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

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

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

HVAC Remodel Second Floor North Center Building

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

AIA Document A701 TM 1997

Document A701 TM. Instructions to Bidders

SECTION NOTICE TO BIDDERS

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

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

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

DOCUMENT SUPPLEMENTARY CONDITIONS

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

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

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

SECTION SUPPLEMENTARY CONDITIONS

Request for Bid/Proposal

AIA Document A201 TM 1997

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

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

AIA Document A101 TM 2007

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

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

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

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

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

INSTRUCTIONS TO BIDDERS

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

ANNEX A Standard Special Conditions For The Salvation Army

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

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

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

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

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

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

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

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

AIA Document A201 TM 1997

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

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

INSTRUCTIONS TO BIDDERS

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

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

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

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

Proposal No:

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

ADDENDUM #5 NIB #

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

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR

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

AIA Document A101 TM 2007

Subcontract Agreement

MASTER SUBCONTRACT AGREEMENT

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

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

Bid No. B12/9768 February 2, 2012

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

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

LONE TREE SCHOOL FLOORING REPLACEMENT

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.

Randolph County Schools. Renovations to Third Ward Elementary School

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

SUBCONTRACT (SHORT FORM)

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

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

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

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

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

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

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

OGC-S Owner-Contractor Construction Agreement

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

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

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

W I T N E S S E T H:

Document A201 TM 2007 SP

AIA Document A103 TM 2007

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

St. Charles City County Library District

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

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

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

INSTRUCTIONS TO BIDDERS

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

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

PART INSTRUCTIONS TO BIDDERS

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

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

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

Transcription:

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 16030 HVAC Replacement Quitman County Schools Issued 28 April 2016 PROJECT TEAM LISTING OWNER QUITMAN COUNTY SCHOOL DISTRICT ARCHITECT OF DESIGN AND RECORD DALE BAILEY, an Association CONSULTING ENGINEERS Mechanical... The CGM Group Electrical... The Power Source PLLC Seals Pages 000107-1

D B PN 16030 HVAC Replacement Quitman County Schools Issued 28 April 2016 Construction Documents prepared by ARCHITECT OF RECORD Dale Bailey, an Association One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 Jeff Barnes, AIA P: 601.352.5411 Email: shelbymitchell@dalepartners.com Architectural drawings and the specification sections denoted In the Table of Contents with (A)... Seals Pages 000107-2

000110 TABLE OF CONTENTS Cover... 1 000107 Seals Pages... 1 3 000110 Table of Contents... 1 2 000115 List of Drawing Sheets... 1 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 001113 Advertisement for Bids... 1 2 002113 Instructions to Bidders... 1 002213 Supplementary Instructions to Bidders... 1 3 004113.01 Bid Form Stipulated Sum (Single-Prime Contract)... 1 3 004313 Bid Security Forms... 1 005200 Agreement Form... 1 006000 Bonds and Certificates... 1 007000 General Conditions... 1 008000 Supplementary Conditions... 1 9 009113 Addenda... 1 DIVISION 01 GENERAL REQUIREMENTS 011000 Summary (A)... 1 3 012100 Allowances (A)... 1 4 012600 Contract Modification Procedures (A)... 1 3 012900 Payment Procedures (A)... 1 4 013100 Project Management and Coordination (A)... 1 7 013200 Construction Progress Documentation (A)... 1 5 013233 Photographic Documentation (A)... 1 3 013300 Submittal Procedures (A)... 1 9 DB Submittal Transmittal Form (A)... 1 3 014000 Quality Requirements (A)... 1 8 014200 References (A)... 1 3 015000 Temporary Facilities and Controls (A)... 1 7 016000 Product Requirements (A)... 1 5 017300 Execution (A)... 1 5 017419 Construction Waste Management and Disposal (A)... 1 4 017700 Closeout Procedures (A)... 1 5 017823 Operation and Maintenance Data (A)... 1 6 017839 Project Record Documents (A)... 1 4 DIVISION 02 EXISTING CONDITIONS 024119 Selective Demolition (A)... 1 5 DIVISION 03 DIVISION 25 NOT USED Table of Contents 000110-1

DIVISION 26 ELECTRICAL 260511 Electrical General (E)... 1 6 260519 Low-Voltage Power Conductors and Cables (E)... 1 2 260526 Grounding and Bonding for Electrical Systems (E)... 1 2 260533 Raceways, Outlet Boxes, and Junction Boxes for Electrical Systems (E) 1 5 232800 Disconnects and Separately-Mounted Circuit Breakers (E)... 1 2 DIVISION 27 DIVISION 49 NOT USED END OF SECTION 000110 Table of Contents 000110-2

