Upton Town Hall Renovation

Size: px
Start display at page:

Download "Upton Town Hall Renovation"

Transcription

1 Project Manual Upton Town Hall Renovation 1 Main Street Upton, Massachusetts March 5, 2013 Town of Upton Board of Selectmen Kenneth E. Picard, Chair Robert J. Fleming James A. Brochu Town Manager Blythe C. Robinson Town Hall Renovation Committee Kelly A. McElreath, Chair Michelle A. Goodwin Michael Howell Steven R. Rakitin Tim F. Tobin 324 Broadway Somerville, Massachusetts Phone Fax , Inc. MacRitchie Engineering, Inc. Mechanical, Electrical, Plumbing and Fire Protection Engineers 197 Quincy Avenue Braintree, Massachusetts Phone Fax MacLeod Consulting, Inc. Structural Engineer 29 Woods Road Belmont, Massachusetts Phone Fax Savello & Associates Site Design and Civil Engineering 32 Pearl Street Marlborough, Massachusetts Phone Owner's Project Manager 400 Libbey Parkway Weymouth, MA Phone Fax

2 SECTION INVITATION FOR BIDS Sealed bids for Upton Town Hall Renovations will be received at the Office of the Town Manager, 1 Main Street, Upton, Massachusetts until the time specified below at which time the proposals will be publicly opened and read: ITEM BID OPENING Filed Sub-bids 11:00AM, Wednesday, March 27, 2013 General Bids 11:00AM, Tuesday, April 9, 2013 Bid Documents will be available on March 13, Each General Bidder may obtain two (2) complete sets of Bidding Documents with a deposit of $200. Bid Forms and Contract Documents will be available to view, download or for hard copy request at Go to the web-site, click on the Project Listing button and then search and click on the project name, which will allow you to access the project page. Once on the project page, you can click on the icons for the Drawings, Specifications and Addenda. You must REGISTER to receive addenda. To register, click on the Request Hard Copy button or Register as eplan Holder button. If you register, you will automatically be notified via and via hard copy that an addendum has been issued. Hard copies are available from Nashoba Blue, Inc. at 433 Main Street, Hudson, MA ( ). Deposits may be electronically paid or must be a certified or cashier's check made payable to BidDocs ONLINE. Additional sets may also be purchased for a non-refundable fee. Copies of Addenda will be delivered to each REGISTERED Bidder at no cost by BidDocs Online. The full amount of each deposit for Bidding Documents will be refunded to each Bidder returning complete sets of Bidding Documents (including Addenda if issued) to BidDocs Online in good condition within thirty (30) days after the date of the General Bid opening. Deposits for Bidding Documents will be forfeited to the Awarding Authority if Bidding Documents are not returned within the specified time limit. Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for UPS Ground (or $65.00 per set for UPS overnight), payable to the BidDocs Online Inc., to cover mail handling costs

3 All bids may be mailed or hand-delivered to the above specified receiving address prior to the time specified hereunder, in accordance with the procedures set forth in the INSTRUCTIONS TO BIDDERS. Filed Sub-Bids will be required and taken for the following classes of work: MASONRY MISCELLANEOUS METALS DAMPROOFING AND WATERPROOFING GLASS AND GLAZING LATHING AND PLASTERING PAINTING ELEVATORS PLUMBING FIRE PROTECTION HEATING, VENTILATING & AIR CONDITIONING ELECTRICAL WORK Each Bid must be accompanied by a bid security consisting of a BID BOND, CASH, or, CERTIFIED, TREASURER s or CASHIER s CHECK issued by a responsible bank or trust company in the amount of 5% of the bid price. A Pre-Bid Conference and Site Visit will be held at Upton Town Hall on Tuesday, March 19, at 11:00 AM. It is imperative that all prospective bidders have a representative in attendance. A performance bond in an amount equal to 100 percent of the total amount of the contract price with a surety company qualified to do business in the Commonwealth of Massachusetts will be required for the faithful performance of the contract as well as a labor and materials bond in an amount equal to 100 percent of the total contract price. All bids for this project are subject to applicable public bidding laws of Massachusetts, including G.L. c.149, 44A through 44H, as amended. Attention is directed to the minimum wage rates to be paid as determined by the Commissioner of Labor and Workforce Development and the weekly payroll record submittal requirements under the provisions of Massachusetts General Laws, Chapter 149, Section 26 through 27D inclusive. Attention is further directed to the requirements of G.L. c.149, 44D requiring submission of a Division of Capital Asset Management approved Certificate of Eligibility and Update Statement with all bids. Selection of the contractor will be based upon bidder qualifications, including evidence of past performance in similar projects, and bid price. The contract will be awarded to the bidder deemed by the awarding authority to be the lowest responsible and eligible bidder. General

4 Bidders must be certified in the category Historical Building Restoration by the Massachusetts Division of Capital Asset Management. Filed Sib-Bidders must be certified by the Massachusetts Division of Capital Asset Management for their respective trades. The Upton Town Hall is listed on the National Register of Historic Places. All work must comply with the Secretary of the Interior s Standards for the Treatment of Historic Properties. The successful Bidder must agree to commence work upon receipt of Notice to Proceed, and cause all work of this contract to be Substantially Completed within 360 calendar days. It is anticipated that the Town Hall will be vacated for Construction to begin June 24, The Town of Upton is an affirmative action/equal opportunity owner/purchaser. By submission of a bid the bidder agrees that its bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays and legal holidays excluded, after the opening of the bids. The Town reserves the right to waive any informalities in bids, to accept or reject, in whole or in part any or all bids, or take whatever other action may be deemed to be in the best interest of the Town. The Town of Upton Blythe C. Robinson Town Manager

5 TABLE OF CONTENTS Part A - Bidding Requirements, Contract Forms, and General Conditions Invitation To Bid Instructions To Bidders Form of General Bid Form of Sub-Bid Agreement Construction Performance Bond Construction Payment Bond General Conditions Supplemental General Conditions Excerpts from Applicable State Law Attachment A Prevailing Wages Part B Specifications Summary of Work Unit Prices Alternates Cutting and Patching Submittals Project Management and Coordination Construction Facilities & Temporary Controls Project Sign Contract Closeout Selective Demolition Asbestos Abatement Attachment: Asbestos and Hazardous Materials Assessment Report for Upton Town Hall Lead-Containing Paint Considerations Temporary Construction, Shoring, Bracing and Support Planting Soils Lawns Cast-In-Place Concrete Reinforced Unit Masonry Masonry Restoration (Filed Sub-bid Required) Structural Steel Miscellaneous Metals (Filed Sub-bid Required) Rough Carpentry Finish Carpentry Damproofing and Waterproofing (Filed Sub-bid Required)

