Project Manual April 20, 2015

Size: px
Start display at page:

Download "Project Manual April 20, 2015"

Transcription

1 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number

2 PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of these one separate roof replacement project: Roofs Bozeman, Montana Owner: Bozeman School District No. 7 P.O. Box 520 Bozeman, MT Contact: Todd Swinehart, Director of Facilities (406) todd.swinhart@bsd7.org Architect: Comma-Q Architecture, Inc. 109 North Rouse Avenue, No.1 Bozeman, Montana (406) Contact: Scott Dean, Project Manager scott@commaq.com Copyright 2015 Comma-Q Architecture, Inc. PROJECT TITLE PAGE

3 BIDDING AND CONTRACT REQUIREMENTS Division 00 - Bidding and Contract Requirements Project Title Page Table of Contents SECTION TABLE OF CONTENTS Bidding Requirements Invitation to Bid Instructions to Bidders Bid Form Example Bid Bond Form AIA A310 (2010 ed.) Example Payment Bond Form AIA A312 (2010 ed.) Example Performance Bond Form AIA A312 (2010 ed.) Bozeman School District No. 7 School Calendar Bozeman School District No. 7 School Calendar State of Montana Prevailing Wage Rates for Building Construction 2015 Contract Requirements Agreement and General Conditions Example copy of Standard Form of Agreement - AIA Document A 107 (2007 ed.) Contract Forms List of Contract Forms SPECIFICATIONS Division 01 General Requirements Summary Price and Payment Procedures Administrative Requirements Quality Requirements Temporary Facilities and Controls Product Requirements Execution and Closeout Requirements Division 07 Thermal and Moisture Protection Elastomeric Membrane Roofing Sheet Metal Flashing and Trim Joint Sealers END OF TABLE OF CONTENTS TABLE OF CONTENTS / 1

4 THIS PAGE INTENTIONALLY LEFT BLANK

5 INVITATION TO BID BOZEMAN SCHOOL DISTRICT #7 Roof Replacement 2015 Project Annie Street Bozeman, MT Sealed bids will be received by the Director of Facilities, Bozeman School District No. 7, Bozeman, Montana until 2:00 PM (local time), on Thursday May 7, 2015, at which time the bids will be publicly opened and read aloud. The Director of Facilities office is located in the Willson School Building, 404 West Main Street, Room 243, Bozeman, MT Bids will be received for one separate roof replacement project at for the Trustees, School District No. 7, Bozeman, MT in accordance with the Specifications and other Contract Documents. The Project consists of replacement of membrane roofs at. Bids shall be submitted on the form provided within the Contract Documents. Contract documents may be secured at the offices of: Comma-Q Architects, 109 North Rouse Avenue, #1, Bozeman, MT 59715, Phone: (406) or Fax: (406) A pre-bid walk-through is scheduled for April 27, 2015 at 4:00 p.m. at Emily Dickinson Elementary School. Participants should meet at the main school entrance. Bids shall be accompanied by an acceptable form of Bid Security in the amount of 10% of the total Bid. Acceptable forms of Bid Security are as follows: Certified Check, Cashier s Check, Bank Draft, Lawful US Currency, Bank Money Order or Bid Bond made payable to Bozeman School District No. 7, Bozeman, Montana, as a guarantee that if the Proposal is accepted, the Bidder will execute the Contract and fill acceptable Performance and Labor & Material Payment Bonds no later than ten (10) days after the Award of the Contract. Each prime bidder or subcontractor will be required to have a valid Montana Public Contractor s registration/license in the proper classification. The Contractor shall comply with all fair labor practices, must meet the requirements of the State Statutes and must pay the prevailing rate of wages to workers performing labor on contracts over $25,000. No bidder may withdraw his bid for at least thirty (30) calendar days after the scheduled time for receipt of bids except as noted in the Instruction to Bidders. The Trustees, School District No. 7, Bozeman, MT hereinafter called the Owner, reserve the right to reject any or all Proposals and to waive any formality or technicality in any Proposal in the interest of the Owner. END OF INVITATION TO BID INVITATION TO BID / 1