DOCUMENT 000115 - LIST OF DRAWING SHEETS 1.1 LIST OF DRAWINGS A. Drawings: Drawings consist of the Contract Drawings and other drawings listed on the Table of Contents page of the separately bound drawing set titled HVAC Replacement, Quitman County Schools, dated 28 April 2016, as modified by subsequent Addenda and Contract modifications. B. List of Drawings: Drawings consist of the following Contract Drawings and other drawings of type indicated: General G1 Cover Sheet General Index & Project Information Mechanical M-101 Elementary Mechanical Roof Plan M-102 High School Mechanical Roof Plan M-201 Mechanical Schedules Electrical E1.0 Elementary Electrical Plan E2.0 High School Electrical Plan END OF DOCUMENT 000115 List of Drawing Sheets 000115-1

DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS

SECTION 001113 ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids will be received for the projects named below by the Quitman County School District until 2:00 P.M. on Thursday, May 26, 2016, and then publicly opened and read aloud. Single stipulated sum bids will be received for all work required by the contract documents in accordance with the Instructions to Bidders. Location for Receipt of Bids: Dr. Evelyn Jossell, Superintendent of Schools Quitman County School District 1362 Martin Luther King Drive Marks, Mississippi 38646 Contract Documents consisting of Plans and Specifications Entitled: HVAC Replacement Quitman County Schools Project Number: 16030 Plans and specifications may be examined at the office of the Architect. Plans and specifications may be obtained from the office of the Architect as set out below: a. Bid documents are being made available via original paper copy or digital CD. Plan holders are required to register and order bid documents at www.dalebaileyplans.com. Bid documents are non-refundable and must be purchased through the website. All plan holders are required to have a valid email address for registration. Questions regarding website registration and online orders please contact Plan House Printing, 607 W. Main Street, Tupelo, MS 38804, (662) 407-0193. b. Bid Documents will only be made available to plan holders as entire documents. Partial sets will not be issued. Proposals must be delivered in a sealed envelopes marked plainly on the outside of the envelopes with the following: HVAC REPLACEMENT, QUITMAN COUNTY SCHOOLS PROJECT NUMBER 16030 to be opened on May 26, 2016; addressed to Dr. Evelyn Jossell, Superintendent of Schools, Quitman County School District, 1362 Martin Luther King Drive, Marks, MS 38646. In addition the envelope shall list the bidders Company Name, Company Address and all applicable state and local license and registration numbers of the bidder. Envelopes not so marked are submitted entirely at the risk of the bidder as the Owner and Architect assume no responsibility for the premature opening of any bid envelope by any employee of the Owner or Architect. Proposals shall be submitted in duplicate only upon the blank proposal forms provided with the specifications and must be accompanied by Proposal Security in the form of Certified Check or acceptable Bid Bond in the amount equal to at least five percent (5%) of the Base Bid: such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the proposal, execute a contract and post Performance and Payment Bonds in the form and amount within the time specified. The Bid Bond, if used, shall be payable to the Owner. Advertisement for Bids 001113-1

Bid proposals must be received on or before the scheduled time for opening of bids and no bid may be withdrawn after the declared closing time for the receipt of bids for a period of sixty (60) days. All bids submitted in excess of $50,000 by a Prime or Subcontractor to do any erection, building, construction, repair, maintenance, or related work must comply with the Mississippi Contractors Act of 1985, by securing a Certificate of Responsibility from the State Board of Contractors. The Owner reserves the right to waive any irregularities, the right to reject any or all bids and the option to postpone action and final decision for a period of up to sixty (60) days. OWNER: Quitman County School District 1362 Martin Luther King Drive Marks, MS 38646 ARCHITECT: Dale Bailey, an Association One Jackson Place, Suite 250 188 E. Capitol Street Jackson, MS 39201-2100 Phone: 601-352-5411 Fax: 601-352-5362 Contact Candy Failor regarding questions Email: candyfailor@dalepartners.com DATES OF ADVERTISEMENT: 28 April 2016 05 May 2016 END OF SECTION 001113 Advertisement for Bids 001113-2

