 Page 5 of 7

41 REPLACEMENT PAGE ST. LOUIS COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 104: Means eight (8) hours per day shall constitute a standard work day between the hours of 6:00 a.m. and 8:00 p.m. The standard work week shall be forty (40) hours between 6:00 a.m. on Monday and ending 8:00 p.m. on Friday. An overtime rate of time and one-half (1½) the base hourly rate shall be paid on all hours in excess of eight (8) hours in a day Monday through Friday. Saturdays shall be considered overtime and work done on Saturday shall be paid at time and one-half (1½) the prevailing scale. Sundays and holidays shall be considered overtime and work done on these days shall be paid at double (2) the prevailing scale. NO. 109: Means a workday of eight (8) hours shall constitute the regular day s work beginning at 8:00 a.m. through 4:30 p.m.; five (5) days shall constitute a work week from Monday to Friday inclusive; time and one-half (1½) shall be paid for all work performed before 8:00 a.m. or after 4:30 p.m. of any day Monday through Friday, and all hours worked on Saturday. Double (2) time shall be paid for all work performed on Sunday or any of the recognized holidays. Overtime shall be computed at one-half (1/2) hour intervals. A flexible starting time for eight (8) hours shall constitute the regular workday between the hours of 6:00 a.m. and 5:30 p.m. with starting time determined by the Employer. This adjustable starting time can, at the employer s option, be staggered to permit starting portions of the work force at various times within the prescribed hours. The Employer may have the option to schedule his workweek from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather (rain, snow, sleet falling), he shall have the option to work Friday at the straight time rate of pay to complete his forty (40) hours. When an Employer works a project of a four (4) ten (10) hour day work schedule, the Employer will not bring in any other crew for a fifth workday on the project while not calling in the normal crew that had been scheduled for that project. Projects that cannot be performed during regular workday: If required by owner, the contractor may perform work outside the normal work hours and employees shall be paid applicable straight time hourly wage rate plus a premium of two dollars and fifty cents ($2.50) per hour for the first eight (8) hours worked. Any hours worked in excess of eight (8) hours shall be paid at the applicable overtime rate plus the two dollar and fifty cent ($2.50) per hour premium. Shift work: Shifts may be established when necessary by the Employer. Shifts shall be established for a minimum of three (3) consecutive workdays. The first shift will be paid at eight (8) hours straight time pay for eight (8) hours work. The second shift will be paid at eight (8) hours straight time pay plus a two dollar and fifty cent ($2.50) per hour premium for eight (8) hours work. The third shift will be paid at eight (8) hours straight time pay plus a three dollar and fifty cent ($3.50) per hour premium for eight (8) hours work. Payment for shift work shall be determined when an Employer first begins his shift operation, i.e., the shifts which begin on Friday morning and end on Saturday morning will be paid straight time; the shifts which start on Saturday morning and end on Sunday morning will be paid at time and one-half (1½); the shift that start on Sunday morning and end on Monday morning will be paid at two (2) times the regular rate of pay. Employees working during the normal workday shall receive first shift pay; employees working predominantly in the evening hours shall receive second shift pay; employees working predominately during the early morning hours will receive third shift pay. Nothing above prohibits the working of two (2) shifts greater than eight (8) hours with excess hours to be paid at overtime rate. NO. 114: Means eight (8) hours shall constitute a regular work day between the hours of 7:00 a.m. and 5:30 p.m. with a thirty (30) minute lunch period to start between the hours of 11:00 a.m. and 1:00 p.m. Five (5) days shall constitute a regular work week commencing on Monday and ending on Friday. One and one-half (1½) times the regular hourly rate of pay shall be paid for all overtime work, with the exception of holidays or Sundays. Overtime work shall be deemed to include any work performed in excess of eight (8) hours on any day in the regular work week, or any work performed before 7:00 a.m. or after 5:30 p.m. on any day in the regular work week. If a crew is prevented from working forty (40) hours Monday through Friday by reason of inclement weather, then Saturday may be worked by that crew as a make-up day at the straight time rate. Double (2) time shall be paid for work performed on Sundays and holidays, or days observed as such. Shift Work: In the case of three (3) shifts, workmen shall be paid eight (8) hours for seven and onehalf (7½) hours worked. NO. 116: Means the standard work day shall consist of eight (8) hours of work between the hours of 8:00 a.m. and 4:30 p.m. The standard work week shall consist of five standard work days commencing on Monday and ending on Friday inclusive. All time worked before and after the established eight (8) hour work day, Monday through Friday, and all time worked on Saturdays, shall be paid for at the rate of time & one-half (1½) the hourly base wage rate in effect. All time worked on Sundays and recognized holidays shall be paid for at the rate of double (2) the hourly base wage rate in effect. AWO OT in1.doc ANNUAL WAGE ORDER NO. 25 Page 6 of 7

42 REPLACEMENT PAGE ST. LOUIS COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 126: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. If a second or third shift is used, the regular starting time of the second shift shall be 4:30 p.m. and the regular starting period for the third shift shall be 12:30 a.m. These times may be adjusted by the employer. The day shift shall work a regular eight (8) hours shift as outlined above. Employees working a second shift shall receive an additional $0.25 above the regular hourly rate and perform seven and one-half (7½) hours work for eight (8) hours pay. Third shift employees shall be paid an additional $0.50 above the regular hourly rate and work seven (7) hours for eight (8) hours pay. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. All time worked before and after the established workday of eight (8) hours, Monday through Friday, and all time worked on Saturday shall be paid at the rate of time and one-half (1½) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double (2) time rate of pay except in cases where work is part of an employee's previous day s shift. For all overtime hours worked $29.15 of the fringe benefits portion of the prevailing wage shall be paid at the same overtime rate at which the cash portion of the prevailing wage is to be paid. The remaining $1.66 of the fringe benefit portion of the prevailing wage may be paid at straight time. AWO OT in1.doc ANNUAL WAGE ORDER NO. 25 Page 7 of 7

43 ST. LOUIS COUNTY BUILDING CONSTRUCTION - HOLIDAY SCHEDULE NO. 3: All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving and Christmas shall be compensated at the double (2) time rate of pay. When any of these holidays fall on a Sunday, the following Monday shall be observed. NO. 5: All work that shall be done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran s Day, Thanksgiving Day, and Christmas Day shall be paid twice the amount of his or her regular hourly wage rate for each hour or fraction thereof worked on any such day. NO. 6: The following days are recognized as holidays: New Year s Day, Memorial Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day and any additional holidays which may be mutually agreed upon. Whenever any such holiday falls on a Sunday, the following Monday shall be recognized and observed as the holiday. Work performed on Sundays and holidays shall be paid at the double time rate of pay. No work shall be performed on Labor Day. NO. 7: The following days are assigned days and are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week. However, no reimbursement for these eight (8) hours is to be paid to the workman unless worked. If workman are required to work the above enumerated holidays or days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work. NO. 8: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate of pay. NO. 12: All work done on New Year's Day, Decoration Day, Independence Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Should any of these days fall on Sunday, then the following day shall be observed as the holiday. Under no circumstances shall employees be permitted to work on Labor Day. NO. 17: All work performed by Employees working on the following legal holidays, namely New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, to be celebrated on either its national holiday or on the day after Thanksgiving whichever is agreed upon, Thanksgiving Day and Christmas Day shall be paid at the rate of double (2) time. NO. 18: All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day, the Friday following Thanksgiving and Christmas Day shall be paid at the double time rate of pay. When one of the above holidays falls on Sunday, the following Monday shall be considered the holiday, and when one of the above holidays falls on Saturday, the preceding Friday shall be considered the holiday, and all work performed on said day(s) shall be paid at the double time rate. NO. 25: All work done on New Year's Day, Martin Luther King Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving, Christmas Day, Presidential Election Day, or days locally observed as such, and Saturday and Sunday shall be recognized as holidays and shall be paid at the double (2) time rate of pay. If a named holiday falls on a Saturday, the holiday will be observed on the preceding Friday. When a named holiday falls on Sunday, the Monday after will be observed as the holiday. Appropriate overtime rates to be based on fifteen minute increments. NO. 26: All work done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a Holiday occurs on Saturday it shall not be observed on either the previous Friday or the following Monday. Such days shall be regular work days. If such a holiday occurs on Sunday it shall be observed on the following Monday. ANNUAL WAGE ORDER NO. 25 AWO BHol.doc Page 1 of 3