6 THIS PAGE INTENTIONALLY LEFT BLANK

7 INSTRUCTIONS TO BIDDERS 1 DESCRIPTION The Contract Documents cover the construction scope of work for: 2 DEFINITIONS Bozeman School District No. 7 - Roof Replacement 2015, 2435 Annie Street, Bozeman, Montana Bidding Documents, which include the Invitation to Bid, Instructions to Bidders, the Bid Proposal Form, other sample bidding and contract forms, and proposed Contract Documents, including any addenda issued prior to bid opening 2.2 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are applicable to the Bidding Documents. 2.3 An Addendum is a written or graphic instrument issued by the Architect prior to the execution of the Contract, which modify or interpret the Bidding Documents by addition, deletion, and clarification of correction. 2.4 A Bid is a complete and properly signed proposal to do the Work or designated portion thereof for the sum stipulated therein supported by data called for by the Bidding Documents 2.5 A Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described 2.6 An Alternate Bid (or Alternate) is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted. 2.7 A Unit Price is an amount stated in the Bid as a price per unit of measurement for materials, equipment, or services or a portion of the Work as described in the Bidding Documents. 2.8 A Bidder is one who submits a Bid for a contract, or sub-contract with the General Contractor, for the Work described in the Contract Documents. 2.9 The Owner is Bozeman School District No The Architect is Comma-Q Architecture, Inc. 3 BIDDERS REPRESENTATION 3.1 Each Bidder by making a Bid represents that: a The Bidder has read and understands the Bidding Documents and their Bid is made in accordance therewith. The Bid is based upon the materials described in the Bidding Documents without exception. 4 BIDDING DOCUMENTS 4.1 Bidders may obtain complete sets of Bidding Documents from the Architect as set forth in the Invitation to Bid. A plan deposit is not required. However, at the conclusion of the bidding phase, it is requested that documents be returned to the Architect in good condition for use during construction. INSTRUCTIONS TO BIDDERS / 1

8 4.2 The Bidding Documents may be examined at the following Builders Exchanges: Bozeman Plan Library 1105 Reeves Rd. W, Suite 800 Bozeman, MT (406) FAX (406) Great Falls Builder s Exchange nd Ave. S Great Falls, MT (406) FAX (406) Butte Builder s Exchange 4801 Hope Road Butte, MT (406) FAX (406) Billings Builder s Exchange 2050 Broadwater Ave, Suite A Billings, MT (406) FAX (406) Missoula Plans Exchange 201 N Russell St Missoula, MT (406) FAX (406) Helena Plans Exchange 1530 Cedar St. Suite C Helena, MT (406) FAX (406) INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS 6 SUBSTITUTIONS 5.1 Bidders shall promptly notify the Architect of any ambiguity, inconsistency, or error that they may discover upon examination of the Bidding Documents or the site and local conditions. 5.2 Bidders requiring clarification or interpretation of the Bidding Documents shall make written request to the Architect, to reach him/her at least seven (7) calendar days prior to bid opening date. 5.3 Any interpretation, correction or change of the Bidding Documents will be made by Addendum. Interpretations, corrections, or changes of the Bidding Documents made in any other manner will not be binding. 5.4 Addenda will be mailed, delivered or faxed to all who have been issued complete sets of Bidding Documents by the Architect. 5.5 Each Bidder shall ascertain prior to submitting his or her Bid that they have received all Addenda. The Bidder shall acknowledge this receipt on the Bid Proposal Form. 6.1 The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. 6.2 No substitution will be considered prior to receipt of the Bids unless written request for approval has been received by the Architect no later than 2:00 pm local time, seven (7) calendar days prior to bid. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data, and any other information necessary for an evaluation. The burden of proof of the merit of the proposed substitution is upon the Bidder. The Architect s decision of approval or disapproval of a proposed substitution shall be final. 6.3 If the Architect approves any proposed substitution prior to receipt of the Bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals in any other manner. INSTRUCTIONS TO BIDDERS / 2