SECTION 002113 - INSTRUCTIONS TO BIDDERS PART 1 - GENERAL 1.1 STANDARD AIA INSTRUCTIONS TO BIDDERS A. The Instructions to Bidders to be used in the bidding of this project shall be the American Institute of Architects AIA Document A701- Instructions to Bidders (1997 Edition), Articles 1 through 8, inclusive. All Bidders shall be fully cognizant of the scope, meaning, and interpretations of the contents of AIA Document A701. B. If Bidders are not thoroughly familiar with the contents of AIA Document A701, the Bidders may examine a copy of AIA Document A701 on file at the Architect s office or the Bidder can purchase a copy of the document from the American Institute of Architects, 1735 New York Avenue, NW, Washington, DC 20006-5292. Telephone (800) 242-3837. C. Submission of a bid shall imply that the Bidder fully understands the contents of AIA Document A701, and that his bid is in compliance therewith. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 002113 Instructions to Bidders 002113-1

SECTION 002213 - SUPPLEMENTARY INSTRUCTIONS TO BIDDERS PART 1 - Supplementary Instructions to Bidders 1.1 INSTRUCTIONS TO BIDDERS A. Instructions to Bidders for Project consist of the following: 1. AIA Document A701, "Instructions to Bidders." 2. The following Supplementary Instructions to Bidders that modify and add to the requirements of the Instructions to Bidders. 1.2 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS, GENERAL A. The following supplements modify AIA Document A701, "Instructions to Bidders." Where a portion of the Instructions to Bidders is modified or deleted by these Supplementary Instructions to Bidders, unaltered portions of the Instructions to Bidders shall remain in effect. 1.3 ARTICLE 2 - BIDDER'S REPRESENTATIONS A. Add Section 2.1.3.1: 1. 2.1.3.1 - The Bidder has investigated all required fees, permits, and regulatory requirements of authorities having jurisdiction and has properly included in the submitted bid the cost of such fees, permits, and requirements not otherwise indicated as provided by Owner. B. Add Section 2.1.5: 1. 2.1.5 - The Bidder is a properly licensed Contractor according to the laws and regulations of Mississippi and meets qualifications indicated in the Procurement and Contracting Documents. 1.4 ARTICLE 4 - BIDDING PROCEDURES A. 4.1 - Preparation of Bids: 1. Add Section 4.1.8: a. 4.1.8 - The Bid shall include unit prices when called for by the Procurement and Contracting Documents. Owner may elect to consider unit prices in the determination of award. Unit prices will be incorporated into the Contract. 2. Add Section 4.1.9: a. 4.1.9 - Owner may elect to disqualify a bid due to failure to submit a bid in the form requested, failure to bid requested alternates or unit prices, failure Supplementary Instructions to Bidders 002213-1

B. 4.3 - Submission of Bids: to complete entries in all blanks in the Bid Form, or inclusion by the Bidder of any alternates, conditions, limitations or provisions not called for. 1. Add Section 4.3.1.2: a. 4.3.1.2 - Include Bidder's Contractor License Number applicable in Project jurisdiction on the face of the sealed bid envelope. C. 4.4 - Modification or Withdrawal of Bids: 1. Add the following sections to 4.4.2: a. 4.4.2.2 - Owner will consider modifications to a bid written on the sealed bid envelope by authorized persons when such modifications comply with the following: the modification is indicated by a percent or stated amount to be added to or deducted from the Bid; the amount of the Bid itself is not made known by the modification; a signature of the authorized person, along with the time and date of the modification, accompanies the modification. Completion of an unsealed bid form, awaiting final figures from the Bidder, does not require power of attorney due to the evidenced authorization of the Bidder implied by the circumstance of the completion and delivery of the Bid. D. 4.6 - Subcontractors, Suppliers, and Manufacturers List Bid Supplement: 1. Add Section 4.6: a. 4.6 - Provide list of major subcontractors, suppliers, and manufacturers furnishing or installing products no later than two business days following Architect's request. Include those subcontractors, suppliers, and manufacturers providing work totaling 5 percent or more of the Bid amount. Do not change subcontractors, suppliers, and manufacturers from those submitted without approval of Architect. 1.5 ARTICLE 5 - CONSIDERATION OF BIDS A. 5.2 - Rejection of Bids: 1. Add Section 5.2.1: a. 5.2.1 - Owner reserves the right to reject a bid based on Owner's and Architect's evaluation of qualification information submitted following opening of bids. Owner's evaluation of the Bidder's qualifications will include: status of licensure and record of compliance with licensing requirements, record of quality of completed work, record of Project completion and ability to complete, record of financial management including financial resources available to complete Project and record of timely payment of obligations, record of Project site management including Supplementary Instructions to Bidders 002213-2