44 ST. LOUIS COUNTY BUILDING CONSTRUCTION - HOLIDAY SCHEDULE NO. 27: All work done on the following holidays or days observed as such shall be paid at the double time rate of pay: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. NO. 31: All work done on New Year's Day, Presidents Day, Good Friday, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and Employee's Birthday shall be paid at the double time rate of pay. If a holiday falls on Sunday, the following Monday will be observed as the recognized holiday. If a holiday falls on Saturday, the preceding Friday will be observed as the recognized holiday. NO. 36: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. An Employer working a four (4) day, ten (10) hour schedule may use Friday as a make-up day when an observed holiday occurs during the work week. Employees have the option to work that make-up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 41: The following days shall be observed as legal holidays: New Year s Day, Memorial Day, Fourth of July, Labor Day, Veteran s Day, Thanksgiving Day and Christmas Day. No work shall be performed on the Fourth of July, Labor Day or Christmas Day. Any work performed on the above holidays shall be paid for at two (2) times the regular straight time rate of pay. When any of the above holidays fall on Sunday, the following Monday shall be observed as such holiday. If a holiday falls on Saturday, it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. NO. 45: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving, the day before Christmas, and Christmas Day, shall be paid at the double time rate of pay. NO. 47: The following holidays are recognized: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving and Christmas Day. When a holiday listed above falls on Saturday, it shall be celebrated on the Friday preceding the holiday. When a holiday falls on Sunday, the following Monday shall be observed. Holidays referred to above shall be paid for at the double (2) time rate of pay when worked. NO. 51: All time worked on Sundays and recognized holidays shall be paid for at the rate of double (2) the hourly base wage rate in effect. The Employer agrees to recognize the following holidays: New Year s Day, Memorial Day, Independence Day, Labor Day, Veteran s Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it shall be recognized on the following Monday. If the holiday falls on a Saturday, it shall be recognized as a Saturday only holiday. NO. 54: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran s Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. NO. 60: All work performed on New Year's Day, Armistice Day (Veteran's Day), Decoration Day (Memorial Day), Independence Day (Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. ANNUAL WAGE ORDER NO. 25 AWO BHol.doc Page 2 of 3

45 ST. LOUIS COUNTY BUILDING CONSTRUCTION - HOLIDAY SCHEDULE NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such, of New Year s Day, Decoration Day, Fourth of July, Labor Day, Veteran s Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year s Day, Memorial Day, July Fourth, Labor Day, Veteran s Day, Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas are also holidays, however, if the employer chooses to work the normal work hours on these days, the employee will be paid at straight -time rate of pay. If a holiday falls on a Saturday, the holiday will be observed on Saturday; if a holiday falls on a Sunday, the holiday will be observed on the following Monday. NO. 71: All work performed on the following recognized holidays, or days that may be celebrated as such, shall be paid at the double (2) time rate of pay: New Year s Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving and Christmas Day. If a holiday falls on Sunday, it shall be celebrated on Monday. If a holiday falls on Saturday, it shall be celebrated on the Friday proceeding such Saturday. NO. 73: The following days are recognized as holidays: New Year s Day, Memorial Day, Fourth of July, Labor Day, Veteran s Day (or mutually agreed date of the Friday after Thanksgiving Day may be substituted for Veteran s Day), Thanksgiving Day and Christmas Day, or in the event that any of said Holidays falls on Sunday, then the day or days generally recognized as such. Any work performed anywhere on any of the aforesaid Holidays, or on the day or days recognized and observed as such, shall be paid for at double (2) time the regular hourly rate. ANNUAL WAGE ORDER NO. 25 AWO BHol.doc Page 3 of 3

46 Heavy Construction Rates for ST. LOUIS COUNTY REPLACEMENT PAGE Section 100 Basic Over- OCCUPATIONAL TITLE * Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Carpenter 6/18 $ $17.31 Cement Mason 6/18 $ $19.00 Electrician (Outside-Line Construction\Lineman) $ $ % Lineman Operator $ $ % Lineman - Tree Trimmer $ $ % Groundman $ $ % Groundman - Tree Trimmer $ $ % Laborer General Laborer $ $15.32 Millwright 6/18 $ $17.31 Operating Engineer Group I 6/18 $ $27.43 Group II 6/18 $ $27.43 Group III 6/18 $ $27.43 Group IV 6/18 $ $27.43 Oiler-Driver 6/18 $ $27.43 Pile Driver 6/18 $ $17.31 Traffic Control Service Driver $ $9.045 Truck Driver-Teamster $ $10.82 Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR (3). Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR (2). If a worker is performing work on a heavy construction project within an occupational title that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate sheet. *Annual Incremental Increase ANNUAL WAGE ORDER NO. 25 6/18

47 ST. LOUIS COUNTY HEAVY CONSTRUCTION - OVERTIME SCHEDULE FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1½) shall be paid for all work in excess of forty (40) hours per work week. NO. 9: Eight (8) hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m. Forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, shall be paid at time and one-half (1½) the regular straight time rate of pay. Contractor has the option to pay two (2) hours per day at the time and one-half (1½) the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Worked performed in the first eight (8) hours on Saturday shall be paid at the rate of one and eight tenths (1.8) the regular straight time rate. Work performed outside these hours and on Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2) time. NO. 10: Means the regular workday for which employees shall be compensated at straight time hourly rate of pay shall, unless otherwise provided for, begin at 8:00 a.m. and end at 4:30 p.m. The regular workweek shall consist of five (5) days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. except as may be modified. The starting time may be either advanced or delayed one hour or two hours at the discretion of the Employer. The Employer may have the option to schedule his work week from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate. If the Employer elects to work Monday through Thursday and is stopped due to inclement weather, holidays or other conditions beyond the control of the Employer, he shall have the option to work Friday at the straight time rate of pay to complete the forty (40) hour workweek. All necessary overtime and work performed on Saturday, shall be paid at time and one-half (1½) the hourly rate, plus an amount equal to one-half (½) of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate, plus an amount equal to the hourly Total Indicated Fringe Benefits. Shifts may be established when considered necessary by the Employer. Shift hours and rates will be as follows. If shifts are established, work on the First Shift will begin between 6:00 a.m. and 9:00 a.m. and consist of eight (8) hours of work plus one-half hour unpaid lunch. Hours worked during the first shift will be paid at the straight time rate of pay. The second shift shall start eight hours after the start of the first shift and consist of eight (8) hours of work plus one-half hour unpaid lunch. Work on the second shift will begin between 2:00 p.m. and 5:00 p.m. and be paid the straight time rate plus $2.50 per hour. The third shift shall start eight hours after the start of the second shift and consist of eight (8) hours plus one-half hour unpaid lunch. Work on the third shift will begin between 10:00 p.m. and 1:00 a.m. and be paid the straight time rate plus $3.50 per hour. The additional amounts that are to be paid are only applicable when working shifts. Shifts that begin on Saturday morning through those shifts which end on Sunday morning will be paid at time and one-half these rates. Shifts that begin on Sunday morning through those shifts which end on Monday morning will be paid at double time these rates. NO. 11: Means the regular work day shall consist of eight (8) consecutive hours, exclusive of a thirty (30) minute lunch period, with pay at the regular straight time hourly rate. The regular workday shall begin on the jobsite between the hours of 6:00 a.m. and 8:00 a.m. with the starting time to be determined by the Employer, unless project owner requires different starting time. This adjustable starting time can, at the Employer s option, be staggered to permit starting portions of the work force, at various times within the prescribed hours. The Employer may establish a four (4) ten (10) hour shift exclusive of the thirty (30) minute lunch period at the straight time wage rate. Forty (40) hours per work week shall constitute a week s work Monday through Thursday. In the event a job is down due to weather conditions, safety or other conditions beyond the control of the Employer, then Friday may, at the option of the Employer, be worked as a makeup day at the straight time wage rate. Straight time is not to exceed ten (10) hours a day or forty (40) hours per week. Time and one-half (1½) shall be paid for all overtime hours worked during the week, Monday through Friday, and for all work performed on Saturday. Double time shall be paid for all time worked on Sunday and recognized holidays. For all overtime hours worked during the week or on Saturday $16.25 of the fringe benefits portion of the prevailing wage shall be paid at time and one-half (1½). For all overtime hours worked on Sundays or recognized holidays $16.25 of the fringe benefits portion of the prevailing wage shall be paid double time. The remaining $.80 of the fringe benefit portion of the prevailing wage shall be paid at straight time. AWO HOT.doc ANNUAL WAGE ORDER NO. 25 Page 1 of 2