9 7 BID FORM 6.4 No substitutions will be considered after Contract award unless specifically provided in the Contract Documents. 7.1 Bids shall be submitted on the BID FORM provided in the bid documents without additions not called for or unauthorized conditional or supplementary bids. a b c d e Clearly fill in bidder and bid information on the Bid Form by entering your bid amounts in the designated lines. All blank spaces provided on the Bid Form that pertain to the work to be bid shall be filled in. Sums shall be stated in both words and figures and in case of a discrepancy between the two the amount written in words shall govern. Any interlineations, alteration or erasures must be initialed by the signer of the Bid. The completed forms shall contain no recapitulation of the work to be done Each Bidder shall include the legal name of the Bidder and each copy shall be signed by a person or persons legally authorized to bind the Bidder to a Contract. A Bid by a corporation shall further give the State of Incorporation and have the Corporate Seal affixed. A Bid submitted by an agent shall have a current Power of Attorney attached, certifying the agent s authority to bind the Bidder. 8 SUBMISSION OF BIDS 8.1 No telephonic oral proposals or modifications will be considered 8.2 Submit only one Bid Package Bid per sealed envelope 8.3 Any Bidder may modify their Bid by facsimile (fax) at any time prior to the scheduled closing time for the receipt of Bids. The fax modification should not reveal the Bid price, but should only provide the addition or subtraction from the original proposal. Fax modifications shall be faxed to the Owner s Construction Representative - see Section , Bid Form, for fax number. Each Bid Form shall be submitted in a sealed, opaque envelope Address envelope as follows: TO: Bozeman Public Schools 404 W Main St. / P.O. Box 520 Bozeman, MT In the bottom left corner of the address side of the envelope provide the following information: PROJECT: - Emily Dickinson Elementary School INSTRUCTIONS TO BIDDERS / 3

10 FROM: (Contractor) MT STATE CONTRACTOR REGISTRATION #: ACKNOWLEDGE RECEIPT OF ADDENDUM NO(S): 9 WITHDRAWAL OF BIDS 9.1 Any Bidder may withdraw their Bid at any time prior to the scheduled closing time for receipt of Bids, but 9.2 No Bids shall be withdrawn for a period of Thirty (30) calendar days after scheduled closing time for receipt of Bids. 10 CONSIDERATION OF BIDS 10.1 Properly identified Bids received by the stated hour will be publicly opened and read aloud 10.2 The Owner shall have the right to reject any and all Bids or by other data required by the Bidding Documents, or to reject a Bid that is in any way incomplete or irregular It is the intent of the Owner to award a Contract to the most-qualified and lowestresponsible Bidder for the roof replacement project. The Bid must be submitted in accordance with the requirements of the Bidding Documents. The Owner shall have the right to waive any informality or irregularity in any Bid or Bids received and to accept the Bid or Bids that, in his/her judgment is in the Owner s best interests The Owner may require evidence of the responsibility from the Bidder prior to award of Contract, and the Bidder shall furnish information and data as requested for this purpose. 11 FORM OF AGREEMENT BETWEEN THE OWNER & BIDDER 11.1 The Agreement for the Work will be between the Bidder and the Owner. See CONTRACT REQUIREMENTS 12 PRECONSTRUCTION CONFERENCE 12.1 Upon award of Contract, a preconstruction conference will be held with the Contractor, the Architect, and the Owner s representative. The Contractor and/or his superintendent on the job shall be present and will be notified of the time and place. 13 INSPECTION AND MEASUREMENT 14 ASBESTOS 13.1 To make arrangements for a site inspection, please call: BSD7 Director of Facilities, All materials, products, or equipment used for the construction of this work shall be totally free of asbestos. The Contractor shall certify, in writing, at completion of the work that all materials, products and equipment installed do not contain asbestos. It will be the Contractor s responsibility to ascertain from manufacturers, suppliers, and subcontractors that all materials, products and equipment are asbestos free. END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS / 4

11 BID FORM Bozeman School District No. 7 - Roof Replacement Annie Street, Bozeman, MT Submitted By: Date: To: Director of Facilities Bozeman School District No W Main St. 2 nd floor / P.O. Box 520 Bozeman, MT We, the undersigned Bidder, having carefully read the Documents for the proposed contract, including the Agreement, General Conditions, Supplemental Conditions, Specifications, and Drawings and having carefully ascertained the conditions under which the Work is to be performed, hereby bid and offer to enter into a Contract to perform the Work as described in accordance with the Documents, Completed by the time specified in the Bid Documents for the price of: ROOF REPLACEMENT EMILY DICKINSON ELEMENTARY SCHOOL Project. Project to be substantially complete as identified in Section Summary. BASE BID: (Including 1% Gross Receipts Tax) Insert amount of Bid below (in words) DOLLARS Insert amount of Bid below (in numbers) $ UNIT PRICING: Replacement of Damaged Insulation If upon removal of the existing ballast and loose laid membrane, damaged insulation is identified to be replaced by the Contractor, Architect and Owner - Unit Price of the following shall be added to the project at such time based on the agreement of the Owner, Architect and Contractor: Description Remove existing EPS insulation and replace with new to match: See description in Section Elastromeric Membrane Roofing (Including 1% Gross Receipts Tax) DOLLARS Insert Unit Price per S.F. $ Bids must include the cost of Performance and Payment Bonds and must be submitted with appropriate Bid Security. The Bids listed above are subject to such additions and deductions as may be properly made under the terms of the Contract. Prices are firm and are not subject to escalation for the entire duration of the project. BID FORM / 1