compliance with requirements of authorities having jurisdiction, record of and number of current claims and disputes and the status of their resolution, and qualifications of the Bidder's proposed Project staff and proposed subcontractors. 1.6 ARTICLE 6 - POSTBID INFORMATION A. 6.3 - Submittals: 1. Add Section 6.3.1.4: a. 6.3.1.4 - Submit information requested in Sections 6.3.1.1, 6.3.1.2, and 6.3.1.3 no later than ten (10) business days following receipt of bids. 1.7 ARTICLE 7 - PERFORMANCE BOND AND PAYMENT BOND A. 7.1 - Bond Requirements: 1. Add Section 7.1.1.1: a. 7.1.1.1 - Both a Performance Bond and a Payment Bond will be required, each in an amount equal to 100 percent of the Contract Sum. B. 7.2 - Time of Delivery and Form of Bonds: 1. Delete the first sentence of Section 7.2.1 and insert the following: a. The Bidder shall deliver the required bonds to Owner no later than 10 days after the date of Notice of Intent to Award and no later than the date of execution of the Contract, whichever occurs first. Owner may deem the failure of the Bidder to deliver required bonds within the period of time allowed a default. 2. Delete Section 7.2.3 and insert the following: a. 7.2.3 - Bonds shall be executed and be in force on the date of the execution of the Contract. 1.8 ARTICLE 9 - EXECUTION OF THE CONTRACT A. Add Article 9: 1. 9.1.2 - Owner may deem as a default the failure of the Awardee to execute the Contract and to supply the required bonds when the Agreement is presented for signature within the period of time allowed. 2. 9.1.4 - In the event of a default, Owner may declare the amount of the Bid security forfeited and elect to either award the Contract to the next responsible bidder or re-advertise for bids. END OF SECTION 002213 Supplementary Instructions to Bidders 002213-3

DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE-PRIME CONTRACT) 1.4 BID INFORMATION A. Bidder:. B. Project Name: HVAC Replacement, Quitman County Schools. C. Project Location: 1. Quitman County Elementary School, Highway 3 South, Lambert, MS 38643. 2. M. S. Palmer High School, 1315 Martin Luther King Drive, Marks, MS 38646. D. Owner: Quitman County School District. E. Architect: Dale Bailey, an Association. F. Architect Project Number: 16030. 1.5 CERTIFICATIONS AND BASE BID A. Base Bid, Single-Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, and all subsequent Addenda, as prepared by Dale Bailey, an Association and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above-named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: ($ ). Dollars 1.3 THE ABOVE LUMP SUM PRICE INCLUDES THE FOLLOWING ALLOWANCE: 1. Lump Sum Contingency Allowance: Thirty Thousand Dollars ($30,000.00). 1.5 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within 10 days after a written Notice of Award, if offered within 60 days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as Bid Form - Stipulated Sum (Single-Prime Contract) 004113-1

liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1. Dollars ($ ). B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.6 TIME OF COMPLETION A. The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents on a date specified in a written Notice to Proceed anticipated to be issued by the Architect no later than June 1, 2016, and shall fully complete the Work by October 28, 2016. 1.7 ACKNOWLEDGEMENT OF ADDENDA A. The undersigned Bidder acknowledges receipt of and use of the following Addenda in the preparation of this Bid: 1. Addendum No. 1, dated. 2. Addendum No. 2, dated. 3. Addendum No. 3, dated. 4. Addendum No. 4, dated. 1.8 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form Supplement - Bid Bond Form (AIA Document A310). 1.9 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in Mississippi, and that all fees, permits, etc., pursuant to submitting this proposal have been paid in full. Bid Form - Stipulated Sum (Single-Prime Contract) 004113-2

1.10 SUBMISSION OF BID A. Respectfully submitted this day of, 20. B. Submitted By. (Name of bidding firm or corporation) C. Authorized Signature:. (Handwritten signature) D. Signed By:. (Type or print name) E. Title. (Owner/Partner/President/Vice President). F. Street Address. G. City State, Zip. H. Phone:. I. License No.:.. END OF DOCUMENT 004113 Bid Form - Stipulated Sum (Single-Prime Contract) 004113-3

DOCUMENT 004313 - BID SECURITY FORMS 1.1 BID FORM SUPPLEMENT A. A completed bid bond form is required to be attached to the Bid Form. 1.2 BID BOND FORM A. AIA Document A310, "Bid Bond," is the recommended form for a bid bond. A bid bond acceptable to Owner, or other bid security as described in the Instructions to Bidders, is required to be attached to the Bid Form as a supplement. B. Copies of AIA standard forms may be obtained from The American Institute of Architects; www.aia.org/contractdocs/purchase/index.htm; email: docspurchases@aia.org; (800) 942-7732. END OF DOCUMENT 004313 Bid Security Forms 004313-1