48 ST. LOUIS COUNTY HEAVY CONSTRUCTION - OVERTIME SCHEDULE NO. 16: Means the regular workday shall consist of eight (8) consecutive hours, exclusive of a thirty (30) minute lunch period with pay at the straight time hourly rate. The regular workday shall begin on the job site between the hours of 6:00 a.m. and 9:00 a.m. with the starting time to be determined by the Employer. This adjustable start time can, at the Employer s option, be staggered to permit starting portions of the work force at various times within the prescribed hours. The workweek shall begin Monday at the established starting time. The Employer may establish a four (4) ten (10) hour shift exclusive of a thirty (30) minute unpaid lunch period at the straight time wage rate. Forty (40) hours per week shall constitute a week s work, Monday through Thursday. In the event a job is down due to weather conditions, holiday, or other conditions beyond the control of the Employer, then Friday may, at the option of the Employer, be worked as a make-up day at the straight time wage rate. Straight time is not to exceed ten (10) hours a day or forty (40) hours per week. When an Employer works a project on a four (4) ten (10) hour day work schedule, the Employer will not bring in any other crew for a fifth workday on the project while not calling in the normal crew that had been scheduled for that project. Time and one-half (1½) shall be paid for work performed in excess of eight (8) hours on any regular workday or outside the hours limiting a regular workday, Monday through Friday. Time and one-half (1½) shall be paid for work performed on Saturdays. Double (2) time shall be paid for work performed on Sundays and recognized holidays. Projects that cannot be performed during regular workday: If required by owner, the contractor may perform work outside the normal work hours and employees shall be paid applicable straight time hourly wage rate plus a premium of two dollars and fifty cents ($2.50) per hour for the first eight (8) hours worked. Any hours worked in excess of eight (8) hours shall be paid at the applicable overtime rate plus the two dollar and fifty cent ($2.50) per hour premium. Shift work: Shifts may be established when considered necessary be the Employer. Shifts hours and rates will be as follows: First Shift, Eight (8) hours plus one-half (1/2) hour for lunch. Second Shift, Eight (8) hours plus one-half (1/2) hour for lunch. Third Shift, Eight (8) hours plus one-half (1/2) hour for lunch. Shifts shall be established for a minimum of three (3) consecutive workdays. The first shift will be paid at eight (8) hours straight time for eight (8) hours work. The second shift will be paid eight (8) hours straight time plus a two dollar and fifty cent ($2.50) per hour premium for eight (8) hours work, and third shift shall be paid eight (8) hours straight time plus a three dollar and fifty cent ($3.50) per hour premium for eight (8) hours work. Overtime is computed after the premium has been added to the hourly wage rate. Nothing above prohibits the working of two (2) shifts at greater than eight (8) hours with the excess hours to be paid at overtime rate. NO. 17: Means eight (8) hours shall constitute the regular work day and forty (40) hours a work week, Monday through Friday. The Employer shall establish the starting time between 6:30 a.m. through 9:00 a.m. An Employer may further adjust the starting time up to 9:30 A.M. throughout the year. Time and one-half (1½) shall be paid after eight (8) consecutive hours worked after the established starting time and for hours worked before the established starting time. Time and one-half (1½) shall be paid for work performed on Saturdays. Work performed on Sundays and Holidays shall be paid at the double (2) time rate of pay. The Employer when working on Highway and Road Work may have the option to schedule the work week for his paving crew only from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate of time and one-half (1½). If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather (rain, snow, sleet falling), the Employer shall have the option to work Friday at the straight time rate of pay to complete the forty (40) hours. NO. 25: Means a regular work week of forty (40) hours, starting on Monday and ending on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof maybe worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A work day is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time maybe advanced or delayed if mutually agreed to by the interest parties. All hours worked on recognized holidays, or days observed as such, double (2) time shall be paid. NO. 26: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interest parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. NO. 32: Means the overtime rate shall be time and one-half the regular rate for work over forty (40) hours per week. Sundays and Holidays shall be paid at double the straight time rate. AWO HOT.doc ANNUAL WAGE ORDER NO. 25 Page 2 of 2

49 ST. LOUIS COUNTY HEAVY CONSTRUCTION - HOLIDAY SCHEDULE NO. 7: The following days shall be observed as legal holidays: New Year s Day, Memorial Day, Fourth of July, Labor Day, Veteran s Day, Thanksgiving Day and Christmas Day. No work shall be performed on the Fourth of July, Labor Day or Christmas Day. Any work performed on the above holidays shall be paid for at two (2) times the regular straight time rate of pay. When any of the above holidays fall on Sunday, the following Monday shall be observed as such holiday. If a holiday falls on Saturday, it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. NO. 9: All work performed on Sundays and the following recognized holidays, or the days observed as such, of New Year s Day, Decoration Day, Fourth of July, Labor Day, Veteran s Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 10: All work done on New Year s Day, Memorial Day, Fourth of July, Labor Day, Veteran s Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a holiday occurs on Saturday it shall not be observed on either the previous Friday or the following Monday. Such days shall be regular work days. If such a holiday occurs on Sunday, it shall be observed on the following Monday. NO. 11: Means all work performed on New Year s Day, Memorial Day, Fourth of July, Labor Day, Veteran s Day, Thanksgiving Day, Christmas Day, and any additional holidays which may be mutually agreed upon shall be paid at the double (2) time rate of pay. Whenever any such holiday falls on a Sunday, the following Monday shall be recognized and observed as the holiday. No work shall be performed on Labor Day. NO. 12: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. When one of the foregoing holidays falls on Saturday, it shall be celebrated on the Friday before the holiday. NO. 21: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. An Employer working a four (4) day, ten (10) hour schedule may use Friday as a make-up day when an observed holiday occurs during the work week. Employees have the option to work that make-up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 25: The following days are recognized as holidays: New Year s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workmen unless worked. An Employer working a four (4) day, ten (10) hour schedule may use Friday as a make-up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 31: All work performed on New Year's Day, Presidents Day, Veterans Day, Good Friday, Decoration Day, Fourth of July, Labor Day, Christmas Eve Day, Christmas Day, Thanksgiving Day and Day after Thanksgiving or days celebrated for the same. ANNUAL WAGE ORDER NO. 25 AWO HHol.doc Page 1 of 1

50 THIS PAGE LEFT BLANK INTENTIALLY Normandy Schools Collaborative

51 SECTION DRUG-FREE WORKPLACE PROGRAM SECTION DRUG-FREE WORKPLACE PROGRAM Normandy Schools Collaborative has a vital interest in maintaining safe, healthful, and efficient working conditions for contractor employees and maintains that the work environment is safer and more productive without the presence of illegal or inappropriate drugs, and/or alcohol, or other substances in the body and/or company property. The use of illegal drugs, on or off duty, is inconsistent with law-abiding behavior expected of all citizens. The use of illegal drugs, or abuse of alcohol or prescription drugs, may impair the ability of employees to perform tasks that are critical to proper work performance. The result is an increase in accidents and failures that pose a serious threat to the safety of all employees, visitors and the general public. Impaired employees also tend to be less productive, less reliable and prone to greater absenteeism, resulting in the potential for increased cost and delays in the timely completion of contracts. Furthermore, employees have the right to work in a drug free environment and to work with persons free from the effects of drugs and alcohol. Employees who abuse alcohol or drugs are a danger to themselves and to other employees. In an effort to create a safe and healthful workplace, Normandy Schools Collaborative (the Owner) has adopted a Drug Free Workplace Program involving substance abuse testing. Nothing in this policy is intended as a substitute for the contractor or subcontractor s complete written substance abuse policy. This program is intended as a guide to the minimum requirements for complying with the owner s requirements for a drug free workplace. I. CONTRACTUAL REQUIREMENTS A. The contractor must have and enforce a written Drug Free Workplace Program incorporating the testing requirements, terms and conditions set forth in this specification applicable to all its employees and prospective employees in order to be eligible to perform the owner s work. The contractor and all subcontractors shall comply with this specification. Suppliers, vendors and visitors are subject to confirmation of their abstinence from the possession or use of substances indicted in this specification. B. This substance abuse program shall apply to contractor and subcontractor employees on the owner s site of construction including workers, new hires, replacements, and supervisory personnel. No employees or prospective employee of a contractor or subcontractor shall be permitted to work on the owner s site of construction unless employee has acknowledged his understanding in writing of the requirements of the testing program and has submitted to testing as required by this specification. C. The contractor and each subcontractor shall train their employees in methods that will also them to recognize substance abusers. Supervisory employees of the contractor or subcontractor shall be trained to take action, and to confront a substance abuser in a manner consistent with generally accepted safety-training procedures. D. The contractor and each subcontractor shall furnish a copy of its Drug Free Workplace Program to the owner, or his authorized agent prior to commencement of work on the owner s site of construction. E. The cost of implementing its Drug Free Workplace Program shall be borne by each respective contractor or subcontractor affected by this specification