6 07210 Building Insulation Firestopping Roofing and Related Work Doors and Frames Overhead Coiling Grilles Storm Windows Wood Windows Window Restoration Door Hardware Glass and Glazing (Filed Sub-bid Required) Lathing and Plaster (Filed Sub-bid Required) Plaster Repair and Restoration Gypsum Board Assemblies Acoustic Gypsum Plaster Gypsum Veneer Plastering Tile Acoustical Tile Ceiling Wood Flooring Refinishing of Existing Wood Flooring Resilient Flooring Carpet Painting (Filed Sub-bid Required) Toilet Partitions Toilet Accessories Miscellaneous Specialties Elevators (Filed Sub-bid Required) Fire Suppression Sprinkler System (Filed Sub-bid Required) Plumbing Systems (Filed Sub-bid Required) HVAC (Filed Sub-bid Required) Electrical (Filed Sub-bid Required) Digital, Addressable Fire Alarm System Earthwork Paving and Surfacing Site Improvements Site Drainage and Utilities

7 UPTON TOWN HALL RENOVATION SECTION SUMMARY OF WORK PART 1 - GENERAL 1.01 WORK COVERED BY THE CONTRACT DOCUMENTS A. The project includes renovation to the existing Upton Town Hall, built in 1882, and listed on the National Register of Historic Places. The renovation will add needed accommodations for architectural accessibility and develop under-utilized ground floor space to provide office and conference space for town offices that are currently housed in various remote locations in town and consolidate town administrative services at Town Hall. The renovation will restore the Main Hall to its original configuration and finishes, a change that will involve removal of a nonoriginal suspended ceiling. B. Work includes selective demolition; concrete slabs and foundations: masonry repairs to the existing masonry veneer and masonry infills; structural steel and miscellaneous ornamental metals; roofing and sheet metal work; restoration of windows including new storm windows; doors, frames and hardware; interior finishes; construction specialties; an elevator and wheelchair lift; all new HVAC, plumbing, fire protection, electrical systems; site improvements EXAMINATION OF SITE AND DOCUMENTS A. The Contractor shall visit the site and examine contract documents before submitting a bid. The Contractor shall inspect and be thoroughly familiar with the same and conditions under which work will be carried out. B. Neither the Owner nor the Architect shall be responsible for errors, omissions and/or charges for extra work arising from the Contractor's failure to familiarize himself with the existing condition of the window or contract documents or work to be done under a separate contract. C. By submitting a bid, the bidder agrees and warrants that the bidder had the opportunity to examine the site and the contract documents, that the bidder is familiar with the conditions and requirements of both and where they require, in any part of the work, a given result to be produced, that the contract documents are adequate and that the bidder will produce the required result CONTRACTOR USE OF PREMISES A. During the work of construction, the Contractor shall control and limit general access to the Work area so as not to endanger the public or present the risk of damage to the Owner's Property. Security of the site is the responsibility of the SUMMARY OF WORK

8 UPTON TOWN HALL RENOVATION Contractor. The building will be vacated by the Owner during construction, and all loose furniture will be removed SAFETY AND SECURITY A. Maintain security of each specific work site at all times. During off-work hours, all work areas shall be securely sealed with plywood and by all other means to prevent vandalism, theft or entry. The localized work site shall be barricaded during offwork hours. B. Work of this Project shall comply with all Federal, State and local safety regulations concerning project safety. The Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. C. This project is subject to compliance with Public Law , "Occupational Safety and Health Act of 1970" (OSHA), with respect to all rules and regulations pertaining to construction, including Volume 36, numbers 75 and 105, of the Federal Register, as amended, and as published by the U. S. Department of Labor CONTRACT CONDITIONS A. This Contract is subject to applicable State and local laws and all amendments thereto. Where any requirements contained herein do not conform to statutes governing the Work of this Contract, the statutes shall govern. B. This Project will be constructed for a political subdivision of the Commonwealth of Massachusetts, and is therefore exempt from State Sales and Use Tax. All bids shall be prepared and purchase of materials for the Project made on the basis of such exemption. After execution of the Contract, the Owner will furnish the Contractor with the exemption number to be used. C. The provisions of the Federal Occupational Safety and Health Act (OSHA) apply to the execution of the Work of this Contract, in addition to all other laws, ordinances, rules, regulations, and orders of any Federal, State, or local public authority bearing on the performance of the Work. D. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either part the Contract shall forthwith by physically amended to make such insertion or correction. SUMMARY OF WORK

9 UPTON TOWN HALL RENOVATION 1.06 BUILDING PERMIT A. The General Contractor shall be responsible for making application and obtaining the Building Permit. The Building Permit fee has been waived for this project. END OF SECTION SUMMARY OF WORK

10 UPTON TOWN HALL RENOVATION SECTION UNIT PRICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. The drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections and relevant sections of these Specifications, apply to the work specified in this Section DEFINITION OF UNIT PRICE A. Unit prices shall include material, labor, overhead, profit and all other related expenses. Unit measure shall include only work incorporated into the project. All associated work shall be included in unit prices. B. Contract Sum shall include the General Contractor's unit price times the stated number of units. Whenever units actually used are more than or less than that stated, the Contract Sum shall be adjusted accordingly by Change Order. 1.If any/all of the unit price work is not undertaken as part of the contract, the Owner shall be entitled to a credit of 90% of the unexpended unit price balance after all unit prices have been totaled together. C. Contractor shall not proceed with any unit price work without review and approval of the work by the Architect. D. Unit prices are for information purposes, and not made part of the bid UNIT PRICES IN EFFECT The following items are in included in the base bid, and are in addition to work specifically identified on the Drawings: Item Quantity Unit Price Subtotal a. Rock Excavation & Removal from inside existing building foundation. Provide cost for rock excavation and removal b. Rock Excavation & Removal from outside existing building foundation. Provide cost for rock excavation and removal 20 cu. yds. 20 cu. yds. UNIT PRICES

11 UPTON TOWN HALL RENOVATION c. Asbestos Tile and Associated Mastic Provide cost for ACT and mastic removal and disposal. d. Replacement of wood strip flooring. Cost to provide, install, and refinish wood strip floor infill at areas to match existing first floor wood strip flooring e. Add steel beam (W14) in existing building. f. Add Steel Posts (HSS 4 x4 in existing building g. Add LVL Wood Beams (3-14 LVLs) with connectors in existing building h. Field Cut Beam Penetrations 6 diameter. No reinforcing required. F.D. fire watch required. 250 s.f. 250 s.f. 1,250 lb. 1,000 lb. 50 l.f. 5 holes Masonry Filed Sub-Bid Item: i. Cut and point areas of brick veneer. 500 s.f. Lathing and Plaster Filed Sub-bid Item: j. Plaster repair. Cut and repair cracks is existing plaster k. New GWB base and veneer. New 3/8 gypsum wallboard base and veneer plaster installed over existing walls 500 s.f. END OF SECTION UNIT PRICES