12 PERIOD OF ACCEPTANCE: The Bidder agrees this bid shall remain open for acceptance and the price shall remain firm and unchanged and not withstanding any error in the Bid at the amount stated for Thirty (30) days from the date of closing of this Bid. CONTRACT: The Bidder agrees that this Bid is subject to a Contract being prepared and executed with the Owner. The Bidder that if notification of the acceptance of their bid is received within the time this bid is required to remain open, the Bidder will, within 7 days after receipt of notification of award: A. Execute and deliver to the District a contract in the form attached hereto in accordance with the bid as accepted. B. Furnish and deliver to the District the Performance Bond and Payment Bond as specified, Contractor s Certificates of Insurance and any and all other documentation called for by the Contract. Bidder further agrees to commence Work on the Project as directed by the District. C. Warrant that Bidder has all appropriate registrations or licenses, and that such will be in full force and effect during the PROJECT and that all subcontractors will have all appropriate licenses. D. Above items are to be completed in duplicate. ADDENDA: The Contractor acknowledges receipt of the following: Addendum Number: Date: Addendum Number: Date: Addendum Number: Date: SUBMITTED BY: Company: Address: Phone No. Bidder: Signature Dated: Fax No. And, certifies that he/she is duly and regularly licensed contractor holding Montana Public Contractor s Registration Registration Number: END OF BID FORM BID FORM / 2

13 AIA Document A310 TM 2010 Bid Bond CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) «Bozeman School District #7» «P.O. Box 520 Bozeman, MT 59771» BOND AMOUNT: $ SURETY: (Name, legal status and principal place of business) PROJECT: (Name, location or address, and Project number, if any) «BSD7 Roofing Replacement 2015» 2435 Annie Street Bozeman, MT 59718» The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety s consent for an extension beyond sixty (60) days. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. If this Bond is issued in connection with a subcontractor s bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:02:25 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE BID BOND FORM / 1 1

14 Signed and sealed this day of, (Witness) (Witness) (Contractor as Principal) (Title) (Surety) (Title) (Seal) (Seal) AIA Document A Copyright 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:02:25 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE BID BOND FORM / 2 2

15 AIA Document A312 TM 2010 Payment Bond CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) «Bozeman School District #7» «P.O. Box 520 Bozeman, MT 59771» SURETY: (Name, legal status and principal place of business) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) «BSD7 Roofing Replacement Annie Street Bozeman, MT 59718» BOND Date: (Not earlier than Construction Contract Date) Amount: $ Modifications to this Bond: None See Section 18 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY Name, address and telephone) AGENT or BROKER: OWNER S REPRESENTATIVE: (Architect, Engineer or other party:) «Todd Swinehart» «Bozeman School District No. 7» «P.O. Box 520» «Bozeman, MT 59771» «(406) » « Address: todd.swinehart@bsd7.org» ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:03:18 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PAYMENT BOND FORM / 1 1

16 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. 3 If there is no Owner Default under the Construction Contract, the Surety s obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner s property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety s expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. 5 The Surety s obligations to a Claimant under this Bond shall arise after the following: 5.1 Claimants, who do not have a direct contract with the Contractor,.1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and.2 have sent a Claim to the Surety (at the address described in Section 13). 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). 6 If a notice of non-payment required by Section is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant s obligation to furnish a written notice of non-payment under Section When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety s expense take the following actions: 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 7.2 Pay or arrange for payment of any undisputed amounts. 7.3 The Surety s failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney s fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 8 The Surety s total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney s fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner s priority to use the funds for the completion of the work. AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:03:18 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PAYMENT BOND FORM / 2 2

17 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. 16 Definitions 16.1 Claim. A written statement by the Claimant including at a minimum:.1 the name of the Claimant;.2 the name of the person for whom the labor was done, or materials or equipment furnished;.3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract;.4 a brief description of the labor, materials or equipment furnished;.5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract;.6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim;.7 the total amount of previous payments received by the Claimant; and.8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic s lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms labor, materials or equipment that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor s subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:03:18 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PAYMENT BOND FORM / 3 3

