TECHNOLOGY SPECIFICATIONS

Size: px
Start display at page:

Download "TECHNOLOGY SPECIFICATIONS"

Transcription

1 TECHNOLOGY SPECIFICATIONS 2012 ST. CROIX RIVER EDUCATION DISTRICT VOICE-OVER-INTERNET-PROTOCOL (VOIP) SYSTEM FOR ST. CROIX RIVER EDUCATION DISTRICT (SCRED) RUSH CITY, MINNESOTA February 15, 2012 Project No. ARCHITECT: CONSTRUCTION MANAGER: ICS CONSULTING, INC Edgewood Drive Mounds View, MN Main: fax C o m m e r c e C t. W h i t e B e a r L a k e, M N ( )

2

3 INDEX TO SPECIFICATIONS PROJECT IDENTIFICATION Section Number Section Name Certifications Page Index to Specifications Index to Drawings BIDDERS REQUIREMENTS Section Number Section Name Advertisement for Bids Instructions to Bidders AIA A Supplemental Instructions to Bidders Request for Substitution (Pre-Bid) Request for Substitution (Pre-Bid) Form Proposal Form GENERAL CONDITIONS Section Number Section Name General Conditions AIA Document A Supplemental General Conditions The General Conditions, Supplemental General Conditions and Section Special Conditions apply to the work of all sections as fully as if typed therein in the Article GENERAL for each section. DIVISION 1 - GENERAL REQUIREMENTS Section Number Section Name Summary of Work St. Croix River Education District February 15, 2012

4 Unit Prices Request for Substitution (Post-Award) Request for Substitution (Post-Award) Form Project Meetings Special Conditions DIVISION 27 COMMUNICATIONS REQUIREMENTS Section Number Section Name General Provisions for Communications Submittals, Closeout Documents, Training and Spare Parts Common Work Results for Communications Voice-over-Internet-Protocol (VoIP) Call Management System Interconnected-Voice-over-Internet-Protocol (ivoip) Telephone Service Voice-over-Internet-Protocol (VoIP) Telephones END OF DOCUMENT St. Croix River Education District February 15, 2012

5 SECTION ADVERTISEMENT FOR BIDS ST. CROIX RIVER EDUCATION DISTRICT (SCRED) RUSH CITY, MINNESOTA CALL FOR BID Bids close at 10:00 a.m. on March 15, Pre-bid conference is scheduled for 3:00 p.m. on Thursday March 1, 2012 at the St. Croix Education District Offices 425 South Dana Avenue, Rush City, MN By order of the Governing Board of the St. Croix River Education District, sealed bids for the 2012 Voice-over- Internet Protocol (VoIP) System Project for the St. Croix River Education District will be received in accordance with the documents prepared by Hallberg Engineering, Inc., until 10:00 a.m. on March 15, 2012 at the St. Croix Education District Offices 425 South Dana Avenue, Rush City, MN Bids will be opened and read aloud at the time and place specified above. Bids received after 10:00 a.m. will be returned unopened. Submit a separate single bid for all work for each bid category. This project includes installation of a either a on-site Voice-over-Internet-Protocol (VoIP) System or Interconnected- Voice-over-IP (VoIP-Hosted) System at the for a new St. Croix River Education District office building. Contractors bidding project agrees to provide all necessary documentation and prepared to interview immediately after bid opening to allow the Owner to immediately submit USAC Form 471 on the day of bid opening. Documents may be examined or obtained on or after February 15, 2012 at the office of Hallberg Engineering, Inc., Consulting Engineers, 1750 Commerce Court, White Bear Lake, MN 55110, PH: (651) , between 8:00 a.m. and 4:30 p.m. Please telephone all requests for documents. The refundable deposit for obtaining the documents will be $ make checks payable to: St. Croix River Education District. The amount of deposit for one set of documents will be refunded to each bidder who submits a bona fide bid and returns the documents in good condition within ten days after opening of bids. Contractors who do not submit bids will receive a refund of one half of their deposits for documents that are RETURNED WITHIN TEN DAYS after receipt of bids. The Proposal shall be made in duplicate on bidder's letterhead in exact accordance with the Proposal Form accompanying the specifications, and the signature shall be in longhand. No oral, telegraphic or telephonic proposals or modifications will be considered. Each successful bidder will be required to furnish a satisfactory performance bond. Each proposal must be accompanied by a certified check, cashier's check or bid bond in the amount of five percent (5%) of the bid, made payable to St. Croix River Education District as a guarantee that the bidder will, if awarded the bid, enter into a contract with the School District in accordance with their proposal and the plans and specifications. Envelopes containing bids must be sealed, marked on the lower left-hand corner "2012 Voice-over-Internet Protocol (VoIP) System Project - Sealed Bid Enclosed" with the name and address of the bidder, the date and hour of the opening and addressed to: Governing Board, St. Croix River Education District 425 Dana Avenue, Rush City, MN The Governing Board of the St. Croix River Education District Minnesota reserves the right to accept or reject any or all bids or parts of such bids and waive any formalities or irregularities in bidding. No bid may be withdrawn for a period of THIRTY (30) DAYS after bid opening without the consent of the Governing Board of St. Croix River Education District. ST. CROIX RIVER EDUCATIONAL DISTRICT RUSH CITY, MINNESOTA St. Croix Regional Education District February 15, 2012

6 SECTION INSTRUCTIONS TO BIDDERS AIA-A EDITION 1. INSTRUCTIONS TO BIDDERS AIA Form A Edition, Instructions to Bidders, shall be incorporated into and made a part of the Contract except as modified by the Supplemental Instructions to Bidders contained herein. Copies of this form follow. 2. SUPPLEMENTAL INSTRUCTIONS TO BIDDERS Certain articles of the A.I.A. Instructions to Bidders are revised by, or are replaced by, requirements of the enclosed Supplemental Instructions to Bidders. Such revisions or replacements shall take precedence over the A.I.A. Instructions to Bidders. END OF DOCUMENT St. Croix River Education District February 15, 2012