12 UPTON TOWN HALL RENOVATION SECTION ALTERNATES PART 1 - GENERAL 1.1 GENERAL A. For each of the listed alternates, the Bidder(s) shall state in their proposals the amount to be added to or deducted from the Contract Sum for the work of each of the Alternates. B. The work described under any or all of the listed Alternates may be accepted or rejected by the Owner. The Contract Agreement, at the time of execution, shall list those which are accepted, if any, and the work of the Contract shall thereby be modified to the extent described under the accepted Alternate(s). Also, the Contract Sum for the project shall be altered on the basis of alternate prices given on the successful Bidder's proposal. Rejected Alternate(s), as evidenced by not being listed in the Contract Agreement at the time of execution, shall thereupon be null and void. C. The Alternates are listed in a numerical sequence in order of priority. When the Owner decides to consider alternates in determining the lowest eligible and responsible bidder, the Owner shall consider the alternates in descending numerical sequence, such that no single alternate shall be considered unless every alternate preceding it on the list has been added to or subtracted from the base bid price. C. The detailed descriptions of Alternates herein and in the Specification trade Section(s) are detailed to assist the Contractor and various trades in understanding the work required thereby, and are intended to set the intent and to list the major work only. Such descriptions are not to be taken as limiting the work required under any of the Alternates, and all work required to carry out the intent of each of the accepted Alternates shall be done without additional cost to that agreed upon as the Alternate price. 1.2 DESCRIPTION OF ALTERNATES Alternate No. 1: Alternate No. 2: Alternate No. 3: Add the decorative paint scheme to walls and ceiling of Main Hall Room 113. See Drawings A5.9 and A5.10. Add the electric ice melt system indicated on Drawings E7.1 and E7.2 Add fire glass windows at the first floor and second floor at the enclosure walls of Stair No. 1. ALTERNATES

13 UPTON TOWN HALL RENOVATION Alternate No. 4: Add wall cabinets, base cabinets, and countertop at Staff/Meeting Room 022. See Drawing A7.4. END OF SECTION ALTERNATES

14 UPTON TOWN HALL RENOVATION SECTION CUTTING AND PATCHING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The BIDDING REQUIREMENTS, CONTRACTING REQUIREMENTS, and applicable parts of DIVISION 1 - GENERAL REQUIREMENTS, as listed in the Table of Contents, shall be included in and made a part of this Section SUMMARY A. This Section specifies administrative and procedural requirements for cutting, fitting, and patching work, including attendant excavation and backfill, required to complete the Work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the Work to provide for installations of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of non-structural surfaces for installation of piping, ductwork, and conduit RELATED REQUIREMENTS A. Examine Contract Documents for requirements that affect work of this Section. Other Specification Sections that directly relate to work of this Section include, but are not limited to: 1. Section 01010, SUMMARY OF WORK; Description of Project. 2. Section 01600, MATERIAL AND EQUIPMENT; Substitutions and product options QUALITY ASSURANCE A. Permission to patch any items of work does not imply a waiver of the Architect's right to require complete removal and replacement in said areas and of said items if, in Architect's opinion, patching does not satisfactorily restore quality and appearance of work. B. Requirements for Structural Work: Do not cut-and-patch structural work in a manner resulting in a reduction of load-carrying capacity or load/deflection ratio. C. Operational and Safety Limitations: Do not cut-and-patch operational elements CUTTING AND PATCHING

15 UPTON TOWN HALL RENOVATION and safety-related components in a manner resulting in a reduction of capacities to perform in the manner intended or resulting in decreased operational life, increased maintenance, or decreased safety. D. Visual Requirements: Do not cut-and-patch work that is exposed on exterior or in occupied spaces of building, in a manner resulting in reduction of visual qualities or resulting in substantial evidence of cut-and-patch work, both as judged solely by the Architect. Remove and replace work judged by the Architect to be visually unsatisfactory SUBMITTALS A. Submit a written request to Architect well in advance of executing any cutting or alteration that affects: 1. Work of Owner or separate contractor. 2. Structural value or integrity of any element of the Project. 3. Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance, or safety of operational elements. 5. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the Project. 2. Description of affected work. 3. The necessity for cutting, alteration, or excavation. 4. Effect on work of Owner or any separate contractor, or on structural or weatherproof integrity of Project. 5. Description of proposed work: a. Description of why cutting-and-patching cannot (reasonably) be avoided. b. Scope of cutting, patching, alteration, or excavation. c. How it will be performed. d. How structural elements (if any) will be reinforced. e. Trades who will execute the work. f. Products proposed to be used. g. Extent of refinishing to be done. h. Approximate dates of the work, and anticipated results in terms of variations from the work as originally completed (structural, operational, visual, and other qualities of significance). 6. Alternatives to cutting and patching. 7. Cost proposal, when applicable. 8. Written permission of any separate contractor whose work will be affected. CUTTING AND PATCHING

16 UPTON TOWN HALL RENOVATION C. Should conditions of Work or the schedule indicate a change of products from original installation, Contractor shall submit request for substitution as specified in Section 01600, MATERIAL AND EQUIPMENT. D. Submit written notice to Architect designating date and time the work will be uncovered. PART 2 PRODUCTS 2.01 MATERIALS A. Except as otherwise indicated or authorized by the Architect, provide materials for cutting-and-patching which will result in equal-or-better work than the work being cut-and-patched, in terms of performance characteristics and including visual effect where applicable. Comply with the requirements, and use materials identical with the original materials where feasible and where recognized that satisfactory results can be produced thereby. B. Comply with specifications and standards for each specific product involved. PART 3 EXECUTION 3.01 INSPECTION A. Inspect existing conditions of Project, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of Products, or performance of work. C. Report unsatisfactory or questionable conditions to Architect and Owner in writing; do not proceed with work until Architect and Owner (as applicable) has provided further instructions PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of Work. B. Provide devices and methods to protect other portions of Project from damage. C. Provide protection from elements for that portion of the Project that may be exposed by cutting and patching work, and maintain excavations free from water. CUTTING AND PATCHING