DOCUMENT 005200 AGREEMENT FORM PART 1 - GENERAL 1.1 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR A. The Agreement between the Owner and the Contractor will be executed on AIA Document A101 - Standard Form of Agreement between Owner and Contractor (2007 Edition). The Contractor shall be fully cognizant of the scope, meaning, and interpretations of the Agreement. The Contractor shall be responsible for full compliance with the terms of the Agreement. B. An example copy of the Agreement is included in the Project Manual immediately following this Section. C. Submission of a bid shall imply that the Bidder fully understands the terms of the Agreement and is willing to execute this type of contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF DOCUMENT 005200 Agreement Form 005200-1

DOCUMENT 006000 - BONDS AND CERTIFICATES PART 1 GENERAL 1.1 GENERAL REQUIREMENTS A. The Performance Bond and the Labor and Material Payment Bond shall be executed on statutory forms conforming to the requirements of the State of Mississippi and acceptable to the Owner. B. Unless required otherwise by the Owner, comply with the following AIA Documents. The Bidder can purchase the document(s) from the American Institute of Architects, 1735 New York Avenue, NW, Washington, DC 20006-5292. Telephone (800) 242-3837. 1.2 PERFORMANCE AND PAYMENT BONDS A. Execute required Performance Bond in accordance with AIA Document A312, 2010 Edition. B. Execute required Payment Bond in accordance with AIA Document A312, 2010 Edition. 1.3 CERTIFICATES OF INSURANCE A. Execute required certificates of insurance in accordance with Article 11.1, Paragraph 11.1.3 of the General Conditions. B. Supplemental Attachment for Accord Certificate of Insurance 25-S: AIA Document G715, 1991 Edition. 1.4 CONTRACT CLOSEOUT CERTIFICATES A. Certificate of Substantial Completion: AIA Document G704, 2000 Edition. B. Contractor's Affidavit of Payment of Debts and Claims: AIA Document G706, 1994 Edition. C. Contractor's Affidavit of Release of Liens: AIA Document G706A, 1994 Edition. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF DOCUMENT 006000 Bonds and Certificates 006000-1

DOCUMENT 007000 - GENERAL CONDITIONS PART 1 - GENERAL 1.1 DESCRIPTION. A. The American Institute of Architects AIA DOCUMENT A201-2007, General Conditions of the Contract for Construction, Articles 1 through 15 inclusive, except as may be added to or modified herein, is hereby made a part of the Contract Documents. For brevity, AIA DOCUMENT A201-2007 is also referred to in the Contract documents as the General Conditions. B. During the Bidding Period, a copy of AIA Document A201 will be available for examination at the Architect's office, or a copy (or copies) may be purchased by the Bidder from the American Institute of Architects, 1735 New York Avenue, NW, Washington, DC 20006-5292. Telephone (800) 242-3837. All Bidders shall be fully cognizant of the scope, meaning, and interpretations of AIA Document A201 prior to submitting bids. Submission of a bid shall imply that the Bidder fully understands the contents of AIA Document A201 and would fully comply therewith.) C. All persons intending to provide goods or services in connection with this Work are required to read and understand the referenced document prior to proceeding. D. See Document 008000-Supplementary Condition. In the event of a conflict between the AIA DOCUMENT A201-2007, General Conditions of the Contract for Construction, and Document 008000-Supplementary Conditions, Document 008000 shall control even if the conflicting provision in the AIA DOCUMENT A201-2007 General Conditions of the Contract for Construction is not expressly deleted or revised by reference in Document 008000. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF DOCUMENT 007000 General Conditions 007000-1

DOCUMENT 008000 - SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 INTRODUCTION A. The following supplements modify the General Conditions of the Contract for Construction, AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. 1.2 SUPPLEMENTS A. ARTICLE 1; GENERAL PROVISIONS 1.1.7 INSTRUMENTS OF SERVICE Add Clause 1.1.7.1 to Paragraph 1.1.7: 1.1.7.1 The Project Manual is a volume assembled for the Work which may include the bidding requirements, sample forms, Conditions of the Contract and Specifications. 1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS Add Clause 1.2.1.1 to Subparagraph 1.2.1: 1.2.1.1 In the event of an inconsistency between Drawings and Specifications or within either Document not clarified by addendum, the better quality or greater quantity of Work shall be provided in accordance with the Architect's interpretation. Should the Contractor observe any inconsistency within the Contract Documents, he shall bring them to the Architect's attention for resolution as soon as possible after originally observed. B. ARTICLE 2; OWNER Delete Subparagraph 2.2.5 and Replace with the following subparagraph 2.2.5. 2.2.5 The Contractor will be furnished free of charge with up to 15 copies of the plans and specifications, including all Addenda. Printing of additional sets will be at the Contractor s expense. The Architect will supply the Contractor with an electronic copy of the plans, specifications and Addenda in PDF format when requested for the purposes of making reproductions pursuant to Section 1.5.2. C. ARTICLE 3; CONTRACTOR Supplementary Conditions 008000-1