7 SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS The following supplements, modifies, changes, deletes, or adds to the "Instructions to Bidders, Articles 1 through 9 inclusive, and where any of the following provisions conflict with the AIA Instructions to Bidders these supplementary provisions prevail. Where any part of AIA Instructions to Bidders is not modified or voided by these Supplemental Instructions, the unaltered provisions of the part remain in effect. ARTICLE 1. DEFINITIONS No modifications or additions. ARTICLE 2. BIDDER'S REPRESENTATIONS No modifications or additions. ARTICLE 3. BIDDING DOCUMENTS Add the paragraph 3.5 PRE-BID WALKTHROUGH: 3.5 Pre-Bid Walkthrough Pre-bid walk-through with Owner and Engineer is scheduled for 3:00pm on March 1st, 2012 at the St. Croix Education District Offices 425 South Dana Avenue, Rush City, MN ARTICLE 4. BIDDING PROCEDURES Contractors bidding project agrees to provide all necessary documentation and be prepared for immediate interview on bid day to allow the Owner to immediately submit USAC Form 471 on the day of bid opening. No bid will be considered, unless accompanied by a certified check or acceptable Bid Bond payable without condition to the Owner in an amount equal to five percent (5%) of the total bid. The certified check or Bid Bond, which must accompany each bid, is required as a guarantee that the bidder will enter into a contract with the Owner for the work described in the Proposal and will furnish a performance and payment bond and certificates of insurance as specified after notice that contracts have been awarded to him and are ready for execution. The Bid Security of the three lowest bidders for each bid category will be retained until a contract has been awarded and executed, but not longer than thirty (30) days. Other deposits will be returned within seven calendar days after the opening of the bids. St. Croix River Education District February 15, 2012

8 ARTICLE 5. CONSIDERATION OF BIDS 5.2 Add the following to paragraph 5.2: Bid forms containing alterations, additions, deletions or qualifications are subject to rejection Add the following to paragraph 5.3.1: Notice is hereby given that if two low bids are identical or if only one bid is received, the Education District reserves the right to negotiate such bids as provided by Law Add the following to paragraph 5.3.2: Contractors bidding project agrees to provide all necessary documentation and prepared to interview immediately after bid opening to allow the Owner to immediately submit USAC Form 471 on the day of bid opening. ARTICLE 6. POST BID INFORMATION bid". In the first paragraph change "as soon as practicable" to read "within 48 hours after receipt of ARTICLE 7. PERFORMANCE BOND AND PAYMENT BOND Add the following to paragraph 7.1.1: The bonds stipulated by this Paragraph shall be provided and paid for by the Contractor for the full amount of the contract Add paragraph as follows: See General Conditions and Supplemental General Conditions for additional bond requirements. ARTICLE 8. FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR No modifications or additions. Add: ARTICLE 9. COMMENCEMENT AND COMPLETION OF THE WORK In the Proposal Form, each bidder is required to fill in his date of commencement and his date of full completion of all the work under his contract. It is understood that all such dates are contingent upon the progress of the work of the other contractors having contracts with the Owner, and the permitting process time. St. Croix River Education District February 15, 2012

9 Anticipated start date of new SCRED Office Building construction is June 1, Begin work no earlier than July 1, 2012 to conincide with the start of the 2012/2013 E-Rate funding year. Contractor must substantially complete all work prior to June 30, 2013 to coincide with the end of the E-Rate funding year. Anticipated completion date of new SCRED Office Building construction is November 30, 2012 (±90 days). Voice-over-Internet-Protocol (VoIP) project construction final completion date must coincide with anticipated new SCRED Office Building completion date. The Contractor shall coordinate the timing of various completion requirements with all of the subcontractors and be responsible for all subcontractors to complete on time. END OF DOCUMENT St. Croix River Education District February 15, 2012

10 1.1 SCOPE SECTION PRIOR APROVAL OF SUBSTITUTIONS A. This section includes requirements for submitting substitution proposals before award of Contract. B. Specified items and manufacturers establish the standard of design, function, and quality. Substitutions will equal or exceed thos standards 1.2 RELATED SECTIONS A. Section Substitution Procedures: Substitution proposals after award of Contract. 1.3 CONSTRUCTION CONTRACTS A. The Agreement for each prime contract will be written on AIA Document A101, 2007 Edition - "Standard Form of Agreement Between Owner and Contractor" and will be based upon the Drawings and Specifications, including Bidding Requirements. 1.4 LIMITATION OF SUBSTITUTION A. Where a material, product, or system is specifically named followed by the words no substitution, substitutions will not be considered. B. Where more than on manufacturer, material, product, or system is listed under the same heading, the Bidder may select any of those listed that comply with the specifications. Minor or normal variations from specifications will be considered, subject to the approval of the Architect or Engineer. C. Where a manufacturer, material, product, or system is specifically named followed by the words or pre-approved equal, substitution will be considered only during the bidding period. D. Where a manufacturer, material, product, or system is named without limitation of substitution, or the list of acceptable manufacturers or products includes the words as approved, approval of the substitution prior to bid opening may be requested but is not required. If substitution of a material or product that is not specified is proposed after award of the Contract, written request will be made to the Architect/Engineer before purchase or use. If not accepted, the Contractor will provide a named product or material without change in cost to the Owner. 1.5 PRIOR APPROVAL OF SUBSTITUTION A. Written request for approval of substitution prior to bid opening will be received by the indicated recipient at least 10 days before the date of the bid opening. B. Submit requests for approval on using document as a cover sheet and mark appropriate box. C. Similar cover pages that contain at least the same information are acceptable. 1.6 SUBMITTAL REQUIREMENTS A. Clearly identify the material, product, or system for which the substitution requested by specification number, article, and paragraph. St. Croix River Education District February 15, 2012