17 UPTON TOWN HALL RENOVATION 3.03 PERFORMANCE A. Execute cutting and demolition by methods that will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. 1. In general, where mechanical cutting is required, cut work with sawing and grinding tools, not with hammering and chopping tools. Core drill openings through concrete. B. Employ original installer or fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. C. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. D. Restore work that has been cut or removed; install new products to provide completed Work in accordance with requirements of Contract Documents. E. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. F. Patch with seams that are durable and as invisible as possible. Comply with specified tolerances for the work. G. Restore exposed finishes of patched areas; and, where necessary extend finish restoration onto retained work adjoining, in a manner that will eliminate evidence of patching. 1. Where patch occurs in a smooth painted surface, extend final paint coat over the entire unbroken surface containing the patch. H. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. END OF SECTION CUTTING AND PATCHING

18 UPTON TOWN HALL RENOVATION SECTION SUBMITTALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections and relevant sections of these Specifications, apply to the work specified in this Section. 1.2 SUMMARY A. This section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples and other miscellaneous submittals. 1.3 PLANNING AND SCHEDULING A. The Contractor shall submit to the Owner for its review four (4) copies of a construction schedule indicating his proposed plan to complete the work within the Contract completion time. B. The construction schedule shall clearly indicate the Contractor's sequencing of the work, and within each sequence the start and finish dates of critical activities and events shall be indicated. Identify each major area of construction for each major portion of the Work. Indicate where each construction activity with a major area must be sequenced or integrated with other construction activities. 1. The Contractor shall indicate on the construction schedule the specific time periods of work elements. 2. Identify in the schedule the key times when events directly effect the Owner s and occupants use of the building. Specifically identify the beginning, end, and duration for closing the South steps, and vacating the office space directly below the new stage lift. 3. The Construction Schedule shall be a horizontal bar chart. Provide separate bars for each trade or operation and identify each bar by specification section number. Update the construction schedule to reflect actual construction activity and issue the updated schedule at each job meeting. The Owner, Architect and the Contractor will jointly review the progress of the work at scheduled job meetings as specified SUBMITTALS

19 UPTON TOWN HALL RENOVATION herein. Should this review, in the opinion of the Owner or Architect, indicate that the work is behind the currently approved schedule, the Contractor shall provide a suitable, detailed explanation to the Owner of the steps proposed in order to conform to the construction schedule and shall submit to the Owner for its review, within seven calendar days of the review, a revised construction schedule for completion of the work remaining within the Contract completion time. 1.4 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording Information concerning events at the Project site: 1. List of subcontractors at Project site. 2. Count of personnel at the Project site. 3. High and low temperatures and general weather conditions. 4. Accidents. 5. Meetings and significant decisions. 6. Unusual events (refer to special reports). 7. Stoppages, delays, shortages, and losses. 8. Meter readings and similar recordings. 9. Emergency procedures. 10. Orders and requests of authorities. 11. Change Orders received and implemented. 12. Construction Change Directives received. B. Field Condition Reports: Immediately upon discovery of a difference between field conditions and Contract Documents, prepare a detailed report. Submit with a request for information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. SUBMITTALS

20 UPTON TOWN HALL RENOVATION C. Special Reports: Submit special reports directly to the Owner within one day of an occurrence. Distribute copies of report to parties affected by the occurrence. When an event of an unusual and significant nature occurs at the Project site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, response by Contractor s personnel, evaluation of results or effects, and similar pertinent information. Advise the Owner in advance when these events are known or predictable. 1.5 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The Contractor shall furnish to the Architect shop drawings, product data and/or samples for all work: 1. Where specifically called for in the specifications. 2. Where shop drawings, product data and/or samples are normally submitted for Architect's approval prior to the actual fabrication or installation of the Work. 3. Where specifically requested by the Architect. B. Submittals shall be clearly identified as to project name, Owner, Architect, Contractor, Subcontractor, Supplier, Manufacturer or Fabricator, and the item's name and location. Shop Drawings shall clearly show all significant details of materials, fabrications, finish, and installation. Product data shall be sufficient to provide full verbal and pictorial description of physical, technical, and performance characteristics, and complete installation instructions. Samples shall be of adequate size to permit proper evaluation and show full range of variations of color, texture, dimensions, and other characteristics that will appear in the finished work. Adequacy of submittals shall be subject to the Architect's approval. Allow sufficient time for processing and review of submittals. No extension of Contract Time will be authorized because of failure to transmit submittals enough in advance of Work to permit processing. C. Shop Drawings: The following procedure for submission and approval of shop drawings shall be followed: 1. The Contractor shall receive shop drawings from the various Subcontractors and Suppliers. Contractor shall date-stamp them, make any corrections necessary, highlight any deviations from the Contract Documents, and verify under SUBMITTALS

21 UPTON TOWN HALL RENOVATION signature that they have been checked for dimensions, fit, and conformance with Contract Documents. The Contractor shall submit six (6) sets to the Architect. 2. The Architect will check shop drawings for compliance with the design concept of the project and for general compliance with information given in the Contract Documents only. 3. The Contractor shall resubmit shop drawings for approval if requested to do so. Upon approval, Contractor shall furnish at his own expense all printings of drawings for all trades as required to properly carry out the work. D. Product Data: The following procedure for submission and approval of descriptive data shall be followed: 1. The Contractor shall receive the descriptive data from the various Subcontractors and Suppliers. The Contractor shall verify under signature on a letter of transmittal that it has been checked for agreement with the Contract requirements. 2. The Architect will review the descriptive data for general compliance with the information given in the Contract Documents only. E. Samples: The following procedure for submission and approval of samples shall be followed: 1. The Contractor shall receive samples from the various Subcontractors and Suppliers. The Contractor shall verify under signature on a letter of transmittal that they have been checked for agreement with the Contract requirements. The Contractor shall then forward two samples to the Architect for approval, testing, etc. One sample will be retained by the Architect and one sample retained at the Contractor's site office. 2. The Architect will review the samples for general appearance and arrangement and for general compliance with the information given in the Contract Documents only. The Architect will indicate which colors and finishes, or other variable factors within the ranges specified, will be required. The Architect will, within a reasonable time after receipt of samples, notify the Contractor in writing of his SUBMITTALS

22 UPTON TOWN HALL RENOVATION acceptance or rejection of samples and basis for his decision. Rejected samples shall be replaced with acceptable materials, as approved by the Architect. F. It shall be the responsibility of the Contractor to submit shop drawings, product data, and samples in accordance with the above schedules. Failure to do so will not justify a delay in time of completion of the work. G. Emergency Contacts: The Contractor shall submit to the Owner and Architect a list including the names, addresses and telephone numbers of key members of their organization including Superintendent, Company Owner, and personnel at the site to be contacted in the event of emergencies at the building site which may occur during non-working hours. END OF SECTION SUBMITTALS