52 SECTION DRUG-FREE WORKPLACE PROGRAM II. TESTING REQUIREMENTS A. PRE-ENGAGEMENT TESTING: Testing for all substances other than alcohol as set forth in section 4 below shall be conducted by the contractor or subcontractor for their employees or prospective employees within 60 days prior to their appearance on the owner s site of construction. Exemptions from Pre-Engagement testing shall include: 1. Contractors or subcontractor employees who can provide the owner or his authorized agent with certification of a previous drug test occurring within 120 days that meets the standards as set forth in section 4 of this policy and which indicates a negative result for each of the drugs listed herein. 2. Employees or prospective employees with an active status in the St. Louis Construction Industry Substance Abuse Consortium or The Mechanical Contractors Pipefitters Local 562 Unified Substance Abuse Testing Program or The Plumbing, heating, Cooling Contractors Association of Illinois consortium or the NECA/IBEW Consortium. B. RANDOM TESTING: All non-exempt employees of the contractor and subcontractor shall be subject to a random drug and alcohol test as forth in section 4 below. Random testing shall be conducted on a monthly basis by the contractor and subcontractor for their employees on the owner s site of construction at a random selection rate of five percent. Employees selected for random testing shall report immediately to the drug testing laboratory or collection site for drug testing. Exception from random testing shall include: Active members of The St. Louis Construction Industry Substance Abuse Consortium and The Mechanical Contractors Pipefitters Local 562 Unified Substance Abuse Testing Program and The Plumbing, heating, Cooling Contractors Association of Illinois consortium and the or the NECA/IBEW consortium shall be exempt from the owner s random testing provisions provided the member remains subject to their respective random testing program. C. FOR CAUSE TESTING: All contractor and subcontractor employees on the owners site of construction shall be subject to a drug and alcohol test where an employee is acting in an abnormal manner which leads an owner or employer representative to believe that the employee is under the influence of controlled substances. Reasonable suspicion means suspension based on specific personal observations that the employee or owner representative can document concerning the appearance, behavior, speech or breath odor of the employee. Suspicion is not a reasonable and thus not a basis for testing if based solely on third (3 rd ) party observation and reports. D. POST-ACCIDENT/INCIDENT TESTING: All contractor and subcontractor employees on the owners site of construction shall be subject to a drug and alcohol test following an on-the-job injury requiring medical treatment or following a potentially serious incident, including near misses, in which safety precautions were violated, unsafe conditions or orders were given, potentially serious accident occurred or where vehicles, equipment, or property was damaged, unusually careless acts were performs, or where the cause was due to failure to wear protective equipment. Employees involved, or that may have contributed to the incident, may have their urine, breath or blood sample; and if in subsequent medical treatment, that person(s) blood or other bodily fluid will be drawn, then the blood or other bodily fluids may be analyzed for prohibited substances

53 SECTION DRUG-FREE WORKPLACE PROGRAM III. SUBSTANCE ABUSE TESTING PROTOCOLS A. The contractor or subcontractor shall perform pre-engagement, random, for cause, and postaccident/incident testing as follows: 1. Drug Testing a. All urine samples collected under this program shall be analyzed by a NIDA/SAMSHA certified laboratory and shall include an initial Enzyme Multiplied Immunoassay Screening test and a Gas Chromatography /Mass Spectrometry (GC/MS) confirmation test with all positive test results interpreted by a licensed medical Review Officer 2. Alcohol Testing a. The initial screening tests for alcohol shall be performed by using either a saliva test or a DOT approved breathalyzer. b. Alcohol confirmatory tests shall be performed by either a blood alcohol test or a DOT approved breathalyzer. IV. THRESHOLD LIMITS A. The minimum substance abuse testing requirements shall be: Confirmed Confirmation Test Initial Level Cut-Off Level (ng/ml) (ng/ml) Drugs tested for Amphetamines Barbiturates Benzodiazepines Cocaine Metabolite Marijuana Metabolites Methadone Methaqualone Opiates Phencyclidine (PCP) Propoxyphene Alcohol.04%.04% V. COMPLIANCE PROCEDURE A. The owner reserves the right to audit any substance abuse program required by this specification to verify compliance within twenty-four (24) hours of the owner s notification of intent to audit. The owner or his authorized agent shall have free right of access to all relevant records of the contract and its subcontractors for this purpose. B. The contractor or subcontractor employee who refuses to submit to testing or receives a confirmed positive test result for any of the substances indicated in section 4 shall be required to immediately leave the owner s site of construction. C. The contractor or subcontractor employee who refuses to submit to testing or receives a confirmed positive test result for any of the substances indicated in section 4 shall be prohibited

54 SECTION DRUG-FREE WORKPLACE PROGRAM from returning to any of the owner s sites of construction until further evidence is provided of the completion of the reinstatement procedures as set forth in section 6. D. Determination for Violation of Policy 1. A confirmed positive drug or alcohol test. 2. Failure or refusal to sign notice of policy. 3. Failure to contact the Medical Review Officer as directed. 4. Failure to report as directed for random testing. 5. The use, possession, sale or distribution of alcohol or a controlled illegal or unauthorized substance, or the presence of any Employee member in the work place with such ingested substances for non-medical reasons. 6. Working, reporting to work, being in the work place, or in an owner or employer owned, leased or rented vehicle while Under the Influence of Alcohol (0.04% BAC or greater). 7. Switching, adulterating or attempting to tamper with any sample submitted for drug or alcohol testing or otherwise interfering or attempting to interfere with the testing process. 8. Refusal to submit a specimen for testing will be viewed as a positive test and will carry with it the same consequences as specimens tested and reported as positive. 9. The use of a controlled substance by an individual other than the individual for whom the controlled substance was prescribed is prohibited. VI. REINSTATEMENT PROCEDURES A worker receiving a confirmed positive test result for any of the substances indicted in section 4 may be returned to the owner s site of construction after the following conditions have been satisfied: A. Evidence is submitted to the owner or his authorized agent that the worker has completed or is actively participating in an approved drug/alcohol assessment, treatment, and/or counseling program. B. Evidence is submitted of the worker s passing of a drug policy and alcohol test that meets the requirements in section 4 of this policy. C. The worker must submit a signed statement acknowledging that he will be subject to additional random drug and alcohol testing on a monthly basis while on the owner s site of construction. Any subsequent violation of this policy shall result in the worker s permanent removal from the owner s site of construction. VII. COOPERATION AND REVIEW A. The contractor and subcontractor substance abuse program shall be furnished to the owner or his authorized agent for review prior to hiring the contractor. B. The subcontractor shall provide certification of his compliance to his general contractor. The general contractor shall provide certification of his compliance and that of his subcontractors to the owner. C. The owner reserves the right to amend this specification upon written notice to the contractor. END OF SECTION

55 SECTION BID FORM SECTION BID FORM Submit To: Board of Education Normandy Schools Collaborative Attention: Randal Charles 3855 Lucas and Hunt Road St. Louis, MO Subject: Company Name: Contact: Address: City, State, Zip: Phone: Fax: In response to the Advertisement for Bidders and in accordance with the accompanying Bidding Documents therein listed, the undersigned, upon written notice of award of contract, acknowledges that they have visited the site the work is to be performed on and agrees to provide all labor, material, equipment, tools, supervision, safety, technical services, taxes, insurance, overhead, profit, bonds and to pay all permit costs and fees necessary or required, and to supply the operations necessary and incidental to perform the Contract Work in accordance with the provisions of the above referenced documents in safe, timely and workmanlike manner for the Lump Sum Price as stated below: A. ADDENDA Addenda to the Bidding Documents are included in the above Base Bid Proposal, and receipt thereof is acknowledged as follows: Addendum No: Addendum No: Addendum No: Date: Date: Date: BASE BID PROPOSAL Base Bid Amount $ (Written Amount) B. ALTERNATE BIDS See attached Section Unit Prices Form: To be executed and attached to this Bid Form. See attached Section Alternate Form: To be executed and attached to this Bid Form. C. Bid Form Attachment C SITE VISIT VERIFICATION

56 SECTION BID FORM All contractors submitting a Bid MUST complete and sign Bid Form Attachment C. Failure to do so is cause of rejection of this Bid. D. PAYMENT AND PERFORMANCE BOND Performance Bonds and Labor and Material Payment Bonds shall be required for the proposed Work. The amount included in the Base Bid Amount above is: $ (Written Amount) E. CONTRACTOR S QUALIFICATION STATMENT In addition to the information requested herein, attach a current and complete form, The American Institute of Architects, Contractor s Qualification Statement, AIA Document A305. The Board, in the interest of a standardization and ultimate economy reserves the right to require a substitution for Subcontractors, materials and equipment proposed by the bidder. F. PRELIMINARY SCHEDULE In addition to the information requested herein, attach a preliminary bar chart schedule that illustrates how the bidder intends to complete the project within the time frame identified in Section Summary. G. LISTING OF MAJOR SUBCONTRACTORS AND VENDORS All Subcontractors to be utilized in the performance of the Scope of Work anticipated by this Bid must be listed below. The Bidder hereby certifies that the following proposed Subcontractors would be used in the performance of the Work. NOTE: Must be completed at Bid Opening. Please attach additional sheets if necessary, to extend Subcontractor list. NAME OF SUBCONTRACTOR OR VENDOR WORK TO BE PERFORMED MATERIAL OR EQUIPMENT SUPPLIED Concrete Demolition Masonry Carpentry - Rough Carpentry Finish Doors/Hollow Metal Aluminum Storefront/Windows Door Hardware Drywall Systems Ceramic Tile