11 B. General references to sales brochures or other non-specific information are not acceptable and will be rejected. C. Furnish specific technical description and illustrations of the substitution and how it relates to the work. D. Identify differences between proposed and specified products. E. Furnish supporting Spec-Data and Manu-Spec sheets when available. F. Furnish supporting samples of materials, fabrication details, assemblies, and finishes as requested. G. If any part of the construction must be changed because of acceptance of substitution, the cost of those changes will be included in the Bid. 1.7 RESPONSE TO SUBMITTALS A. If written response to the Bidder is requested, include a stamped, self-addressed envelope with each substitution request. If not included, no response will be made. Written response to substitution requests will be made at the convience of the Architect/Engineer as time allows. B. Official response to requests for substitution will be made by Addendum. Only accepted items will be listed. Bidders will not rely on approvals made in any other manner. C. Submittals that do not clearly identify required information, that are difficult to read, or that do not comply with submittal requirements may be rejected without comment. END OF SECTION St. Croix River Education District February 15, 2012

12 SECTION REQUEST FOR PRIOR APPROVAL OF SUBSTITUTION FORM TO: Hallberg Engineering, Inc Commerce Court White Bear Lake, MN PART 1 IDENTIFICATION Specification Section No.: Article: Paragraph: Specified Product: Proposed Substitution: Reason for Substitution: PART 2 CONTRACTOR S EVALUATION Does the proposed substitution fail to satisfy in any respect, requirements for the specified product? Yes Does the proposed substitution affect dimenstions on the Drawings? Yes No Does the proposed substitution affect other trades? Yes No Does the proposed substitution warranty differ from that specified? Yes No PART 3 ATTACHMENTS If you answered Yes to any of the items above, attach a complete explanation on your company letterhead. Explain all differences between the proposed substitution and the specified product, and summarize your experience with the proposed product in this area. Attach manufacturer s product information adequate to allow evaluation of the proposed substitution. Highlight or circle relevant information, or cross out information that does not apply to this project. Identify differences between proposed and specified products. Approval will not relieve the Contractor from full compliance with the Contract Documents. Submitted by: Name: Company: Address: Signature: Title: Phone: Fax: Date: No PART 4 ACTION Accepted: Accepted as noted: Not Accepted: By: Date: Remarks: END OF DOCUMENT St. Croix River Education District February 15, 2012

13 SECTION PROPOSAL FORM (The Bidder must include all wording and submit on bidders letterhead in triplicate) General Board of Education St. Croix River Education District (SCRED) 4855 Bloom Avenue Rush City, Minnesota Bid Date: March 15th, :00 A.M. The undersigned as bidder hereby proposes, and if this Proposal is accepted, agrees to enter into a Contract with the St. Croix River Education District, Rush City, Minnesota to furnish all labor, materials, tools, equipment, machinery, equipment rental, transportation, superintendent, perform all work, provide all services, and to construct all work in the specification sections indicated on this form and all subsequent Addenda thereto, all as prepared by Hallberg Engineering, Inc., 1750 Commerce Court, White Bear Lake, Minnesota 55110, for the consideration of the following lump sum amounts: PROPOSAL The undersigned agrees to perform all work identified in the Contract Documents for the total price listed below. The amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern St. Croix River Education District Voice-over-Internet-Protocol (VoIP) System BASE BID - CATEGORY A - Voice-over-Internet Protocol (VoIP) System For the Sum of: Dollars ($ ) BASE BID - CATEGORY B - Interconnected Voice-over-Internet Protocol (ivoip) System For the Sum of: Dollars ($ ) UNIT PRICES UNIT PRICE #T01 RECEPTION IP TELEPHONE SET Add/Deduct the Lump Sum of: Dollars ($ ) UNIT PRICE #T02 OFFICE IP TELEPHONE SET Add/Deduct the Lump Sum of: Dollars ($ ) St. Croix Regional Education District February 15, 2012