23 UPTON TOWN HALL RENOVATION SECTION PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 GENERAL PROVISIONS A. Attention is directed to the CONTRACT AND GENERAL CONDITIONS and all Sections within DIVISION 01 - GENERAL REQUIREMENTS which are hereby made a part of this Section of the Specifications. 1.2 SUMMARY A. The Work of this Section includes, but is not limited to, requirements for the following procedures: 1. Responsibility for coordination of the Work. 2. Surveying and engineering. 3. Coordination Drawings. 1.3 SUBMITTALS A. Prepare and submit documentation in accordance with Section SUBMITTALS. B. Drawings: 1. Coordination Drawings as described in this Section. 1.4 COORDINATION A. General: The Contractor shall be responsible for the proper fitting of all work and the coordination of the operations of all trades, Subcontractors, material installers and equipment engaged upon the Work. Perform or cause Subcontractors to perform all cutting, fitting, adjusting and patching necessary to make the several parts of the Work come together properly and to fit the Work to receive or be received by that of other contractors. B. Project Supervision: The Contractor shall give his personal supervision to the Work and shall assign the following site staff for the Project: 1. Full-time Superintendent: A superintendent licensed in the Commonwealth of Massachusetts, with the authority to act on behalf of the Contractor. The Superintendent shall supervise the Work at all times throughout the duration of the Project. 2. Quality Control Monitor: A member of Contractor s full-time on-site staff assigned to monitor the quality of the Work. The Quality Control Monitor may also be assigned to oversee and document construction waste removal. 3. The Contractor shall also provide an adequate staff for the proper coordination and expediting of the Work. PROJECT MANAGEMENT AND COORDINATION

24 UPTON TOWN HALL RENOVATION C. Coordination with Subcontractors: The Contractor shall be in charge of the entire Work and shall be responsible for the prompt coordination of all trades, including his own forces and his various Subcontractors, as well as the Owner's separate contractors, if they are on the job during the Contractor's operations, and shall become fully familiar with all work required under the Contract. 1. The above notwithstanding, each Subcontractor shall assume responsibility for the correctness and adequacy of his work. Each Subcontractor shall be responsible for and pay for all damage done by his work and his workers. 2. No Subcontractor shall be permitted on the site without the Superintendent present to supervise the Work. D. Care shall be given to the proper scheduling, delivery, and installation of items to be built into rough construction which will affect the latter portions of the Work, such as anchors, pipe sleeves, inserts, conduit, pipes, lugs, clips, brackets, braces, hangers, bolts, miscellaneous metal, and similar items. These items are not necessarily specified under the trade Section under which they are to be installed. The Contractor shall ascertain that all are properly installed in their correct locations at the proper time, so as to prevent cutting and patching of finished work. E. The Contractor shall be fully responsible for coordination of general construction work with that of Subcontractors for PLUMBING, FIRE PROTECTION, ELECTRICAL, HEATING AND VENTILATING and all other specialized trades. He shall investigate, together with the Subcontractors involved, the routing of pipe, ductwork, and conduit with particular attention to interference of structural members, other pipes, ducts, and conduit cuts, headroom conditions, door and window openings and swings, pipe chases, and similar features of the building which may affect installation and proper functioning of such items. F. Changes in design locations which may be necessary in the routing of pipes and ducts, or in the location of any mechanical, electrical or other equipment or in the location of other building elements, shall be anticipated and made prior to installation. Additional compensation will not be allowed for costs incurred as a result of the Contractor's failure to anticipate the necessity for such changes. G. There shall be no change or variation in ceiling height, wall layout, shaft, chase, furring or other dimensions shown on Drawings without the specific written approval of the Architect. H. The Contractor's responsibility for the coordination of all work under the Contract shall be complete, and shall extend to all modifications in the Work, whether or not such modifications entail a change in the Contract Price. Where the Contract Documents allow an optional material or method of performing a portion of the Work, or where the Contractor is ultimately allowed or directed to perform a part of the Work using a substitute material or method, the Contractor shall provide all other coordination and additional work that such change necessitates, without any additional cost to the Owner. PROJECT MANAGEMENT AND COORDINATION

25 UPTON TOWN HALL RENOVATION 1.5 SURVEYING AND ENGINEERING, GENERAL A. The Contractor shall employ a project engineer who is a qualified land surveyor registered to practice in the Commonwealth of Massachusetts, who shall establish and maintain grades and levels and permanent bench marks. In addition, the Contractor shall designate one person from within his organization, with engineering experience, who shall do the usual engineering work required, including leveling, checking, and verifying wall and partition lines, elevations, etc. B. Prior to commencement of any excavation or filling work on the site, the project engineer shall check locations of all structures and other fixed items with regard to property lines and other existing conditions. The Contractor shall be fully responsible for reporting to the Architect discrepancies between the dimensions and/or locations indicated on the Contract Drawings and those as they actually exist on the site. C. After verification of all dimensions and locations, the Contractor shall submit to the Architect and Upton Building Department such verification in written form bearing the professional stamp of the surveyor. Failure to do so shall mean that the Contractor assumes responsibility for all corrective measures required at no addition to the Contract amount. D. The Contractor shall lay out the Work and shall be responsible for all lines, elevations, and measurements of the building, grading, paving and other work under the Contract. The Contractor shall exercise proper precaution to verify the dimensions shown on the Drawings before laying out the Work and will be held responsible for any error resulting from his failure to exercise such precaution. 1.6 FIELD ENGINEERING REQUIREMENTS A. General: Provide professional field engineering services, establish grades, lines and levels, by use of recognized engineering survey practices. 1. The Contractor s attention is directed to the fact that Drawings have been prepared based on the assumption that all existing walls are set in orthogonal relationship to each other. The Contractor will be responsible for verifying the precise angle between existing walls, and bring to the attention of the Architect any conditions that deviate from orthogonal. 2. Submit surveys and documentation as described herein. 2. Site features: a. Existing grades, including grades immediately adjacent to existing building. 3. Structural elements: For each column, a precise base plate elevation and horizontal location shall be established. After the anchor bolts have been set in the foundations and leveling plates have been set in grout, the top surface of each leveling plate shall be surveyed to determine the following locations. Submit survey data to the Architect for review and approval prior to fabrication of structural steel. a. Elevation of top surface of each leveling plate. b. Precise position of the center of each anchor bolt in each leveling plate. PROJECT MANAGEMENT AND COORDINATION