3.4 LABOR AND MATERIALS Add Subparagraph 3.4.2.1 to Paragraph 3.4.2. 3.4.2.1 After the Contract has been executed, the Owner and the Architect will consider requests for the substitution of products in place of those specified only under the conditions set forth in the General Requirements (Division 1 of the Specifications). By making requests for substitutions, the Contractor:.1 represents that the Contractor has personally investigated the proposed substitute product and determined that it is equal or superior in all aspects to that specified..2 represents that the Contractor will provide the same warranty for the substitution as the Contractor would have provided for the product specified..3 certifies that the cost data presented is complete and includes all related costs for the substituted product and for Work that must be changed as a result of the substitution, except for the Architect s redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and.4 shall coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. D. ARTICLE 7; CHANGES IN THE WORK 7.1 GENERAL Add the following Subparagraph 7.1.4 to Paragraph 7.1: 7.1.4 The combined overhead (overhead includes general home office, field personnel, superintendents, and all costs attributable to field and office personnel), taxes (including Mississippi's 3.5 percent gross receipts tax), insurance and profit included in the total cost to the Owner of a change in the Work shall be based on the following schedule:.1 For the contractor, the Work performed by the Contractor s own forces, fifteen percent of the cost..2 For the Contractor, for Work performed by the Contractor s Subcontractors, ten percent of the amount due the Subcontractor..3 For each Subcontractor or Sub-subcontractor involved, for Work performed by that Subcontractor s or Sub-subcontractor s own forces, fifteen percent of the cost..4 For each Subcontractor involved, for Work performed by the Subcontractor s Sub-subcontractor, ten percent of the amount due the Sub-subcontractor..5 Cost to which overhead and profit is to be applied shall be determined in accordance with Subparagraph 7.3.7. Supplementary Conditions 008000-2

.6 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. Labor and materials shall be itemized in the manner prescribed above. Where major cost items are Subcontracts, they shall be itemized also. In no case will a change involving an amount over Five Hundred Dollars be approved without such itemization. E. CONSTRUCTION CHANGE DIRECTIVES Add the following sentence to Clause 7.3.3.1: 7.3.3.1 The cost or credit to the Owner resulting from a change in the work shall calculated in the same manner as described in Subparagraph 7.1.4 (above). Delete Clauses 7.3.3.3 and 7.3.3.4 Delete Subparagraph 7.3.7 entirely. F. ARTICLE 9; PAYMENTS AND COMPLETION 9.3 APPLICATIONS FOR PAYMENT Add the following sentence to Subparagraph 9.3.1: 9.3.1 The form of Application for Payment, duly notarized, shall be a current authorized edition of AIA Document G702-1992, Application and Certificate for Payment, supported by a current authorized edition of AIA Document G703-1992, Continuation Sheet. Add the following Clauses 9.3.1.3 and 9.3.1.4 to 9.3.1: 9.3.1.3 The Owner will retain five percent (5%) until the Work is at least fifty percent (50%) complete, on schedule, and satisfactory in the Architect s opinion, at which time fifty percent (50%) of the retainage held to date shall be returned to the Contractor for distribution to the appropriate Sub-Contractors and Suppliers. Future retainage shall be withheld at the rate of two and one half percent (2 1/2%) of the amount due the Contractor on account of progress payments. 9.3.1.4 The Contractor must submit each month, with the Application for Payment, a separate letter stating that he is requesting an extension of time or that he has no need for an extension for that period of time. No payment on a monthly application of payment will be made until the letter is received. Complete justification, such as weather reports and other pertinent correspondence must be included for each day's request for extension. A Contractor's letter or statement will not be Supplementary Conditions 008000-3