14 UNIT PRICE #T03 WALL MOUNTED IP TELEPHONE SET Add/Deduct the Lump Sum of: Dollars ($ ) UNIT PRICE #T04 TELECONFERENCE IP TELEPHONE SET Add/Deduct the Lump Sum of: Dollars ($ ) A Cashier's Check, Bid Bond, or Certified Check in the amount of Dollars ($ ) drawn to the order of the Treasurer, Governing Board of St. Croix River Educational District, Rush City, Minnesota is attached hereto with the understanding that if this Proposal is accepted and the undersigned refuse, fail or neglect to execute the Contract and furnish bond within ten days of the date of acceptance of this Proposal, it is fully understood and agreed between the St. Croix River Educational District, Rush City, Minnesota and the undersigned that Dollars ($ ) being amount of bid security above-mentioned, shall be the liquidated damages occasioned by such failure, refusal or neglect and that thereupon said Educational District may realize on said bid security and use the proceeds in payment of said damages, and upon the further understanding that said bid security will be promptly returned upon the rejection of this Proposal or the signing of a Contract and furnishing of the Bond. Contractors bidding project agrees to provide all necessary documentation and be prepared to be interviewed immediately after bid opening to allow Owner to immediately submit USAC Form 471 on the day of bid opening. If the Proposal is accepted, the bidder agrees to commence work on or after July 1, 2012 and to final completion of said works as specified by June 30, 2013 to coincide with the start and end of the E-Rate funding year, however, scheduled project completion of building will dictate final completion date of work specified for the Voice-over-Internet-Protocol (VoIP) system and subject to the provision of the Contract, accepted Alternates, Specifications and Instructions to Bidders. The bidder agrees that if he is the apparent low bidder, he will submit a complete list of his proposed subcontractors and suppliers immediately after the bid opening to the Architect/Engineer, Construction Manager and Owner for their approval. It is the bidders understanding that no Contracts will be awarded until this list is fully approved. This Proposal is submitted after careful study of the plans and specifications and from a personal knowledge of the conditions, at the building site, which knowledge was obtained from the undersigned's own sources of information and not from an official or employee of St. Croix River Educational District, Rush City, Minnesota. The undersigned does declare that this Proposal is made without improper connection with any other person or persons making a Proposal on this same Contract, and is in all respects fair and without collusion or fraud, and the undersigned does further declare that no person or persons acting in any official capacity for St. Croix River Educational District, Rush City, Minnesota, is directly or indirectly interested therein or in the supplies of works to which it relates or in any portion of the profits thereof. It is understood and agreed that this Proposal cannot be withdrawn within thirty (30) days without the consent of the St. Croix River Educational District and that the said Educational District has the right to accept or reject any or all Proposals. St. Croix Regional Education District February 15, 2012

15 ADDENDUM RECEIPT The receipt of the following Addenda to the Specifications is acknowledged: END OF DOCUMENT Addendum No. Date (Legal Name of Person, Firm or Corporation) By: By: (Address & Phone Number) St. Croix Regional Education District February 15, 2012

16 SECTION GENERAL CONDITIONS AIA-A EDITION 1. GENERAL CONDITIONS AIA Form A Edition, General Conditions of the Contract for Construction, shall be incorporated into and made a part of the Contract except as modified by the Supplemental General Conditions or the Special Conditions contained herein. 2. SUPPLEMENTAL GENERAL CONDITIONS Certain articles of the A.I.A. General Conditions are revised by, or are replaced by, requirements of the enclosed Supplemental General Conditions. Such revisions or replacements shall take precedence over the A.I.A. General Conditions. END OF DOCUMENT St. Croix Regional Education District February 15, 2012

17 SECTION SUPPLEMENTARY GENERAL CONDITIONS The following Amendments modify, delete, and/or add to the "General Conditions of the Contract for Construction", AIA Document A Where any article, paragraph, or subparagraph in the referenced General Condition is supplemented by on the following paragraphs, the provisions of such Article, paragraph or subparagraph shall remain in effect and the supplemental provisions shall be considered as added thereto. Where any Article, paragraph, or subparagraph of the referenced General Conditions is not supplemented, amended, voided or superseded by any of the following paragraphs, the provisions of such Article, paragraph or subparagraph not so amended, voided, or superseded shall remain in effect. References to the Architect wherever appearing, are to be interpreted as referring to Hallberg Engineering or Engineer. Amendments are as follows: ARTICLE 1. GENERAL PROVISIONS Delete the following in Article 1.1.1: All references that indicate that the Contract Documents do not include any bidding documents. All bidding documents such as listed in Article shall become a part of the Contract Documents Add to subparagraph the following: If there is an inconsistency in the quality or quantity of Work required by the Contract Documents, either the greater quality or quantity of Work indicated or the lesser quality or quantity of Work indicated shall be provided in accordance with the Architect's interpretation, and no change in the Contract Sum will be permitted By executing the Contract or a subcontract on this Work, Contractor or subcontractor warrants that he has reviewed the Contract Documents and that his products shall be installed satisfactorily (including features unique to a specific product or assembly not specifically indicated on the Drawings and Specifications, or different from those indicated), including the payment of the cost of additional work of others as may be necessary to bring the Work into conformance with the unique requirements of any such products Add as follows: Where a number is used in the Contract Documents (as for gauges, weights, temperatures, amount of time, etc.) interpret the number as that or better. St. Croix Regional Education District February 15, 2012

18 1.2.5 Add as follows: In the event of any inconsistencies in the Contract Documents, unless otherwise provided herein, the inconsistencies shall be resolved by giving precedence in the following order: (a) the Contract, (b) the Supplementary General Conditions, (c) the General Conditions, (d) the other provisions of the Contract whether incorporated by reference or otherwise, or (e) the Drawings and Specifications. Anything that may be called for in the Specifications and not shown on the Drawings, or shown on the Drawings and not called for in the Specifications, shall be of like effect as if called for and shown in both. In case of a conflict between Drawings and Specifications, the Specifications shall govern. ARTICLE 2. OWNER Delete subparagraph in its entirety and substitute the following: The contractor will be furnished free of charge up to Five (5) sets of the drawings and specifications for construction of his respective work. Additional copies may be purchased for the cost of reproduction and handling. Charges for additional copies of drawings and project manuals are not refundable. ARTICLE 3. CONTRACTOR Add second paragraph to as follows: On all Project Drawings, figures take precedence over measurements by scale, and any scaling is done at the Contractor's own risk. The Architect shall decide on questions that may rise regarding the meaning and intent of the Contract Documents. Should any details or figures have been omitted which are necessary to a clear understanding of the work or should any error appear in or discrepancies be found in the contract Documents, it is the duty of the Contractor to notify the Architect of such omissions, errors, or discrepancies, and in no case proceed in uncertainty. Should any mistakes arise in consequence of such neglect on the part of the Contractor to notify the Architect, he must correct them at his own expense Labor and Materials Add the following to subparagraph 3.4.1: Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. St. Croix Regional Education District February 15, 2012