26 UPTON TOWN HALL RENOVATION B. Qualifications of Surveyor or engineer: Qualified engineer or registered land surveyor, acceptable to Architect and the Owner. 1. Registered professional engineer of the discipline required for the specific service on the Project, licensed in the Commonwealth of Massachusetts. C. Survey Reference Points: 1. Datum: Location of control datum to be used as reference point for horizontal and vertical survey measurements is shown on Drawings. 2. Locate and protect control and reference points prior to starting site work, and preserve all permanent reference points during construction. a. Make no changes or relocations of control points without prior written notice to Architect. 3. In the event that any reference point is lost or destroyed, or requires relocation due to necessary changes in grades or construction, perform the following actions without delay: a. Report change to Architect immediately. b. Replacement of reference point shall be performed by surveyor, as directed by Architect. 4. Project Survey Requirements: a. Establish a minimum of two permanent benchmarks on the site, referenced to data established by survey control points. b. Establish lines and levels, locate and lay out by instrumentation and other appropriate means. c. Verify layouts periodically using the same means as those by which they were established. E. Records: 1. Maintain a complete, accurate log of all control and survey work as it progresses. 2. Prepare and submit a survey of existing conditions and a final survey of as-built conditions containing all relevant horizontal and vertical dimensions and reference point data. 1.7 COORDINATION DRAWINGS A. The Contractor shall be responsible for the coordination of all mechanical and electrical work with architectural requirements including ceiling layouts. Well in advance of commencing work in any area and before materials are fabricated or work begun, he shall submit to the Architect complete Coordination Drawings in the form of reproducible transparencies in a scale not less than 1/4 =1-0. Congested areas and sections through shafts shall be at a scale not less than 3/8 = 1-0. B. Coordination Drawings shall indicate the necessary offsets for all ductwork, piping, conduit, and other items to clear the work of all other trades, and structure, and to maintain the required ceiling height, ceiling layout and partition layout. PROJECT MANAGEMENT AND COORDINATION

27 UPTON TOWN HALL RENOVATION C. Prepare Coordination Drawings as follows: 1. The background for coordination drawings shall show the reflected ceiling plan. 2. Contractor shall require HEATING AND VENTILATING Subcontractor to prepare original drawings showing all ductwork, hot water and other heating lines, based on approved Sheet Metal Fabrication Drawings and related mechanical submittals. 3. Contractor shall have transparencies made there from, and shall distribute them to the Architect and the Plumbing Subcontractor for the next step. 4. Contractor shall then require PLUMBING Subcontractor to indicate all his equipment and plumbing lines on these transparencies. 5. Contractor shall then require FIRE PROTECTION Subcontractor to indicate his equipment and piping on these transparencies. 6. Contractor shall require the ELECTRICAL Subcontractor to indicate his equipment and conduit lines on the same Drawings. 7. Contractor shall resolve conflicts and then submit these transparencies to the Architect for review. 8. Submit complete final set of coordination drawings for record purposes. D. Coordination Drawings shall bear the signature of all subcontractors involved indicating that all space conditions have been satisfactorily resolved. In addition, the Drawings shall bear the Contractor's stamp bearing the notation "Drawings Have Been Checked and Coordinated with all Trades". Drawings without these notations, or Drawings submitted more than 120 days after the execution of the Contract, will not be accepted or reviewed by the Architect. E. If any space conflicts cannot be resolved by the Contractor, he shall immediately notify the Architect. F. Coordination Drawings are for the Contractor's and Architect's use during construction and shall not be construed as replacing any Shop, "As-Built", or other Record Drawings required elsewhere in these Contract Documents. G. Architect's review of Coordination Drawings shall not relieve General Contractor from his overall responsibility for coordination of all work performed pursuant to the Contract or from any other requirements of the Contract. H. Access panel coordination: Show locations and sizes of all access panels for all trades on Coordination Drawings. PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED) END OF SECTION PROJECT MANAGEMENT AND COORDINATION

28 UPTON TOWN HALL RENOVATION SECTION CONSTRUCTION FACILITIES & TEMPORARY CONTROLS PART 1 - GENERAL 1.1 GENERAL PROVISIONS A. Attention is directed to the CONTRACT AND GENERAL CONDITIONS and all Sections within DIVISION 01 - GENERAL REQUIREMENTS which are hereby made a part of this Section of the Specifications. 1.2 SUMMARY A. The Work of this Section includes, but is not limited to, requirements for the following: 1. Temporary facilities and services 2. Temporary water 3. Weather protection 4. Temporary heating and ventilating 5. Temporary humidity control. 6. Temporary electricity and lighting 7. Temporary telephone 8. Temporary sanitary facilities 9. Temporary fire protection 10. Temporary stairs and ladders 11. Temporary hoists and chutes 12. Staging and scaffolding 13. Temporary use of elevators 14. Temporary enclosures 15. Protection of work, property and the public 16. Security of the work 17. Rodent control 18. Water control 19. Snow and ice control 20. Construction fence 21. Project signs 22. Temporary offices 1.3 SUBMITTALS A. General: Refer to Section SUBMITTAL PROCEDURES, for submittal provisions and procedures. B. Informational Submittals: Submit the following plans for temporary protection and facilities as specified in this Section: 1. Weather protection plan 2. Temporary humidity control procedures CONSTRUCTION FACILITIES & TEMPORARY CONTROLS

29 UPTON TOWN HALL RENOVATION 3. Temporary heating plan 4. Temporary fire protection plan. 1.4 TEMPORARY FACILITIES AND SERVICES A. Contractor shall be responsible for arranging and providing temporary facilities and general services at the site as specified herein and as otherwise required for proper and expeditious prosecution of work. Except as otherwise specified, the Contractor shall pay costs for all temporary facilities and general services until Final Acceptance of the Work and shall remove same at completion of the Work. B. All such services and facilities shall comply with applicable Federal, State and local regulations. C. Contractor shall make all connections to existing services and sources of supply, shall provide all necessary installations, labor, materials, and equipment, in a manner subject to the approval of the Architect and the Owner, shall remove temporary installations and conditions when no longer required, and shall restore the services and sources of supply to proper operating condition as approved by the Architect. D. Discontinuance of any temporary service prior to the completion of any portions of the Work shall not render the Owner liable for any additional cost resulting therefrom. E. Should a change in location of any temporary equipment be necessary in order for the Work to progress properly, Contractor shall remove and relocate such equipment as required without additional cost to the Owner. 1.5 TEMPORARY WATER A. Furnish potable water for construction purposes for trades at a point within 10 feet of building being constructed. Make arrangements and pay charges for water service installation, maintenance, and removal thereof, and pay costs of water for all trades. B. After installation, permanent water supply and distribution system may be used as source of water for construction purposes, provided that the Contractor pays applicable municipal water costs and assumes responsibility for damage to water distribution system and pays costs of restoration of system where so damaged. C. Temporary pipe lines and connections from the permanent service line, either outside or within the building, necessary for the use of the Contractor and his Subcontractors shall be installed, protected and maintained at the expense of the Contractor. D. In addition to temporary lines and connections, the Contractor, if required by the Owner, shall at the Contractor's expense install a temporary meter in a frostproof box in such location and in such manner as may be approved by the Architect. CONSTRUCTION FACILITIES & TEMPORARY CONTROLS