18 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:03:18 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PAYMENT BOND FORM / 4 4

19 Performance Bond AIA Document A312 TM 2010 CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) «Bozeman School District #7» «P.O. Box 520 Bozeman, MT 59771» SURETY: (Name, legal status and principal place of business) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) BSD7 Roofing Replacement 2015» 2435 Annie Street Bozeman, MT 59718» BOND Date: (Not earlier than Construction Contract Date) Amount: $ Modifications to this Bond: None See Section 16 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY Name, address and telephone) AGENT or BROKER: OWNER S REPRESENTATIVE: (Architect, Engineer or other party:) «Todd Swinehart» «Bozeman School District No. 7 P.O. Box 520 Bozeman, MT 59771» «(406) » « Address: todd.swinehart@bsd7.org» ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:04:57 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PERFORMANCE BOND FORM / 1 1

20 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. 3 If there is no Owner Default under the Construction Contract, the Surety s obligation under this Bond shall arise after.1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor s performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner s notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety s receipt of the Owner s notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner s right, if any, subsequently to declare a Contractor Default;.2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and.3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety s obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety s expense take one of the following actions: 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner s concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances:.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:04:57 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PERFORMANCE BOND FORM / 2 2

21 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract;.2 additional legal, design professional and delay costs resulting from the Contractor s Default, and resulting from the actions or failure to act of the Surety under Section 5; and.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety s liability is limited to the amount of this Bond. 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 14 Definitions 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:04:57 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PERFORMANCE BOND FORM / 3 3

22 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 10:04:57 on 05/31/2012 under Order No _1 which expires on 05/17/2013, and is not for resale. User Notes: ( ) EXAMPLE PERFORMANCE BOND FORM / 4 4

23 SCHOOL CALENDAR / 1

24 SCHOOL CALENDAR / 1

25 MONTANA PREVAILING WAGE RATES FOR BUILDING CONSTRUCTION SERVICES 2015 Effective: January 2, 2015 Steve Bullock, Governor State of Montana Pam Bucy, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box Helena, MT Phone TDD The Labor Standards Bureau welcomes questions, comments and suggestions from the public. In addition, we ll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections and of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of , et seq., MCA. It is required that each employer pay (as a minimum) the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at or by contacting the Labor Standards Bureau at (406) or TDD (406) In addition, this publication provides general information concerning compliance with Montana s Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at or contact the Labor Standards Bureau at (406) or TDD (406) PAM BUCY Commissioner Department of Labor and Industry State of Montana MT PREVAILING WAGE RATES

DESIGN/BUILD CRITERIA MANUAL. For YOST FIELD - RESTROOM AND PAVILION. City of Mount Pleasant Isabella County, MI

DESIGN/BUILD CRITERIA MANUAL. For YOST FIELD - RESTROOM AND PAVILION. City of Mount Pleasant Isabella County, MI DESIGN/BUILD CRITERIA MANUAL For YOST FIELD - RESTROOM AND PAVILION City of Mount Pleasant Isabella County, MI OHM - Advisors 2502 University Park Drive Suite D-200 0075-12-0031 Mount Pleasant, MI 48858

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital PROJECT MANUAL For OAK PARK HIGH SCHOOL Planetarium Upgrade from Analog to Digital OWNER: OAK PARK SCHOOLS 13900 Granzon Oak Park, MI 48237 ARCHITECT: 65 Market Street Mount Clemens, MI 48043 P. (586)

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

FIRE ALARM BID PACKAGE FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH

FIRE ALARM BID PACKAGE FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH PROJECT MANUAL FIRE ALARM BID PACKAGE FOR: CHESTERFIELD, SC PMH No. 13045 ALLIANCE CONSULTING ENGINEERS 1201 Main Street, Suite #2020 Columbia, SC 29201-3297 PMH PIKE McFARLAND HALL ASSOCIATES, INC. ARCHITECTS

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

CONTRACT DOCUMENTS AND SPECIFICATIONS

CONTRACT DOCUMENTS AND SPECIFICATIONS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR AMISTAD COMMUNITY HEALTH CENTER ELEVATOR AND SECOND FLOOR RESTROOM RENOVATION CORPUS CHRISTI, TEXAS June, 2016 LNV PROJECT NO. 160054 As Prepared By: 801 Navigation,