19 3.4.4 Add as follows: After award of the Contract, requests for substitution of material, products or equipment will be considered by the Owner, the Architect, or the Engineer, if the specified item is no longer manufactured, unavailable as a result of an act of government such as declaration of a national emergency, or delivery is substantially delayed as a result of labor disputes affecting the manufacturer, unusual delay in transportation, or any other cause beyond control of the Contractor or a Subcontractor which the Architect determines justifies the delay. Requests will not be approved where the delay in delivery results from failure to promptly notify subcontractors and order materials. Requests for substitution shall be submitted in writing to the Architect, and clearly describe the proposed substitute, the reason for the unavailability of the specified item, and will be accompanied by such additional data and information as may be necessary to establish the acceptability of the proposed substitution. No increase may be made to the contract sum if the substitute product is accepted Add as follows: Each material, product or item of equipment shall be of the same manufacturer throughout the Project, unless otherwise specified. 3.5 Warranty Add the following to subparagraph The Contractor further warrants that all materials or equipment of a category or classification will be a product of the same manufacturer and such materials or equipment of the same lot, batch or type and that such materials and equipment will be as specified in the Project Specification or as approved by the Addenda Permits, Fees and Notices Add the following to All building permits required by city, county, railroad, state or federal authorities; plan checking fees, hookup charges and sewer accessibility charges (where required) will be secured and paid by the Contractor under allowance provided in base contract Cleaning Up Add the following to : It is the intent that all surfaces be left in a condition that is acceptable for immediate use without further cleaning by the Owner. The Contractor shall be responsible for general housekeeping and for the removal and disposal of all accumulated trash, boxes, etc. St. Croix Regional Education District February 15, 2012

20 Construction Schedule Add the following to : The Construction Schedule must be submitted to the Architect prior to or concurrently with the Contractor's first application for payment. This construction schedule shall be submitted on reproducible transparency plus five (5) copies Layout Add 3.19 as follows: Each Contractor shall lay out and correctly establish all lines, level grades and positions of all parts of their own work and shall be responsible for their accuracy and proper correlation with control lines, monuments, work of other Contractors, and other established data. Monuments and control lines set by the Owner shall be carefully preserved and, if displaced, shall be reset at the Contractor's expense Active Services Add 3.20 as follows: Active services, when encountered in work, protect, brace, and support existing active sewers, gas, electric, and other services when required for proper execution of work. If existing active services are encountered that require relocation, make request in writing for determination. Do not proceed with work until written directions are received. Do not prevent or disturb operation of active services that are to remain Substitution Add 3.21 as follows: Where several materials or systems are specified by name for use, the choice shall be the Contractor's. Where one material or system is specified by name for one use, no substitution will be allowed except with the Architect's written approval or by alternates. All requests for approval of substitutes must be submitted in writing to the Architect at least ten (10) days prior to opening of bids and must be accompanied by data substantiating that the substitute is equal to that specified Verification of Field Conditions Add 3.22 as follows: The Contractor shall take field measurements and verify field conditions with the Contract Documents and final Shop Drawings before commencing any work. Report errors, inconsistencies or omissions to the Architect or Engineer at once. No change in the Contract Sum will be allowed on account of minor difference between actual field conditions and the Contract Documents. St. Croix Regional Education District February 15, 2012

21 3.23 Miscellaneous Contractor Responsibilities Add 3.23 as follows: The Contractor agrees to adequately and properly protect his work. The Contractor agrees to adhere to the Federal Occupational Safety and Health Administration, state and local safety regulations, so as to avoid injury or damage to persons and property resulting from failure to do so The Contractor agrees to maintain an adequate force of experienced workers and the necessary materials, supplies, and equipment to meet the requirements of the established construction progress schedules. In the even that his force is inadequate to meet the established schedules during the regular wording hours, the Contractor agrees to work sufficient overtime hours to increase his work force to meet such schedules at no extra cost to the Owner The Contractor agrees to employ competent administrative, supervisory, and field personnel to accomplish the work, including layout and engineering and preparation and checking of shop drawings The Contractor shall insure that all construction tools, equipment, temporary facilities and other items used in accomplishing the Work, whether purchased, rented, or otherwise provided by the Contractor or provided by others, are in a safe, sound and good condition; it must be capable of performing the function for which they are intended and maintained in full compliance with applicable laws and regulations In no event shall any act or omission on the part of the Owner, the Architect or the Engineer relieve the Contractor from his obligation to perform his work in full compliance with the Contract The Contractor shall be responsible for the acts and omissions of all his employees and all Subcontractors, their agents and employees, and all other persons performing any of the work under a contract with the Contractor Equal Opportunity in Employment Add as follows: The Contractor shall not discriminate against any employee or applicant for employment because of sex, creed, color, religion, national origin, marital status, status with respect to public assistance, disability or age. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to the foregoing. Such action shall include, but not be limited to the following: Employment, upgrading, denomination or transfer, recruitment advertising, layoff or termination, rates of pay or other form of compensation and selection for training, including apprenticeship. Contractor shall incorporate these same equal opportunity, anti-discrimination and affirmative action requirements into all agreements between Contractor and its Subcontractors. St. Croix Regional Education District February 15, 2012