57 SECTION BID FORM Ceilings Flooring Painting Mechanical Electrical Plumbing Fire Alarm Sprinkler System USE AN ADDITIONAL SHEET IF REQUIRED

58 SECTION BID FORM The undersigned Bidder certifies that it has examined and is fully familiar with all of the provisions of the Bidding Documents and any Addenda thereto; and that it has carefully reviewed all of the works and figures shown in the Bid Documents and the accuracy of all statements in this Bid Proposal; and that he has been fully authorized to make such statements and submit this Proposal in his company s behalf. Respectfully Submitted, Legal Name of Firm: Address of Business: Telephone Number: Signature: Title: Date Signed: Checked Accordingly: Individual Owner Partnership Corporation Located in the State of {Seal; if Bid is by Corporation} END OF SECTION

59 SECTION BID FORM BID FORM - ATTACHMENT C SITE VISIT VERIFICATION Bidder: I acknowledge that I have visited and inspected the site in which the work is to be performed and the building is to be constructed. My bid is based on details and quantities obtained and/or verified during this visit as well as actual dimensions of areas. I further acknowledge that I am familiar with building features, access provisions, construction schedule and phasing parameters, and any other factors that will affect material delivery and installation. My bid is complete and includes supply, delivery and actual installation of equipment as well as removal and disposal of any material as per the specifications. Signed: Title: Date:

60 SECTION BID FORM THIS PAGE LEFT BLANK INTENTIALLY

61 SECTION UNIT PRICES FORM SECTION UNIT PRICES FORM 1.1 BID INFORMATION A. Bidder:. B. Project Names: C. Project Locations: 7855 Natural Bridge Road, St. Louis, MO D. Owner: Normandy Schools Collaborative. E. Architect: TR,i Architects. F. Architect Project Numbers: BID FORM SUPPLEMENT A. This form is required to be attached to the Bid Form. B. The undersigned Bidder proposes the amounts below be added to or deducted from the Contract Sum on performance and measurement of the individual items of Work. C. If the unit price does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE." 1.3 UNIT PRICES A. Unit-Price No. 1: Jefferson School: Steam Trap Replacement. 1. Dollars ($ ) per steam trap. 1.4 SUBMISSION OF BID SUPPLEMENT Respectfully submitted this day of, Submitted By: Authorized Signature: (Insert name of bidding firm or corporation) (Handwritten signature) Copyright

62 SECTION UNIT PRICES FORM Signed By: (Type or print name) Title: (Owner/Partner/President/Vice President END OF DOCUMENT Copyright

63 SECTION ALTERNATES FORM DOCUMENT ALTERNATES FORM 1.1 BID INFORMATION A. Bidder:. B. Prime Contract:. C. Project Name:. D. Project Location: 1. Bel Nor School (Existing Kindergarten Center) 3101 Nordic Drive St. Louis, MO Jefferson School 4315 Cardwell St. Louis, MO E. Owner: Normandy Schools Collaborative. F. Architect: TR,i Architects. G. Architect Project Numbers: BID FORM SUPPLEMENT A. This form is required to be attached to the Bid Form. 1.3 DESCRIPTION A. The undersigned Bidder proposes the amount below be added to or deducted from the Base Bid if particular alternates are accepted by Owner. Amounts listed for each alternate include costs of related coordination, modification, or adjustment. B. If the alternate does not affect the Contract Sum, the Bidder shall indicate "NO CHANGE." C. If the alternate does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE." D. The Bidder shall be responsible for determining from the Contract Documents the effects of each alternate on the Contract Time and the Contract Sum. E. Owner reserves the right to accept or reject any alternate, in any order, and to award or amend the Contract accordingly within 60] days of the Notice of Award unless otherwise indicated in the Contract Documents

64 SECTION ALTERNATES FORM F. Acceptance or non-acceptance of any alternates by the Owner shall have no affect on the Contract Time unless the "Schedule of Alternates" Article below provides a formatted space for the adjustment of the Contract Time. 1.4 SCHEDULE OF ALTERNATES 1. Alternate No. 1 Bel Nor School: Paint Classroom Walls At Bel Nor School all Classroom walls not defined in the Room Finish Schedule are to be painted PT1 except for the head wall, which is to have an accent paint color per Owner direction. See Plans for quantity and size of each Classroom. a. ADD DEDUCT NO CHANGE b. Dollars ($ ) 2. Alternate No. 2 Jefferson School: Steam Trap Replacement At Jefferson School replace 25 existing steam traps and related fittings. Owner to verify which steam traps will be replaced. a. ADD DEDUCT NO CHANGE b. Dollars ($ ) 1.5 SUBMISSION OF BID SUPPLEMENT Respectfully submitted this day of, Submitted By: Authorized Signature: Signed By: Title: (Name of bidding firm or corporation) (Handwritten signature) (Type or print name) (Owner/Partner/President/Vice President) END OF DOCUMENT

65 SECTION CONTRACTOR S QUALIFICATION STATEMENT AIA SECTION CONTRACTOR S QUALIFICATION STATEMENT - AIA 1.1 SUMMARY A. Document Includes: 1. AIA Document A , Contractor s Qualification Statement B. Related Documents: 1. Document Invitation to Bid 2. Document Supplemental Instruction to Bidders 3. Document Bid Form 4. Document General Conditions PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION

66 SECTION CONTRACTOR S QUALIFICATION STATEMENT AIA THIS PAGE LEFT BLANK INTENTIALLY

67

68

69

70

71 SECTION FORM of AGREEMENT - AIA SECTION FORM OF AGREEMENT - AIA 1.1 SUMMARY A. Document Includes: 1. AIA Document A , Standard Form of Agreement Between Owner and Contractor, Construction Manager as Adviser Edition. B. Related Documents: 1. Document Invitation to Bid 2. Document Supplemental Instruction to Bidders 3. Document Bid Form 4. Document General Conditions - AIA 5. Document Supplementary Conditions PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION

72 SECTION FORM of AGREEMENT - AIA THIS PAGE LEFT BLANK INTENTIALLY

73 Document A132 TM 2009 Standard Form of Agreement Between Owner and Contractor,Construction Manager as Adviser Edition AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) and the Contractor: (Name, legal status, address and other information) for the following Project: (Name, location and detailed description) The Construction Manager: (Name, legal status, address and other information) This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. This document is intended to be used in conjunction with AIA Documents A , General Conditions of the Contract for Construction, Construction Manager as Adviser Edition; B , Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition; and C , Standard Form of Agreement Between Owner and Construction Manager as Adviser. AIA Document A is adopted in this document by reference. Do not use with other general conditions unless this document is modified. The Architect: (Name, legal status, address and other information) The Owner and Contractor agree as follows. ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 1

74 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS EXHIBIT A DETERMINATION OF THE COST OF THE WORK ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement, if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) If, prior to the commencement of the Work, the Owner requires time to file mortgages, mechanics liens and other security interests, the Owner s time requirement shall be as follows: 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( ) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work.) AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 2

75 Portion of the Work Substantial Completion Date, subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work.) ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor s performance of the Contract. The Contract Sum shall be one of the following: (Check the appropriate box.) [ ] Stipulated Sum, in accordance with Section 4.2 below [ ] Cost of the Work plus the Contractor s Fee without a Guaranteed Maximum Price, in accordance with Section 4.3 below [ ] Cost of the Work plus the Contractor s Fee with a Guaranteed Maximum Price, in accordance with Section 4.4 below (Based on the selection above, complete Section 4.2, 4.3 or 4.4 below. Based on the selection above, also complete either Section 5.1.4, or below.) 4.2 Stipulated Sum The Stipulated Sum shall be ($ ), subject to additions and deletions as provided in the Contract Documents The Stipulated Sum is based on the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) Unit prices, if any: (Identify and state the unit price, and state the quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price per Unit ($0.00) Allowances included in the Stipulated Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.) Item Allowance 4.3 Cost of the Work Plus Contractor s Fee without a Guaranteed Maximum Price The Contract Sum is the Cost of the Work as defined in Exhibit A, Determination of the Cost of the Work, plus the Contractor s Fee The Contractor s Fee: AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 3