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

Faculty Student Association

Faculty Student Association State University of New York College at Fredonia 280 Central Ave. Fredonia, New York 14063 PROJECT SPECIFICATIONS BID SET CHAINTREUIL JENSEN STARK ARCHITECTS, LLP 54 SOUTH UNION ST. ROCHESTER, NEW YORK

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

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 16, 2017 PROJECT Facilities Master Plan - Phase 1 Interior Renovations PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

More information

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR SOUTHPORT ELEMENTARY SCHOOL ELECTRONIC MARQUEE AT SOUTHPORT ELEMENTARY SCHOOL 2747 Linden Road, West Sacramento, CA 95961 BCA Architects

More information

LIVINGSTON ELEMENTARY SCHOOL PARTIAL ROOF REPLACEMENT

LIVINGSTON ELEMENTARY SCHOOL PARTIAL ROOF REPLACEMENT GENERAL CONTRACT FOR: LIVINGSTON ELEMENTARY SCHOOL PARTIAL ROOF REPLACEMENT March 14 2016 BCWH Project No. 2016.03 Spotsylvania County School Board Spotsylvania County, Virginia PROJECT MANUAL BCWH 1840

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 Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS 39441 (601) 428-4014 (601) 428-1948 fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Date: From: To: This Billboard Rental Agreement is made

More information

AUTOMATIC FIRE PROTECTION SYSTEM FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH

AUTOMATIC FIRE PROTECTION SYSTEM FOR: CHESTERFIELD JUDICIAL CENTER CHESTERFIELD, SC PMH No PMH PROJECT MANUAL PHASE 1 AUTOMATIC FIRE PROTECTION SYSTEM FOR: CHESTERFIELD, SC PMH No. 13045 ALLIANCE CONSULTING ENGINEERS 1201 Main Street, Suite #2020 Columbia, SC 29201-3297 PMH PIKE McFARLAND HALL ASSOCIATES,

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

FORRENCE RECREATION CENTER ROOF REPLACEMENT

FORRENCE RECREATION CENTER ROOF REPLACEMENT 136 Clinton Point Drive, Plattsburgh, NY FORRENCE RECREATION CENTER ROOF REPLACEMENT PROJECT MANUAL AES PROJECT NO. 4101 August 18, 2014 SET NO. PROJECT ENGINEER PROJECT ARCHITECT CLINTON COMMUNITY COLLEGE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

Parking Structure Arts & Architecture Installation - AV. PPA No

Parking Structure Arts & Architecture Installation - AV. PPA No PROJECT MANUAL FOR: Parking Structure Arts & Architecture Installation - AV MONTANA STATE UNIVERSITY BOZEMAN, MONTANA JANUARY 3, 2018 PPA No. 17-0017 SET NO.: CAMPUS PLANNING, DESIGN AND CONSTRUCTION BOZEMAN,

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

CITY OF BENTON HARBOR DPW SALT STORAGE BUILDING

CITY OF BENTON HARBOR DPW SALT STORAGE BUILDING CONTRACT DOCUMENTS AND SPECIFICATIONS FOR: CITY OF BENTON HARBOR DPW SALT STORAGE BUILDING OWNER: CITY OF BENTON HARBOR 200 E. WALL ST. BENTON HARBOR, MI 49022 ARCHITECT/ENGINEER: JULY 15, 2016 Project

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME: Anna High School Additions and Renovations CLIENT NAME: Anna ISD LOCATION: PROJECT NUMBER: 1772-01-01 PROPOSAL DATE: Thursday, June 14, 2018,

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

STANDARD CONTRACT DOCUMENTS. and TECHNICAL SPECIFICATIONS. for. Ultraviolet Disinfection Replacement. Northfield, Minnesota

STANDARD CONTRACT DOCUMENTS. and TECHNICAL SPECIFICATIONS. for. Ultraviolet Disinfection Replacement. Northfield, Minnesota STANDARD CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS for Ultraviolet Disinfection Replacement Northfield, Minnesota 2016 City Project #WSTR2016-J07 Bolton & Menk Project #M23.112089 ENGINEERING STANDARD

More information

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B)

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B) CITY OF AZUSA Azusa Gateway Improvements (CIP #66111B) CONTRACT DOCUMENTS TABLE OF CONTENTS Page No. NOTICE INVITING BIDS... 1 INSTRUCTIONS TO BIDDERS... 3 BID FORM... 10 BID SCHEDULE... 10 CONTRACTOR

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual Aurora Public Schools Modular Placement at Crawford Elementary & CDC Laredo Project Manual Bid Number 2447-13 April 30, 2013 Table of Contents Section Document Title 00020 00100 Invitation to Bid Instructions