22 The Contractor and all Subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin or age. ARTICLE 4. ADMINISTRATION OF THE CONTRACT The term "Architect" shall refer to the Consulting Engineering Firm of Hallberg Engineering, Inc. ARTICLE 5. SUBCONTRACTORS 5.2 Omit subparagraph and replace with the following: The Contractor shall furnish in writing to the Owner on the Proposal Form the names of persons or entities proposed for each principal portion of the work. The Architect will within a reasonable time reply to the Contractor in writing stating whether or not the Owner or the Architect, after due investigation, has reasonable objection to any such proposed person or entity. Failure of the Owner or the Architect to reply within a reasonable time shall constitute notice of no reasonable objection. However, failure of the Owner or Architect to reply is not tacit approval and does not relieve the Contractor of responsibility for conduct of his subcontractors and his work. Add the following to subparagraph 5.2.2: Acceptance of a Subcontractor, material supplier or other person or organization by the Owner and the Architect shall not limit the responsibility of the Contractor to furnish materials, products, and equipment in conformance with the requirements of the Contract Documents. Amend the following subparagraph 5.2.3: Delete the word "promptly" and substitute the words "within a reasonable time". 5.3 Delete the following in subparagraph 5.3.1: Delete the first two lines up to the word "subcontractor" and substitute the following: "By an appropriate written agreement, the Contractor shall require each" Delete the words "where appropriate". ARTICLE 6. CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS The construction of the new building will be by a separate contractor. This contractor shall provide a construction schedule to the Owners separate contractor indicating the installation period required and coordinated with the new building construction schedule. St. Croix Regional Education District February 15, 2012

23 ARTICLE 7. CHANGES IN THE WORK 7.3 Construction Change Directives Delete subparagraphs through in their entirety and substitute the following: A. By an accepted Unit Price proposed in the Contractor s original bid and incorporated in the Contract or Unit Price comparable to unit costs in the Contractor s Schedule of Values. B. By a lump sum cost acceptable to the Architect, based on the Contractor's detailed, itemized breakdown of the actual basic cost, with allowance for the Contractor's profit and overhead of ten percent (10%) for work performed by the Contractor's own forces and five percent (5%) for work performed by Subcontractors. C. By mutually agreeable Unit Prices for actual cost, with allowances for the Contractor s profit and overhead of ten percent (10%) for work performed by the Contractor s own forces and five percent (5%) for work performed by Subcontractors. D. On the actual basic cost of the Change, as determined by payroll records and paid receipts, plus an allowance for the Contractor's profit and overhead of ten percent (10%) for work performed by the Contractor's own forces and five percent (5%) for work performed by Subcontractors. All requests for additional cost shall identify quantities of material, unit cost, duration of additional labor, unit labor cost, and itemization of any other costs involved to be considered by the Architect for a change order. ARTICLE 8. TIME No modifications or additions. ARTICLE 9. PAYMENT AND COMPLETION 9.3 Applications for Payment Add the following to 9.3.1: The Owner will retain 5% of the amount of each Progress Payment until Substantial Completion for Minnesota based contractors. For out-of-state contractors the retainage amount will be 8%. Out-of-state contractors requesting exception from the 8% retainage amount must obtain written approval as allowed from the Minnesota Department of Revenue. If approved, retainage will be made at the 5% rate. Contractors requesting relief under the Minnesota Retainage Law must obtain and submit Consent of Surety. The final retainage will be related, on request, after final completion of the work of the Contract when the work is fully completed and acceptable to the Architect and Owner. Final Payment will be made within 30 days thereafter. St. Croix Regional Education District February 15, 2012

24 Before Final Payment will be authorized the Contractor must submit the following forms. 1. Completed Punch List signed by an officer of the firm. 2. Consent of Surety to Final Payment - AIA G Affidavit of Debts and Claims - AIA G Certificate of Substantial Completion - AIA G Guarantees, Receipts and Test Records. 6. Minnesota Dept. of Revenue IC 134 Withholding Tax Form. 9.6 Progress Payments Add the following to subparagraph 9.6.2: The subcontractor shall notify the Architect in writing when any payment due under the stipulation of is overdue. 9.8 Substantial Completion Add the following to subparagraph 9.8.1: The work will be considered substantially complete when all local authorities having jurisdiction have issued permanent permits to occupy the building. If temporary occupancy permits are issued the building cannot be considered substantially complete Final Completion and Final Payment Add the following to subparagraph : The Architect will make one (1) re-inspection after the final inspection when requested in writing by the Contractor and, if complete, the Architect will so certify to the Owner. When additional re-inspections are required and requested in writing by the Contractor, the Architect will make the re-inspection only after the Contractor reimburses the Architect for all time and expenses incurred by the previously requested inspection. ARTICLE 10. PROTECTION OF PERSONS AND PROPERTY 10.3 Hazardous Materials Add the following to : The Architect shall have no duty to discover, detect, or investigate the presence of any Hazardous Materials at or near the site of the Project at any time prior to, during or after design of contraction of the project. Should the Contractor know, detect or suspects the presence of Hazardous Materials at or near the site, the Contractor shall use his best effort to disclose such information to the Owner for appropriate action by the Owner, including, but not limited to, verification of the presence of Hazardous Materials and proper measures to deal with the Hazardous Materials. ARTICLE 11. INSURANCE AND BONDS St. Croix Regional Education District February 15, 2012

25 11. Contractor's Liability Insurance Add the following to subparagraph : The Contractor shall have his Workmen's Compensation policy endorsed to provide coverage for workers that are hired from outside the State of Minnesota Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including: 1. Premises-Operations (including XCU as applicable). 2. Independent Contractors' Protective 3. Products and Completed Operations. 4. Personal Injury Liability with Employment Exclusion deleted. 5. Contractual - including special provision for Contractor's obligations under Paragraph Owned, non-owned and hired motor vehicles. 7. Broad Form Property Damage including Completed Operations. 8. Umbrella Excess Liability. 9. Provide railroad protective insurance as required by governing railroad(s). Contact all Railroad entities as required to determine cost prior to bidding. Add the following to subparagraph : The insurance required by Subparagraph shall be written for not less than the following, or greater if required by law: 1. Workmen's Compensation: a) State: Statutory b) Applicable Federal (e.g., Longshoremen's): Statutory c) Employer's Liability: $500, Comprehensive or Commercial General Liability (including Premises-Operations; Independent Contractors' Protective; Products and Completed Operations; Broad Form Property Damage): a) Bodily Injury: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate b) Property Damage: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate c) Products and Completed Operations to be maintained for one year after final payment. d) Property Damage Liability Insurance shall provide XCU coverage. 3. Contractual Liability: a) Bodily Injury: $1,000,000 Each Occurrence St. Croix Regional Education District February 15, 2012