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

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

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

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

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

More information

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

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

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

AIA Document A201 TM 1997

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

More information

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

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

More information

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

INVITATION FOR BID TOWN OF BARNSTABLE

INVITATION FOR BID TOWN OF BARNSTABLE INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS PAINE BLACK HOUSE WINDOW AND DOOR RESTORATION PROJECT DATE ISSUED: January 14, 2016 BID DUE DATE February 12, 2016, NO LATER

More information

INSTRUCTIONS TO BIDDERS

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

More information

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM February 7, 2014 ADDENDUM # 1 Project # 212061 Project Name: Quincy National Guard Armory Renovation FROM: Department of Military

More information

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

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

More information

{Company.Name} {ToContact.DisplayAddress} {Projects.Name}

{Company.Name} {ToContact.DisplayAddress} {Projects.Name} ARCHITECT/ENGINEER AGREEMENT This Architect/Engineer Agreement ( Agreement or Contract ) is entered into effective as of day of, 2014 ( Effective Date ), by and between the Houston Independent School District,

More information

General Conditions of the Construction Contract Between OWNER AND CONTRACTOR

General Conditions of the Construction Contract Between OWNER AND CONTRACTOR CMAA Document A-3 General Conditions of the Construction Contract Between OWNER AND CONTRACTOR 2005 EDITION This document is to be used in connection with the Standard Form of Agreement Between Owner and

More information

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

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

More information

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

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

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

More information

GENERAL RENOVATION COST PLUS FIXED FEE THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

GENERAL RENOVATION COST PLUS FIXED FEE THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year), GENERAL RENOVATION COST PLUS FIXED FEE THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year), Between the Owner: Owner s Name Phone Number And the Contractor: For the Project: Contractor

More information

General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR

General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR CMAA Document CMAR-3 General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR 2004 EDITION This document is to be used in connection with the Standard Form of Agreement

More information

GENERAL CONDITIONS of the CONTRACT

GENERAL CONDITIONS of the CONTRACT GENERAL CONDITIONS of the CONTRACT CONTENTS 1. Definitions 2. Intent and Interpretation of the Contract Documents 3. Contractor s Representation 4. Documents Furnished to Contractor 5. Ownership of Drawings

More information

INVITATION FOR BID TOWN OF BARNSTABLE

INVITATION FOR BID TOWN OF BARNSTABLE INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS TOWN HALL STAIRCASE PAINTING PROJECT DATE ISSUED: May 8, 2015 BID DUE DATE June 4, 2015, NO LATER THAN 2:00 PM PRE-BID SITE

More information

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

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

More information

FIXED CONTRACT AMOUNT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

FIXED CONTRACT AMOUNT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year), FIXED CONTRACT AMOUNT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year), Between the Owner: Owner s Name Phone Number And the Contractor: For the Project: Contractor s Name License

More information

ARTICLE 8 - OWNER S RESPONSIBILITIES

ARTICLE 8 - OWNER S RESPONSIBILITIES properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written

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

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties

More information

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

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

More information

INSURANCE SCHEDULE F

INSURANCE SCHEDULE F Trade Contractors, Subcontractors or Sub-Subcontractors INSURANCE SCHEDULE F Class A: Asbestos Removal Asphalt Paving Concrete Construction Managers Cranes Culverts Decking Demolition Deconstruction Earthwork

More information

Attachment 1 CITY OF SAN ANGELO, TEXAS OWNER S CONSTRUCTION GENERAL CONDITIONS. (Effective April 16, 2018)

Attachment 1 CITY OF SAN ANGELO, TEXAS OWNER S CONSTRUCTION GENERAL CONDITIONS. (Effective April 16, 2018) Attachment 1 CITY OF SAN ANGELO, TEXAS OWNER S CONSTRUCTION GENERAL CONDITIONS (Effective April 16, 2018) 1. Definitions 2. General Conditions 2.1. Architect/Engineer Administration of the Contract 2.2.

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

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

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

More information

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

AIA Document A201 TM 1997

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

More information

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

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e mail (prequal@rockfordconstruction.com) or fax (1 616 285 8423 must include the 1 616). Name of Company

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

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

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

More information

Attachment 1. University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES

Attachment 1. University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES Attachment 1 University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES 1. GENERAL PROVISIONS 2. OWNER 3. CONTRACTOR 4. ADMINISTRATION OF

More information

University System of New Hampshire General Conditions of the Contract for Construction

University System of New Hampshire General Conditions of the Contract for Construction University System of New Hampshire General Conditions of the Contract for Construction TABLE OF ARTICLES 1. GENERAL PROVISIONS 2. OWNER 3. CONTRACTOR 4. ADMINISTRATION OF THE CONTRACT 5. SUBCONTRACTORS

More information

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

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

More information

QUOTE DOCUMENTS. FOR Harding Middle School Auditorium Wood Seat Repair Prime Contract. HARDING MIDDLE SCHOOL 203 EAST EUCLID AVENUE Des Moines, Iowa

QUOTE DOCUMENTS. FOR Harding Middle School Auditorium Wood Seat Repair Prime Contract. HARDING MIDDLE SCHOOL 203 EAST EUCLID AVENUE Des Moines, Iowa QUOTE DOCUMENTS FOR Harding Middle School Auditorium Wood Seat Repair Prime Contract HARDING MIDDLE SCHOOL 203 EAST EUCLID AVENUE Des Moines, Iowa QUOTE #8179 Owner Des Moines Independent Community School

More information

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

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

More information

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

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

More information

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

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 SPECIFICATIONS AND BID FORMS FOR DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 WESTON MIDDLE SCHOOL MANDATORY WALK-THRU ON FRIDAY, JUNE 7 th at 10:00 A.M. at WESTON MIDDLE SCHOOL, 135 SCHOOL RD., WESTON,

More information

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

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

More information

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

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

More information

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR. THIS AGREEMENT, made this day of, 2018, by and