considered as adequate justification. The receipt of this request and data by the Owner will not be considered as Owner approval in any way." 9.5 DECISIONS TO WITHHOLD CERTIFICATIONS Add the Following Clauses 9.5.1.8, 9.5.1.9 and 9.5.1.10 to Subparagraph 9.5.1 9.5.1.8 Failure to properly coordinate all phases of the work; 9.5.1.9 Failure to verify that all materials, equipment, and work in full accordance with the Contract Documents; 9.5.1.10 Failure to comply with the specified submittal procedures. 9.6 PROGRESS PAYMENTS Add the Following Subparagraph 9.6.8 to Paragraph 9.6 9.6.8 The amount retained by the Contractor from each payment to each subcontractor and material supplier shall not exceed the percentage retained by the Owner from the Contractor. Add the following new Paragraph 9.11 9.11 LIQUIDATED DAMAGES 9.11.1 Liquidated Damages: Time being of the essence of this Contract and a matter of material consideration thereof, a reasonable estimate in advance is established to cover losses incurred by the Owner if the Project is not substantially complete on the date set forth in the Contract Documents. The Contractor and his Surety, if any, will be liable for and shall pay the Owner the sums hereinafter stipulated as fixed and agreed as liquidated damages for each calendar day of delay until the Work is substantially complete. The Contractor and his Surety acknowledge that the Owner s losses caused by the Contractor s delay are not readily ascertainable and that the amount estimated per day for liquidated damage is reasonable and is not a penalty. The amount established per day for liquidated damage is Five Hundred Dollars ($ 500.00.) G. ARTICLE 11 - INSURANCE AND BONDS 11.1 CONTRACTOR LIABILITY INSURANCE 11.1.1 Delete the semicolon at the end of Clause 11.1.1.1 and add:, including private entities performing Work at the site and exempt from the coverage on account of number of employees or occupation, which entities shall maintain voluntary compensation coverage at the Supplementary Conditions 008000-4

same limits specified for mandatory coverage at the same limits specified for mandatory coverage for the duration of the Project, 11.1.1.2 Delete the semicolon at the end of Clause 11.1.1.2 and add: or persons or entities excluded by statute from the requirements of Clause 11.1.1.1 but required by the Contract Documents to provide the insurance required by that Clause, Add the following Clauses 11.1.1.9 and 11.1.1.10 to Subparagraph 11.1.1: 11.1.1.9.1 Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including:.1 Premises Operations (including X, C and U coverages as applicable)..2 Independent Contractors Protective.3 Products and Completed Operations..4 Personal Injury Liability with Employment Exclusion deleted.5 Contractual, including specified provision for Contractor s obligation under paragraph 3.18.2 Owned, non-owned and hired motor vehicles..6 Broad Form Property Damage including Completed Operations. 11.1.1.10 If the General Liability coverages are provided by a Commercial General Liability Policy on a claims-made basis, the policy date or Retroactive Date shall predate the Contract; the termination date of the policy or applicable extended reporting period shall be earlier than the termination date of coverages required to be maintained after final payment, certified in accordance with Subparagraph 9.10.2. Add the following Clause 11.1.2.1 to 11.1.2: 11.1.2.1 The insurance required by Subparagraph 11.1.1 shall be written for not less than the following limits, or greater if required by law:.1 GENERAL LIABILITY (Commercial General Liability Including XCU): (a) General Aggregate: $1,000,000 Aggregate. (b) Products & Completed Operations: $1,000,000 Aggregate. (c) Personal & Advertising Injury: $1,000,000 Per Occurrence. (d) Bodily Injury & Property Damage: $1,000,000 Per Occurrence. (e) Fire Damage Liability: $50,000 Per Occurrence. (f) Medical Expense: $5,000 Per Person..2 OWNERS & CONTRACTORS PROTECTIVE LIABILITY: Supplementary Conditions 008000-5

(a) Bodily Injury and Property Damage: $1,000,000 Per Occurrence.3 AUTOMOBILE LIABILITY (Owned, Non-owned & Hired Vehicles): (a) Bodily Injury and Property Damage (Combined Single Limit): $1,000.000 Per Occurrence..4 EXCESS LIABILITY (a) Bodily Injury & Property Damage (Combined Single Limit): $2,000,000 Per Occurrence..5 WORKERS COMPENSATION: (As Required by Statute) EMPLOYERS LIABILITY: (a) (b) (c) Accident: $100,000 Per Occurrence. Disease: $500.000 Policy Limit. Disease: $100,000 Per Employee..6 PROPERTY INSURANCE: (a) General Builder s Risk: Equal to Value of Work. Modify the last sentence of Subparagraph 11.1.3 to read as follows: 11.1.3 Information concerning modification or reduction of coverage shall be furnished by the Contractor to the Owner with reasonable promptness and in accordance with the Contractor's reasonable information and belief." Add the following Clause 11.1.3.1 to Subparagraph 11.1.3; 11.1.3.1 If this insurance is written on a Commercial General Liability policy form, the certificates shall be ACORD form 25-S, completed and supplemented in accordance with AIA Document G715-1991, Instruction Sheet and Supplemental Attachment for ACORD Certificate of Insurance 25-S. Add the following Subparagraphs 11.1.5 through 11.1.8 to Paragraph 11.1: 11.1.5 Furnish one (1) copy of the Certificate of Insurance Form for each copy of the Standard Form of Agreement Between the Owner and Contractor, specifically setting forth evidence of all coverage required by subparagraphs 11.1.1, 11.1.2, 11.1.3, and 11.1.4. Furnish to the Owner copies of any endorsements that are subsequently issued amending limits of coverage. Supplementary Conditions 008000-6