26 $1,000,000 Annual Aggregate b) Property Damage: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 4. Personal Injury, with Employment Exclusion deleted: a) Bodily Injury: $1,000,000 Annual Aggregate 5. Comprehensive Automobile Liability: a) Bodily Injury & Proper Damage: $1,000,000 Each Occurrence b) Hired, Non-Owned Auto Liability: $1,000,000 Each Occurrence NOTE: The State of Minnesota has a no-fault automobile insurance requirement. The Contractor shall be certain that coverage is provided which conforms to any specific stipulation in the law. 6. Umbrella Excess Liability: $1,000,000 over all primary insurance to include auto, workers compensation, employee s liability and the Comprehensive Commercial General Liability policies. Total limit of liability is to be $1,500,000 per occurrence. The Contractor shall have all policies endorsed to cover work performed on the project after the date of substantial completion for warranty purposes as described in Article Add subparagraph as follows: The Contractor shall not commence the work until he has obtained the required insurance and the Architect in writing has approved such insurance. The Contractor shall submit Certificates of Insurance to the Architect in duplicate for the review and approval of the Owner. The certificates shall be on Accord Form 25-5, latest edition. Add subparagraph as follows: The Contractor shall name the Architect, Engineer and the Owner and their agents and employees as Additional Insured on a primary basis on the Contractor's Comprehensive or Commercial General Liability commercial auto, discontinued products, completed operations and umbrella/excess liability policies. These policies shall be endorsed to include these parties as additional insured and shall be indicated as such on the Certificate of Insurance. Being named as certificate holder only will not fulfill this requirement. Add subparagraph as follows: Subcontractors Insurance: Contractors shall secure and maintain Certificates of Insurance from subcontractors. St. Croix Regional Education District February 15, 2012

27 Add to The policies shall be endorsed to include such waivers of subrogation. The form of policy for this coverage shall be Completed Value Performance Bond and Payment Bond Add to The bonds stipulated by the paragraph shall be a 100% Performance and 100% Labor and Material Bond on AIA Document A312 provided and paid for by the Contractor for the full amount of the contract. Bonds must be issued by a company acceptable to the Architect and must be accompanied by a Power of Attorney, and the signatures of principal and attorney-in-fact must both be notarized. The bonds are to be delivered with the executed Agreement. ARTICLE 12. UNCOVERING AND CORRECTION OF WORK No modifications or additions. ARTICLE 13 MISCELLANEOUS PROVISIONS 13.2 Successors and Assigns Add the following to subparagraph The Contractor shall also not assign any monies due or to become due to the Contractor hereunder, without written notice to and written consent of the Owner. ARTICLE 14. TERMINATION OR SUSPENSION OF THE CONTRACT No modifications or additions. ARTICLE 16. WAGE RATES Add new Article: The General Board of St. Croix River Education District, Rush City, MN has adopted a prevailing wage rate for the work as determined by the Minnesota Department of Labor and Industry for Ramsey County. These wage rates shall be adhered to by all contractors for the entire project. Any wage determinations which are found not to be established do not relieve the Contractor from any responsibility for paying the prevailing wage rate of the trade in question. Additional classifications may develop between certifications by the Minnesota Department of Labor and Industry. Therefore, no inferences may be drawn from the omission of a classification which has local usage. Further, the State and Owner will not be liable for increased labor costs, or errors or changes to the rates or classifications, prior to or after the awarding of Contracts. St. Croix Regional Education District February 15, 2012

28 Contractors will provide evidence to the Owner proving compliance with the prevailing wage rates if asked to provide this documentation by St. Croix River Education District, Rush City, MN. END OF DOCUMENT St. Croix Regional Education District February 15, 2012

29 1.1 SCOPE SECTION SUMMARY OF WORK A. These Specifications with the accompanying Drawings are intended to describe and illustrate all work necessary to complete the Voice-over-Internet-Protocol (VoIP) System construction for the new 2012 St. Croix River Education District (SCRED) Office Building in Rush City, Minnesota. B. Coordination with other Sub-Contractors onsite will be required. 1.2 DEFINITIONS A. OWNER: The Owner of the is: B. ELECTRICAL ENGINEER: The Electrical Engineer is: C. TECHNOLOGY DESIGNER St. Croix River Educational District 425 Dana Avenue, Rush City, Minnesota Telephone: Hallberg Engineering, Inc Commerce Court White Bear Lake, Minnesota Telephone: / Fax: warms@hallbergengineering.com. The Technology Designer is: Hallberg Engineering, Inc Commerce Court White Bear Lake, Minnesota Telephone: / Fax: wbuse@northlandtechconsulting.com. 1.3 START OF WORK/SUBSTANTIAL COMPLETION A. Anticipated start date of new SCRED Office Building construction is June 1, B. Begin work no earlier than July 1, 2012 to conincide with the start of the 2012/2013 E-Rate funding year. C. Contractor must substantially complete all work prior to June 30, 2013 to coincide with the end of the E-Rate funding year. D. Anticipated completion date of new SCRED Office Building construction is November 30, 2012 (±90 days). E. Project construction final completion date must coincide with anticipated new SCRED Office Building construction completion date. 1.4 CONSTRUCTION CONTRACTS A. The Agreement for each prime contract will be written on AIA Document A101, 2007 Edition - "Standard Form of Agreement Between Owner and Contractor" and will be based upon the Drawings and Specifications, including Bidding Requirements. St. Croix Regional Education District February 15, 2012