76 (State a lump sum, percentage of Cost of the Work or other provision for determining the Contractor s Fee.) The method of adjustment of the Contractor s Fee for changes in the Work: Limitations, if any, on a Subcontractor s overhead and profit for increases in the cost of its portion of the Work: Rental rates for Contractor-owned equipment shall not exceed percent ( %) of the standard rate paid at the place of the Project Unit prices, if any: (Identify and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price per Unit ($0.00) The Contractor shall prepare and submit to the Construction Manager for the Owner, in writing, a Control Estimate within 14 days of executing this Agreement. The Control Estimate shall include the items in Section A.1 of Exhibit A, Determination of the Cost of the Work. 4.4 Cost of the Work Plus Contractor s Fee with a Guaranteed Maximum Price The Contract Sum is the Cost of the Work as defined in Exhibit A, Determination of the Cost of the Work, plus the Contractor s Fee The Contractor s Fee: (State a lump sum, percentage of Cost of the Work or other provision for determining the Contractor s Fee.) The method of adjustment of the Contractor s Fee for changes in the Work: Limitations, if any, on a Subcontractor s overhead and profit for increases in the cost of its portion of the Work: Rental rates for Contractor-owned equipment shall not exceed percent ( %) of the standard rate paid at the place of the Project Unit Prices, if any: (Identify and state the unit price, and state the quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price per Unit ($0.00) Guaranteed Maximum Price The sum of the Cost of the Work and the Contractor s Fee is guaranteed by the Contractor not to exceed ($ ), subject to additions and deductions by changes in the Work as provided in the Contract Documents. Such maximum sum is referred to in the Contract Documents as the Guaranteed Maximum Price. Costs which would AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 4

77 cause the Guaranteed Maximum Price to be exceeded shall be paid by the Contractor without reimbursement by the Owner. (Insert specific provisions if the Contractor is to participate in any savings.) The Guaranteed Maximum Price is based on the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: Allowances included in the Guaranteed Maximum Price, if any: (Identify and state the amounts of any allowances, and state whether they include labor, materials, or both.) Item Allowance Assumptions, if any, on which the Guaranteed Maximum Price is based: ARTICLE 5 PAYMENTS 5.1 Progress Payments Based upon Applications for Payment submitted to the Construction Manager by the Contractor, and upon certification of the Project Application and Project Certificate for Payment or Application for Payment and Certificate for Payment by the Construction Manager and Architect and issuance by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Provided that an Application for Payment is received by the Construction Manager not later than the day of a month, the Owner shall make payment of the certified amount in the Application for Payment to the Contractor not later than the day of the month. If an Application for Payment is received by the Construction Manager after the application date fixed above, payment shall be made by the Owner not later than ( ) days after the Construction Manager receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) Progress Payments Where the Contract Sum is Based on a Stipulated Sum Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Construction Manager and Architect may require. This schedule, unless objected to by the Construction Manager or Architect, shall be used as a basis for reviewing the Contractor s Applications for Payment Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of percent ( %). AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 5

78 Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included as provided in Section of the General Conditions;.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of percent ( %);.3 Subtract the aggregate of previous payments made by the Owner; and.4 Subtract amounts, if any, for which the Construction Manager or Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of the General Conditions The progress payment amount determined in accordance with Section shall be further modified under the following circumstances:.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to percent ( %) of the Contract Sum, less such amounts as the Construction Manager recommends and the Architect determines for incomplete Work and unsettled claims; and.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section of the General Conditions Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections and above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Progress Payments Where the Contract Sum is Based on the Cost of the Work without a Guaranteed Maximum Price With each Application for Payment, the Contractor shall submit the cost control information required in Exhibit A, Determination of the Cost of the Work, along with payrolls, petty cash accounts, receipted invoices or invoices with check vouchers attached and any other evidence required by the Owner, Construction Manager or Architect to demonstrate that cash disbursements already made by the Contractor on account of the Cost of the Work equal or exceed (1) progress payments already received by the Contractor; less (2) that portion of those payments attributable to the Contractor s Fee; plus (3) payrolls for the period covered by the present Application for Payment Applications for Payment shall show the Cost of the Work actually incurred by the Contractor through the end of the period covered by the Application for Payment and for which the Contractor has made or intends to make actual payment prior to the next Application for Payment Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:.1 Take the Cost of the Work as described in Exhibit A, Determination of the Cost of the Work;.2 Add the Contractor s Fee, less retainage of percent ( %). The Contractor s Fee shall be computed upon the Cost of the Work described in that Section at the rate stated in that Section; or if the Contractor s Fee is stated as a fixed sum, an amount which bears the same ratio to that fixed-sum Fee as the Cost of the Work bears to a reasonable estimate of the probable Cost of the Work upon its completion;.3 Subtract retainage of percent ( %) from that portion of the Work that the Contractor self-performs;.4 Subtract the aggregate of previous payments made by the Owner;.5 Subtract the shortfall, if any, indicated by the Contractor in the documentation required by Article 5 or resulting from errors subsequently discovered by the Owner s auditors in such documentation; and.6 Subtract amounts, if any, for which the Construction Manager or Architect has withheld or withdrawn a Certificate for Payment as provided in Section 9.5 of AIA Document A , General Conditions of the Contract for Construction, Construction Manager as Adviser Edition. AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 6

79 The Owner, Construction Manager and Contractor shall agree upon (1) a mutually acceptable procedure for review and approval of payments to Subcontractors and (2) the percentage of retainage held on Subcontracts, and the Contractor shall execute subcontracts in accordance with those agreements In taking action on the Contractor s Applications for Payment, the Construction Manager and Architect shall be entitled to rely on the accuracy and completeness of the information furnished by the Contractor and shall not be deemed to represent that the Construction Manager and Architect have made a detailed examination, audit or arithmetic verification of the documentation submitted in accordance with Article 5 or other supporting data; that the Construction Manager and Architect have made exhaustive or continuous on-site inspections; or that the Construction Manager and Architect have made examinations to ascertain how or for what purposes the Contractor has used amounts previously paid on account of the Contract. Such examinations, audits and verifications, if required by the Owner, will be performed by the Owner s auditors acting in the sole interest of the Owner Except with the Owner s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site Progress Payments Where the Contract Sum is Based on the Cost of the Work with a Guaranteed Maximum Price With each Application for Payment, the Contractor shall submit payrolls, petty cash accounts, receipted invoices or invoices with check vouchers attached, and any other evidence required by the Owner or Architect to demonstrate that cash disbursements already made by the Contractor on account of the Cost of the Work equal or exceed (1) progress payments already received by the Contractor; less (2) that portion of those payments attributable to the Contractor s Fee; plus (3) payrolls for the period covered by the present Application for Payment Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Construction Manager and Architect may require. This schedule, unless objected to by the Construction Manager or Architect, shall be used as a basis for reviewing the Contractor s Applications for Payment Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. The percentage of completion shall be the lesser of (1) the percentage of that portion of the Work which has actually been completed; or (2) the percentage obtained by dividing (a) the expense that has actually been incurred by the Contractor on account of that portion of the Work for which the Contractor has made or intends to make actual payment prior to the next Application for Payment by (b) the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:.1 Take that portion of the Guaranteed Maximum Price properly allocable to completed Work as determined by multiplying the percentage of completion of each portion of the Work by the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values. Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section of AIA Document A ;.2 Add that portion of the Guaranteed Maximum Price properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work, or if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing;.3 Add the Contractor s Fee, less retainage of percent ( %). The Contractor s Fee shall be computed upon the Cost of the Work at the rate stated in Section or, if the Contractor s Fee is stated as a fixed sum in that Section, shall be an amount that bears the same ratio to that fixed-sum fee as the Cost of the Work bears to a reasonable estimate of the probable Cost of the Work upon its completion;.4 Subtract retainage of percent ( %) from that portion of the Work that the Contractor self-performs;.5 Subtract the aggregate of previous payments made by the Owner; AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 7

80 .6 Subtract the shortfall, if any, indicated by the Contractor in the documentation required by Section to substantiate prior Applications for Payment, or resulting from errors subsequently discovered by the Owner s auditors in such documentation; and.7 Subtract amounts, if any, for which the Construction Manager or Architect have withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A The Owner and the Contractor shall agree upon a (1) mutually acceptable procedure for review and approval of payments to Subcontractors and (2) the percentage of retainage held on Subcontracts, and the Contractor shall execute subcontracts in accordance with those agreements In taking action on the Contractor s Applications for Payment, the Construction Manager and Architect shall be entitled to rely on the accuracy and completeness of the information furnished by the Contractor and shall not be deemed to represent that the Construction Manager or Architect have made a detailed examination, audit or arithmetic verification of the documentation submitted in accordance with Section or other supporting data; that the Construction Manager or Architect have made exhaustive or continuous on-site inspections; or that the Construction Manager or Architect have made examinations to ascertain how or for what purposes the Contractor has used amounts previously paid on account of the Contract. Such examinations, audits and verifications, if required by the Owner, will be performed by the Owner s auditors acting in the sole interest of the Owner Except with the Owner s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 Final Payment Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when.1 the Contractor has fully performed the Contract except for the Contractor s responsibility to correct Work as provided in Section 12.2 of AIA Document A , and to satisfy other requirements, if any, which extend beyond final payment;.2 the Contractor has submitted a final accounting for the Cost of the Work, pursuant to Exhibit A, Determination of the Cost of the Work when payment is on the basis of the Cost of the Work, with or without a Guaranteed Maximum payment; and.3 a final Certificate for Payment or Project Certificate for Payment has been issued by the Architect; such final payment shall be made by the Owner not more than 30 days after the issuance of the final Certificate for Payment or Project Certificate for Payment, or as follows: ARTICLE 6 DISPUTE RESOLUTION 6.1 Initial Decision Maker The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A , unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) 6.2 Binding Dispute Resolution For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A , the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) [ ] Arbitration pursuant to Section 15.4 of AIA Document A AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 8