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR. THIS AGREEMENT, made this day of, 2018, by and CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT, made this day of, 2018, by and between, hereinafter called the "Contractor," and Vail Unified School District No. 20, an Arizona

More information

Document A201/CMa. General Conditions of the Contract for Construction where the Construction Manager is NOT a Constructor

Document A201/CMa. General Conditions of the Contract for Construction where the Construction Manager is NOT a Constructor TM Document A201CMa General Conditions of the Contract for Construction where the Construction Manager is NOT a Constructor 1992 for the following PROJECT: (Name and location or address): Interior Finish

More information

NOTICE INVITING SEALED BIDS Parking Lot Renovations

NOTICE INVITING SEALED BIDS Parking Lot Renovations NOTICE INVITING SEALED BIDS Parking Lot Renovations Bid No. B16/9923 Sealed Bids will be received until 3:00 P.M. (Tucson Time), January 21, 2016, by Pima County Community College District ("Owner"), to

More information

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory I. SUMMARY The work under this contract will be performed at the facility located at Commonwealth of Pennsylvania, Department of Transportation, 81 Lab Lane (mailing address) and 82 Dogwood Avenue (delivery

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

Document A201 TM 2007 SP

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

Attachment I GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION

Attachment I GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION GENERAL CONDITIONS Attachment I GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION These General Conditions, the Supplementary Conditions and Special or other Conditions made part of this specifications

More information

Document A201 TM. General Conditions of the Contract for Construction

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

More information

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE)

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE) CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE) THIS AGREEMENT, effective this day of, 201, by and between hereinafter called the "Contractor, and, Vail Unified

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

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

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

More information

GP-4-1 of 9 GP-4 SCOPE OF WORK

GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4 SCOPE OF WORK GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4.01 CONTRACT INTENT The Contractor shall (within specified tolerances) perform all work in accordance with the lines, grades, typical cross sections,

More information

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

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

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

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

AIA Document B101 TM 2007

AIA Document B101 TM 2007 AIA Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AS MODIFIED BY OWNER AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect

More information

GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition)

GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition) GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition) TABLE OF CONTENTS ARTICLE 1...1 General Provision...1 1.1 Definitions...1 1.2 Execution, Correlation

More information

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

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

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

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

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

More information

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

Bid No. B12/9768 February 2, 2012

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

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

Standard Form of Agreement between Owner and Construction Manager

Standard Form of Agreement between Owner and Construction Manager Standard Form of Agreement between Owner and Construction Manager Agreement made as of the day of in the year 20 Between the Owner: Town of Warwick 132 Kings Highway Warwick, New York 10990 and the Construction

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

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN This Retainer Contract Supplement dated (the Supplement

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

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

GENERAL CONDITIONS TABLE OF CONTENTS

GENERAL CONDITIONS TABLE OF CONTENTS GENERAL CONDITIONS TABLE OF CONTENTS ARTICLE 1 GENERAL PROVISIONS 1.1 BASIC DEFINITIONS 1.2 OWNERSHIP AND USE OF CONTRACT DOCUMENTS 1.3 INTERPRETATION ARTICLE 2 UNIVERSITY 2.1 INFORMATION AND SERVICES

More information

State University Construction Fund AGREEMENT

State University Construction Fund AGREEMENT State University Construction Fund AGREEMENT This Agreement made as of the day of, 20, by and between the State University Construction Fund, whose address is The State University Plaza, 353 Broadway,

More information

Trailer Mounted 250KW Diesel Generator Contract # 18C

Trailer Mounted 250KW Diesel Generator Contract # 18C TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS Trailer Mounted 250KW Diesel Generator 25 Center Street Burlington MA 01803 October2017 Table of Contents INVITATION FOR BID... 3 PROJECT DESCRIPTION... 4

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Pre-Construction and Construction Management at Risk Services Lafayette

More information

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

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

More information

1.1.2 Bulletin: A document, issued by Drew prior to the opening of bids, which supplements, revises or modifies the bid document(s).

1.1.2 Bulletin: A document, issued by Drew prior to the opening of bids, which supplements, revises or modifies the bid document(s). GENERAL CONDITIONS ARTICLE 1 - GENERAL PROVISIONS 1.1 DEFINITIONS: 1.1.1 Architect/Engineer: The Architect/Engineer ( A/E ) is the consultant engaged by Drew to prepare the design and perform certain contract

More information

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

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

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

Owner and Design-Builder

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

More information

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAM DESIGN/BUILD LUMP SUM (LS) AGREEMENT (STATE FORM SC-8.

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAM DESIGN/BUILD LUMP SUM (LS) AGREEMENT (STATE FORM SC-8. STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAM DESIGN/BUILD LUMP SUM (LS) AGREEMENT (STATE FORM SC-8.0) DEPARTMENT ID: CONTRACT ID #: PROJECT #: PROJECT NAME: VENDOR NAME: SC-8.0

More information

The Grande Phoenician at the Grande Preserve Condominium Association, Inc.

The Grande Phoenician at the Grande Preserve Condominium Association, Inc. The Grande Phoenician at the Grande Preserve Condominium Association, Inc. REMODELING YOUR UNIT A Guide for Unit Owners and their Contractors *Application Procedures *Application Form *Terms and Conditions

More information

CITY OF DUBLIN City Hall 100 Civic Plaza Dublin, California DOCUMENT AGREEMENT

CITY OF DUBLIN City Hall 100 Civic Plaza Dublin, California DOCUMENT AGREEMENT CITY OF DUBLIN City Hall 100 Civic Plaza Dublin, California 94568 DOCUMENT 00400 AGREEMENT The, ( City ) enters into this agreement, dated, 2014 for reference purposes only, with ( Contractor ). RECITALS

More information

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser Document C132 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Adviser AGREEMENT made as of the 14th day of July in the year 2014 (In words, indicate day, month and year.) BETWEEN

More information

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect APPENDIX A University of Maine System Supplementary Requirements to AIA Document B102 2007 Standard Form of Agreement Between Owner and Architect NOTE: B102 2007 AS MODIFIED WITH UNIVERSITY OF MAINE SYSTEM

More information

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT, made this day of, 201, by and between Epic One Builders, LLC, hereinafter called the "Contractor," and Pima County Community

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

REQUEST FOR PROPOSAL

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

More information

AIA Document A103 TM 2007

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

More information

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

POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB

POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB-15-7160 This is an unofficial Bid Spec. If this document is used to submit a bid, you must forward your

More information

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS DOCUMENT 01 32 13 PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

More information