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

ELLIS PARKER SECURITY FENCE AND RETAINING WALL WATERPROOFING 2015 C.I.P. #

ELLIS PARKER SECURITY FENCE AND RETAINING WALL WATERPROOFING 2015 C.I.P. # 4 1 601 MADRONE, SPRINGFIELD, OREGON 97478 TELEPHONE (541) 896-3692 FAX (541) 896-0231 Project Manual ELLIS PARKER SECURITY FENCE AND RETAINING WALL WATERPROOFING 2015 C.I.P. # 420.176.108 EUGENE PUBLIC

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # 2018-11 AT CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION 632 W. 13 th STREET MERCED, CA

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

PUBLIC SAFETY BUILDING BUILDING DEMOLITION

PUBLIC SAFETY BUILDING BUILDING DEMOLITION Contract No. BE19-117 File No. 2003 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

Midlands Technical College Wade Martin Chiller Replacement

Midlands Technical College Wade Martin Chiller Replacement Midlands Technical College Wade Martin Chiller PROJECT # H59-N975-FW September 12, 2017 CONSTRUCTION DOCUMENTS A/E PROJECT # 17053.01 TABLE OF CONTENTS 2016 Edition PROJECT NAME: Midlands Technical College

More information

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE These terms and conditions of service constitute a legally binding contract between the "Company" and the "Customer". In the event MR Global Logistics

More information

BECKER COUNTY WASTE TRANSFER FACILITY DETROIT LAKES, MN

BECKER COUNTY WASTE TRANSFER FACILITY DETROIT LAKES, MN BECKER COUNTY WASTE TRANSFER FACILITY DETROIT LAKES, MN 203 N.W. 1 st Ave., Ste. B 1800 Pioneer Creek Center Faribault, MN 55021 Maple Plain, MN 55359 BECKER COUNTY WASTE TRANSFER FACILITY DETROIT LAKES,

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

Route 66 Signage Project

Route 66 Signage Project Community Development Department Route 66 Signage Project Project #: 2016-01 Bid Date: June 21, 2016 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan Holders List 5. Bid Summary NOTICE INVITING

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY Normal, Alabama MIMS ENGINEERING, INC., 112B Southside Square, Huntsville, AL 35801 May 2, 2018 BOILER REPLACEMENT AT SCHOOL OF ENGINEERING

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

Cameron Park Elementary School Demolition 626 Waycross Road, Cincinnati, OH 45240

Cameron Park Elementary School Demolition 626 Waycross Road, Cincinnati, OH 45240 PROJECT MANUAL FOR Cameron Park Elementary School Demolition 626 Waycross Road, Cincinnati, OH 45240 for the Winton Woods City School District 1215 West Kemper Road, Cincinnati, OH 45240 SHP Comm. No.

More information

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation. a r c h i t e c t u r e d e s i g n p l a n n i n g m a n a g e m e n t 27 March 2019 27 March 2019 Addendum 01 Sumner County Administration Building Reroof To All Holders of the Contract Documents: The

More information

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO PROJECT MANUAL FOR CONTRACT NO. 016-00781-01 GAS TURBINE GENERATOR NO. 9 ROOF REPLACEMENT PROJECT FEBRUARY 2018 1001 Madison Avenue

More information

AG Permit Set Addendum #03 Addendum Date: 9/26/2016

AG Permit Set Addendum #03 Addendum Date: 9/26/2016 Project: Robert Peccia and Associates Headquarters, AG PERMIT SET SMA Project #: 1506 AG Permit Set Addendum #03 Addendum Date: 9/26/2016 AG PERMIT SET ADDENDUM #03 includes: Addendum Items Letter Revised

More information

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall,

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall, PAAC/City CONSIGNMENT AGREEMENT for ARTWORK This Consignment Agreement (the Agreement ) is made this date: * by and between * (the Consignor ), The City of Twentynine Palms (the City ), to provide the

More information

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Bid No. B18/9998 05/09/2018 NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Sealed Bids will be received until 3:00 P.M. (Tucson Time), June 5, 2018, by Pima County Community