81 [ ] Litigation in a court of competent jurisdiction. [ ] Other: (Specify) ARTICLE 7 TERMINATION OR SUSPENSION 7.1 Where the Contract Sum is a Stipulated Sum The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A The Work may be suspended by the Owner as provided in Article 14 of AIA Document A Where the Contract Sum is Based on the Cost of the Work with or without a Guaranteed Maximum Price Subject to the provisions of Section below, the Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A The Contract may be terminated by the Owner for cause as provided in Article 14 of AIA Document A ; however, the Owner shall then only pay the Contractor an amount calculated as follows:.1 Take the Cost of the Work incurred by the Contractor to the date of termination;.2 Add the Contractor s Fee computed upon the Cost of the Work to the date of termination at the rate stated in Sections or 4.4.2, as applicable, or, if the Contractor s Fee is stated as a fixed sum, an amount that bears the same ratio to that fixed-sum Fee as the Cost of the Work at the time of termination bears to a reasonable estimate of the probable Cost of the Work upon its completion; and.3 Subtract the aggregate of previous payments made by the Owner If the Owner terminates the Contract for cause when the Contract Sum is based on the Cost of the Work with a Guaranteed Maximum Price, and as provided in Article 14 of AIA Document A , the amount, if any, to be paid to the Contractor under Section of AIA Document A shall not cause the Guaranteed Maximum Price to be exceeded, nor shall it exceed the amount calculated in Section The Owner shall also pay the Contractor fair compensation, either by purchase or rental at the election of the Owner, for any equipment owned by the Contractor that the Owner elects to retain and that is not otherwise included in the Cost of the Work under Section To the extent that the Owner elects to take legal assignment of subcontracts and purchase orders (including rental agreements), the Contractor shall, as a condition of receiving the payments referred to in this Article 7, execute and deliver all such papers and take all such steps, including the legal assignment of such subcontracts and other contractual rights of the Contractor, as the Owner may require for the purpose of fully vesting in the Owner the rights and benefits of the Contractor under such subcontracts or purchase orders The Work may be suspended by the Owner as provided in Article 14 of AIA Document A ; in such case, the Contract Sum and Contract Time shall be increased as provided in Section of AIA Document A , except that the term profit shall be understood to mean the Contractor s Fee as described in Sections and of this Agreement. ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of AIA Document A or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) % AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 9

82 8.3 The Owner s representative: (Name, address and other information) 8.4 The Contractor s representative: (Name, address and other information) 8.5 Neither the Owner s nor the Contractor s representative shall be changed without ten days written notice to the other party. 8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below The Agreement is this executed AIA Document A , Standard Form of Agreement Between Owner and Contractor, Construction Manager as Adviser Edition The General Conditions are AIA Document A , General Conditions of the Contract for Construction, Construction Manager as Adviser Edition The Supplementary and other Conditions of the Contract: Document Title Date Pages The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Date Pages The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Number Title Date AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 10

83 9.1.6 The Addenda, if any: Number Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article Additional documents, if any, forming part of the Contract Documents are:.1 AIA Document A , Exhibit A, Determination of the Cost of the Work, if applicable..2 AIA Document E , Digital Data Protocol Exhibit, if completed, or the following:.3 AIA Document E , Building Information Modeling Protocol Exhibit, if completed, or the following:.4 Other documents, if any, listed below: (List here any additional documents which are intended to form part of the Contract Documents. AIA Document A provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor s bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A ) Type of Insurance or Bond Limit of Liability or Bond Amount ($0.00) This Agreement is entered into as of the day and year first written above. OWNER (Signature) CONTRACTOR (Signature) (Printed name and title) (Printed name and title) AIA Document A (formerly A101 CMa 1992). Copyright 1975, 1980, 1992 and 2009 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 12:35:56 on 04/04/2018 under Order No which expires on 12/14/2018, and is not for resale. User Notes: (3B9ADA34) 11

84 Normandy Schools Collaborative Early Learning Center Normandy Kindergarten Center THIS PAGE LEFT BLANK INTENTIALLY TR,i Architects Copyright 2018

85 SECTION PERFORMANCE and PAYMENT BOND - AIA SECTION PERFORMANCE AND PAYMENT BOND - AIA 1.1 SUMMARY A. Document Includes: 1. AIA Document A Performance Bond 2. AIA Document A Payment Bond. B. Related Documents: 1. Document Invitation to Bid 2. Document Supplemental Instruction to Bidders 3. Document Bid Form 4. Document General Conditions - AIA 5. Document Supplementary Conditions PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION

86 SECTION PERFORMANCE and PAYMENT BOND - AIA THIS PAGE LEFT BLANK INTENTIALLY

87

88

89

90

91

92

93

94

95 SECTION BID BOND - AIA SECTION BID BOND - AIA 1.1 SUMMARY A. Document Includes: 1. AIA Document A Bid Bond B. Related Documents: 1. Document Invitation to Bid 2. Document Supplemental Instruction to Bidders 3. Document Bid Form 4. Document General Conditions - AIA 5. Document Supplementary Conditions PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION

96 SECTION BID BOND - AIA THIS PAGE LEFT BLANK INTENTIALLY

97

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

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

More information

CONSTRUCTION DOCUMENTS February 28, 2014

CONSTRUCTION DOCUMENTS February 28, 2014 Project Manual for Truman State University Kirk Memorial Interior Renovation 100 East Normal Kirksville, Missouri 63501-4221 CONSTRUCTION DOCUMENTS February 28, 2014 Prepared For: Truman State University

More information

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract

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

More information

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

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

More information

TABLE OF CONTENTS - ADDENDUM NO. 3

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

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

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

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

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

More information

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

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached)

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached) 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department ADDENDUM #1 To: 1003-910-13-3138 RFP for Modernization of Elevators at Various Locations Delete Davis Bacon Wage Decision

More information

Kirk Memorial Renovations

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

More information

INFORMATION FOR BIDDERS

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

More information

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

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

More information

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

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

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

More information

Dickinson Research Reconstruction Lincoln University Project No: Chestnut Street N/A Jefferson City, Missouri 65101

Dickinson Research Reconstruction Lincoln University Project No: Chestnut Street N/A Jefferson City, Missouri 65101 PROJECT MANUAL Dickinson Research Reconstruction Lincoln University Project No: 53297-30 820 Chestnut Street N/A Jefferson City, Missouri 65101 CONSTRUCTION DOCUMENTS AUGUST 26, 2016 PREPARED FOR: LINCOLN

More information

NOTICE OF INVITATION FOR BID

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

More information

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

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

More information

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

UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS

UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS INVITATION FOR BID UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS PROJECT NO.: 17-0103 BID NUMBER: 17-09 Building Name: University Lake Annex Building Number: AO107 ISSUED:

More information

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 HOUSING 4: THE SUMMITS PROJECT NO. 906270 CAMPUS, MERCED CALIFORNIA A. BID SUBMISSION DEADLINE: [The deadline for submitting prequalification

More information

SUPERSEDED AS OF 9/1/2018

SUPERSEDED AS OF 9/1/2018 SUPERSEDED AS OF 9/1/2018 EMPLOYER PAYMENTS STRAIGHT-TIME OVERTIME HOURLY RATE CRAFT (JOURNEY LEVEL) ISSUE EXPIRATION BASIC HEALTH TOTAL SUNDAY HOURLY AND PENSION VACATION/ OTHER TRAINING HOURS HOURLY

More information

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

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

More information

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

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

More information

ADVERTISEMENT FOR BIDS

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

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

NOTICE TO BIDDERS. hereinafter referred to as the Professional Services Consultant.