11.1.6 If the coverage's are provided on a claims-made basis, the policy date or retroactive date shall predate the Contract; the termination date, or the policy, or applicable extended reporting period shall be no earlier than the termination date of coverage required to be maintained after final payment. 11.1.7 The Owner and the Architect shall be named as an additional insured for the General Liability policy, the Automobile Liability policy, the Employers' Liability policy, and the Property Insurance policy. 11.1.8 All the Contractor's Insurance policies shall contain a waiver of subrogation for the Owner and the Architect. 11.2 OWNER'S LIABILITY INSURANCE Delete Paragraph 11.2, in its entirety, and insert the following: 11.2 OWNER'S LIABILITY INSURANCE The Contractor shall purchase and maintain such insurance as will protect the Owner from his contingent liability to others for damages because of bodily injury, including death and property damage, which may arise from the operations under his Contract and other liability for damages, which the Contractor is required to insure under any provision of this Contract. Certificate for this insurance shall be filed with the Owner and will be the same limits set forth in 11.1.4. The Architect shall be named as additional insured on this policy. 11.3 PROPERTY INSURANCE Modify the first sentence of Subparagraph 11.3.1 as follows: 11.3.1 Change the words "the Owner shall purchase" to read "the Contractor shall purchase". Add the following sentence: If the Owner is damaged by the failure of the Contractor to purchase and maintain such insurance without so notifying the Owner in writing, then the Contractor shall bear all reasonable costs attributable thereto. Delete Clauses 11.3.1.2 and 11.3.1.3, in their entirety. Delete Subparagraphs 11.3.2, 11.3.3, 11.3.4, 11.3.5, and 11.3.6, in their entirety. Modify the last two sentences of Subparagraph 11.3.9 to read as follows: 11.3.9 "The Owner shall deposit in a separate account proceeds so received, which the Owner shall distribute in accordance with such agreement as the parties in interest may reach. If after such loss, no other special agreement Supplementary Conditions 008000-7

is made, replacement of damaged property shall be covered by appropriate change order." Delete Subparagraph 11.3.10, in its entirety and insert the following: 11.3.10 The Owner as fiduciary shall have power to adjust and settle a loss with Insurers, unless one of the parties in interest shall object in writing within five (5) days after occurrence of loss. 11.4 PERFORMANCE BOND AND PAYMENT BOND Delete Subparagraph 11.4.1 and substitute the following: 11.4.1 The Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder. Bonds may be obtained through the Contractor s usual source and the cost thereof shall be included in the Contract Sum. The amount of each bond shall be equal to 100 percent of the Contract Sum. Add the following Clauses 11.4.1.1 and 11.4.1.2 to Subparagraph 11.4.1: 11.4.1.1.1 The Contractor shall deliver the required bonds to the Owner not later than three days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished. 11.4.1.1.2 The Contractor shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. G. ARCTICLE 12 UNCOVERING AND CORRECTION OF WORK 12.2 CORRECTION OF WORK 12.2.2 AFTER SUBSTANTIAL COMPLETION Add the following Clause 12.2.2.4 to Subparagraph 12.2.2: 12.2.2.4 Upon request by the Owner and prior to the expiration of one year from the date of Substantial Completion, the Architect will conduct and the Contractor shall attend a meeting with the Owner to review the facility operation and performance. PART 2 PRODUCTS (Not Used) Supplementary Conditions 008000-8

PART 3 EXECUTION (Not Used) END OF DOCUMENT 008000 Supplementary Conditions 008000-9

DOCUMENT 009113 - ADDENDA PART 1 - GENERAL 1.1 ADDENDA A. Any Addendum issued prior to bid date on this Project will be included in Section 009113 and become a part of the Standard Form of Agreement between the Owner and the Contractor. B. Acknowledge receipt of Addenda in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. C. The Bidder is responsible for obtaining a copy of each Addendum issued. The Addenda will be posted on the Architect s website. They will also be available for purchase from participating plan rooms. D. Bidders who have contacted the Architect s office and requested to be included on the Bid Registry List will be notified by email when an Addendum has been issued to the email address provided by the Bidder at registration. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF DOCUMENT 009113 Addenda 009113-1