More information

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT JUNE 23, 2016 NOTICE TO CONTRACTORS TO PREQUALIFY FOR MECHANICAL,

More information

ADDENDUM NO. 1. This addendum consists of 13 pages

ADDENDUM NO. 1. This addendum consists of 13 pages KENAI PENINSULA BOROUGH Purchasing & Contracting 144 North Binkley Street Soldotna, Alaska 99669-7520 Phone (907) 714-2260 Fax (907) 714-2373 www.borough.kenai.ak.us/purchasing ADDENDUM NO. 1 This addendum

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER ALEXANDRIA, LA

RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER ALEXANDRIA, LA Project Manual For RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER ALEXANDRIA, LA Architect's Project No. 1734 January 2018 SOMDAL Associates, LLC Architecture & Interior Design 5925 Line

More information

Spartanburg, South Carolina

Spartanburg, South Carolina PROJECT MANUAL FOR Hodge Center Cooling Tower Replacement Spartanburg, South Carolina Project No. H34-9544 October 21, 2016 TABLE OF CONTENTS 2016 Edition PROJECT NAME: Hodge Center Cooling Tower Replacement

More information

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING Bid Document Specifications, Proposal and Contract Documents July 2013 CITY OF LAKE FOREST PARK Exterior Painting of City Hall Building

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Renovations to The Hill at Whitemarsh New Pharmacy, Medical Suite, Health Center

Renovations to The Hill at Whitemarsh New Pharmacy, Medical Suite, Health Center Renovations to The Hill at Whitemarsh New Pharmacy, Medical Suite, Health Center The Hill at Whitemarsh Lafayette Hill, PA June 23, 2014 Project Number: 2345.00 Specifications Volume One of One ISSUED

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM CITY OF DE PERE PROJECT 16-10 HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 2016 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

SAINT JOSEPH PUBLIC SCHOOLS HIGH SCHOOL COMPETITIVE GYM DOOR REPLACEMENT

SAINT JOSEPH PUBLIC SCHOOLS HIGH SCHOOL COMPETITIVE GYM DOOR REPLACEMENT CONTRACT DOCUMENTS AND SPECIFICATIONS FOR: SAINT JOSEPH PUBILC SCHOOLS HIGH SCHOOL COMPETITIVE GYM DOOR REPLACEMENT OWNER: SAINT JOSEPH PUBLIC SCHOOLS 3275 LINCOLN AVENUE SAINT JOSEPH, MI 49085 ARCHITECT/ENGINEER:

More information

Educational Use Only S A M P L E S A M P L E

Educational Use Only S A M P L E S A M P L E CONSENSUSDOCS 240 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This document was developed through a collaborative effort of entities representing a wide cross-section of the construction

More information

DOCUMENT PROPOSAL FORM (Modified)

DOCUMENT PROPOSAL FORM (Modified) To be submitted by the time and date specified in Document RFI 01 (Request for Information), paragraph 5. TO THE HONORABLE BOARD OF TRUSTEES OF THE EAST SIDE UNION HIGH SCHOOL DISTRICT: THIS MODIFIED PROPOSAL

More information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

More information

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Bid No. B17/9963 April 11, 2017 NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Sealed Bids will be received until 3:00 P.M. (Tucson Time), May 4, 2017, by Pima County Community

More information

Audio Sessions. Session 4 PROCUREMENT. Construction Contract Administration Education Program

Audio Sessions. Session 4 PROCUREMENT. Construction Contract Administration Education Program Audio Sessions Session 4 PROCUREMENT Construction Contract Administration Education Program Certified Construction Contract Administrator (CCCA) Preparatory Course 2011 The Construction Specifications

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

More information

LS3P SECU - Williamston Branch Additions and Renovations Addendum 2 November 28, 2017

LS3P SECU - Williamston Branch Additions and Renovations Addendum 2 November 28, 2017 ADDENDUM II Date of Addendum: November 28, 2017 Project Name: Williamston Branch Additions and Renovations PROJECT INFORMATION A. Owner: State Employees' Credit Union B. Architect: LS3P C. Architect Project

More information

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana The following information and special instructions is being furnished to prospective Bidders desiring to submit Bids for the Work on the following project. NOTE: Interested bidders shall submit to the

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

Rules of Accreditation. for Advertising Agencies. August 2010

Rules of Accreditation. for Advertising Agencies. August 2010 for Advertising Agencies August 2010 LIST OF CONTENTS Clauses Page no. Interpretation 3 The Print Media Accreditation Authority 4 1 Conditions for Accredited Agency 5 2 Application for Accreditation 6

More information

OSNI PONCA OFFICE REMODEL

OSNI PONCA OFFICE REMODEL OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING

More information