NOTICE TO BIDDERS. hereinafter referred to as the Professional Services Consultant. NOTICE TO BIDDERS THE BIDDING AND CONTRACT PROVISIONS Document 00 10 00 - Notice to Bidders (Standard Contract Set) The Board of Trustees of the University of Illinois, hereinafter referred to as the "Owner,"

More information

Young Hall & Soldiers Hall HVAC Project

Young Hall & Soldiers Hall HVAC Project Young Hall & Soldiers Hall HVAC Project Lincoln University 309 C Young Hall Jefferson City, MO 65101 PROPOSAL FORM Bid time: 2:00 PM Bid date: August 13, 2015 hereinafter called the Bidder. TO: State of

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION 00 1110 INVITATION TO BID BID TITLE: ITB #: GUNSTON MIDDLE SCHOOL HVAC IMPROVEMENT PROJECT, LOCATED AT 2700 S. LANG STREET, ARLINGTON, VA, 22206. #53FY18

More information

CONTRACTOR QUALIFICATION FORM

CONTRACTOR QUALIFICATION FORM CONTRACTOR QUALIFICATION FORM Please TYPE or print in all blanks accurately, provide attachments and fax, mail or e-mail to: INTEGRITY CONSTRUCTION SERVICES, LLC. 829 WEST MAIN STREET, SUITE C GAYLORD,

More information

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION 00 1110 INVITATION TO BID BID TITLE: ITB #: YORKTOWN HIGH SCHOOL INTERNAL MODIFICATIONS PROJECT, LOCATED AT 5200 YORKTOWN BOULEVARD, ARLINGTON, VA, 22207.

More information

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly. HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT & CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408-2841 (909) 890-0644 FAX (909) 890-2349 INVITATION FOR BIDS Project Number:

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

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

More information

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

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

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

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

More information

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

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

More information

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

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

More information

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

APPENDIX 15 LABOR CODE REQUIREMENTS

APPENDIX 15 LABOR CODE REQUIREMENTS APPENDIX 15 LABOR CODE REQUIREMENTS A. Worker s Compensation Developer shall comply with the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION 00 1110 INVITATION TO BID BID TITLE: RENOVATIONS TO ARLINGTON CAREER CENTER, LOCATED AT 816 S. WALTER REED DRIVE, ARLINGTON, VA, 22204. ITB #: #60FY18

More information

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501 ADDENDUM No. 3 PROJECT Pierre WWTF Improvements Project - 2017 BID DATE Time 1:30 PM, CST July 24, 2017 BID LOCATION Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501 ISSUE

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

PROJECT MANUAL. Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009

PROJECT MANUAL. Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009 PROJECT MANUAL Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009 Carol Vick Architect LLC - Architect 2000 North Loop W. Ste. 115 Houston,

More information

SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH. Pocatello Idaho Stake. Property # Church Rd. Arbon, Idaho 83212

SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH. Pocatello Idaho Stake. Property # Church Rd. Arbon, Idaho 83212 SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH Pocatello Idaho Stake Property # 584-2271 1353 Church Rd. Arbon, Idaho 83212 February, 2015 Prepared by Engineered Systems Associates, Inc. 1355

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

SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT

SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT UNIFORM CONSTRUCTION COST ACCOUNTING; INFORMAL BIDDING PREQUALIFICATION APPLICATION (Public Contract Code 22030 et seq. for Projects Valued Up to $200,000)

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

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

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

More information

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

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

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

More information

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

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

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

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

More information

McPherson Contractors, Inc.

McPherson Contractors, Inc. McPherson Contractors, Inc. Construction Manager Manual Bishop Professional Development Center Bid Package #3 *****FROM***** McPherson Contractors, Inc. 3501 SW Fairlawn Rd., Suite 100 Topeka, Kansas 66614

More information

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

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

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

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

POWER HOUSE LABOR AGREEMENT BY CONTRACT FOR MIDWEST GENERATION, LLC POWER GENERATING FACILITIES WITHIN THE STATE OF ILLINOIS

POWER HOUSE LABOR AGREEMENT BY CONTRACT FOR MIDWEST GENERATION, LLC POWER GENERATING FACILITIES WITHIN THE STATE OF ILLINOIS POWER HOUSE LABOR AGREEMENT BY CONTRACT FOR MIDWEST GENERATION, LLC POWER GENERATING FACILITIES WITHIN THE STATE OF ILLINOIS Dated 4/28/14 PREAMBLE The purpose of this Power House Labor Agreement ( PHLA

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Date: June 28, All Attending

Date: June 28, All Attending Date: June 28, 2016 To: From: Re: All Attending Neil McCoy, Executive Director of Capital Improvements, HGTC Ms. Dianna Cecala, Procurement Manager, HGTC Andrew Cohen, Office State Engineers Michael W.

More information

FIRE STATION 35 CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

FIRE STATION 35 CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum D ENVER I NTERNATIONAL A IRPORT FIRE STATION 35 CONTRACT NO. 201314429 ADDENDUM NUMBER TWO Scope of this Addendum Addendum Number Two includes modifications to the following: - RFP Documents, dated February

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

D\1\A. Columbia Public Schools Smithton Middle School SPED Remodel Columbia, Missouri. Prepared by: PWA No.: CPS RFP #16/44. Set No.

D\1\A. Columbia Public Schools Smithton Middle School SPED Remodel Columbia, Missouri. Prepared by: PWA No.: CPS RFP #16/44. Set No. PROJECT MANUAL FOR: Set No. Columbia Public Schools Smithton Middle School SPED Remodel Columbia, Missouri Prepared by: Architect: D\1\A PWArchitects, Inc. 2120 Forum Blvd., Ste. 101 Columbia, Missouri

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT

More information

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1 DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1 General Decision Number: GA160129 02/26/2016 GA129 Superseded General Decision Number: GA20150129 State: Georgia Construction Type: Building County:

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

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

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),

More information

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM)

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) PRIME CONTRACTOR FORMAL CONTRACT PROVISIONS FOR SUBCONTRACTING WITH EMERGING BUSINESS ENTERPRISES* FEDERAL DOLLARS NON-FEDERAL DOLLARS Where Federal dollars

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

ROWLAND UNIFIED SCHOOL DISTRICT

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM CONSTRUCTION COST ACCOUNTING; INFORMAL BIDDING PRE-QUALIFICATION APPLICATION (Public Contract Code 22030 et seq. for Projects Valued Between $45,000 and $175,000) FOR THE CALENDAR YEAR PRE-QUALIFICATION

More information

SPECIFICATIONS FOR. LDS Portneuf HVAC Replace Furnaces. Pocatello Idaho Stake. Property # West Portneuf Road Pocatello, Idaho 83204

SPECIFICATIONS FOR. LDS Portneuf HVAC Replace Furnaces. Pocatello Idaho Stake. Property # West Portneuf Road Pocatello, Idaho 83204 SPECIFICATIONS FOR LDS Portneuf HVAC Replace Furnaces Pocatello Idaho Stake Property #541 8860 8200 West Portneuf Road Pocatello, Idaho 83204 May 2017 Prepared by Engineered Systems Associates, Inc. 1355

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

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

Subcontractor Qualification Statement

Subcontractor Qualification Statement Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type

More information

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 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 «November» in the year «2017» (In

More information

Educational & Performing Arts Center: Downriver Campus

Educational & Performing Arts Center: Downriver Campus Educational & Performing Arts Center: Total Estimated Project Construction Cost: $ 18.04 million Groundbreaking: September 2006 Percentage Completed: 100 percent Anticipated Completion Date: Completed

More information

East Central College

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

More information

GENERAL CONTRACT - PROPOSAL FORM (revised )

GENERAL CONTRACT - PROPOSAL FORM (revised ) VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission

More information

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

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

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

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

More information

Letter of Instructions

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

More information

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

More information

DOWNTOWN LIBRARY SERVER ROOM

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

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 SPECIAL NOTICE TO BIDDERS A. These Specifications have bound hereto a complete set of bidding and contract forms. One complete signed set of bid forms as detailed in the

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

Northwood Elementary School Door Replacement 818 W Lexington Avenue High Point, NC 27262

Northwood Elementary School Door Replacement 818 W Lexington Avenue High Point, NC 27262 Section 00 01 01 PROJECT MANUAL FOR Northwood Elementary School Door Replacement 818 W Lexington Avenue High Point, NC 27262 PREPARED BY: Robbins Architecture, PA 2640 Willard Dairy Road, Suite 122, High

More information

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

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

More information

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

QUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM

QUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility to

More information

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting Bid Date Requested: 09/22/2017 Bid Due Date: 10/13/2017 Submission of Proposal:

More information

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS) BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION 3602 North Belt Highway St. Joseph, Missouri 64506-1399 REQUEST NO. DATE 06/25/14 PAGE NO. NW-15-002 1 NO. OF PAGES SEALED BIDS, SUBJECT TO THE ATTACHED CONDITIONS

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

SUMMARY OF WAGES IN CONSTRUCTION - ALBERTA (Some exceptions may apply, expiration dates noted at end of each section)

SUMMARY OF WAGES IN CONSTRUCTION - ALBERTA (Some exceptions may apply, expiration dates noted at end of each section) SUMMARY OF WAGES IN CONSTRUCTION - ALBERTA 2001 2003 (Some exceptions may apply, expiration dates noted at end of each section) BOILERMAKERS (PROV.) ** LOCAL UNION #146 General Foreman 07.May.01 33.97

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information