30 1.5 PROJECT SCHEDULE A. Contractors bidding project agrees to provide all necessary documentation and prepared to interview immediately after bid opening to allow the Owner to immediately submit USAC Form 471 on the day of bid opening. B. Conform to starting dates, progress of the Work and completion dates of each portion of the work to the Project Schedule and as coordinated with Construction Manager for new SCRED Office Building project schedule. C. Contractors bidding project agrees to provide adequate work crews in each facility as necessary to complete work in accordance with milestones set forth herein. Contractors will submit a schedule that at a minimum will provide for simultaneous work. D. The Contractor will prepare and submit to the Engineer a Submittals Schedule for shop drawings, product data and samples and a Material Status Report. All submittals and material deliveries will support the Project Schedule. E. Submit schedule updates and Material Status Report updates with applications for payments as requested by the Engineer. F. Furnish manpower staffing information as requested by the Engineer. G. Coordinate subcontractors, material purchases, shop drawing submissions, delivery of materials, sequence of operations, etc., to conform to the Project Schedule and furnish proof of same as may be required by the Engineer. H. The Contractor will revise and periodically update the Project Schedule as necessary to conform to the current status of the project and furnish copies to the Owner and each Contractor. 1.6 PERMIT, FEES AND NOTICES A. The Contractor will pay for any building permit associated with the Project. Included will be the building permitting fees; State Building Code plan check fees; City, County and State surcharges; and other fees customarily charged for the building permit. The Contractor will secure the building permit from the applicable state, county, or city Building Official. B. Each Contractor will secure and pay for all other permits, governmental fees, licenses and inspections necessary for the proper execution and completion of this work, which apply at the time bids are received. The cost of these fees will be included in the base bid. 1.7 USE OF THE SITE A. Maintain access at all times to the main entrance to the site. Coordinate with the Owner for location of material, equipment, vehicle, etc., storage. B. Do not load structures with weights that will endanger the structure. 1.8 COMMENCEMENT OF THE WORK A. Do not commence the Work nor allow any Subcontractor or Sub-subcontractor to commence the Work until: 1. The Contract has been fully executed; and the Engineer, on behalf of the Owner, has issued a Notice to Proceed. 2. Engineer has approved the Contractor's Performance and Payment Bonds. St. Croix Regional Education District February 15, 2012

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

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

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

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

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

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

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

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

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

More information

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809 Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 PRA Project No. 00-0 SWTC Project No. -0 July 0 00-0 TITLE PAGE 00

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES This Agreement, approved on January 20 th, 2009 by and between the Monroe County Community School Corporation, 315 North Drive, Bloomington, Indiana (hereinafter

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

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

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

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

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

AGREEMENT BETWEEN DESIGNING ARCHITECT AND THE DISTRICT BOARD OF TRUSTEES OF PALM BEACH STATE COLLEGE

AGREEMENT BETWEEN DESIGNING ARCHITECT AND THE DISTRICT BOARD OF TRUSTEES OF PALM BEACH STATE COLLEGE AGREEMENT BETWEEN DESIGNING ARCHITECT AND THE DISTRICT BOARD OF TRUSTEES OF PALM BEACH STATE COLLEGE THIS AGREEMENT, is made and entered into this day of, between the DISTRICT BOARD OF TRUSTEES OF PALM

More information

DESIGN ARCHITECTS, INC.

DESIGN ARCHITECTS, INC. DESIGN ARCHITECTS, INC. ROOF REPLACEMENT WOOD RIVER PUBLIC LIBRARY DAi # 270-0325 Wood River Public Library 326 E. Ferguson Ave. Wood River, Madison County, Illinois Kate Kite, Director April 21, 2015

More information

Depot Park Gazebo Project

Depot Park Gazebo Project BID SET Contract Documents & Specifications Depot Park Gazebo Project Whitefish, Montana Prepared for City of Whitefish, Montana Prepared by: Robert Peccia & Associates Kalispell, Montana April, 2016 Set

More information

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 City of River Falls Utilities Department 222 Lewis Street, River Falls. WI 54022 Phone: 715-425-0900 PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 Directional Boring Project Title Page

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

TO: MEMBERS, BOARD OF EDUCATION AMENDED APPROVE AMENDMENT NO. 1 TO SOLAR POWER DESIGN/BUILD CONTRACT WITH SK SOLAR INC. (PROJECT 14-29F) ACTION

TO: MEMBERS, BOARD OF EDUCATION AMENDED APPROVE AMENDMENT NO. 1 TO SOLAR POWER DESIGN/BUILD CONTRACT WITH SK SOLAR INC. (PROJECT 14-29F) ACTION TO: MEMBERS, BOARD OF EDUCATION AMENDED FROM: DR. ANTHONY W. KNIGHT, SUPERINTENDENT DATE: AUGUST 19, 2014 SUBJECT: ISSUE: BACKGROUND: ALTERNATIVES: APPROVE AMENDMENT NO. 1 TO SOLAR POWER DESIGN/BUILD CONTRACT

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee Request for Qualifications Professional Services For Wood Recycling Center Facility Contract Number: C-17-017-101 City of Chattanooga, Tennessee December 2017 Section 1 Introduction REQUEST FOR QUALIFICATIONS

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

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

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 PROJECT MANUAL Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 Kohler Elementary School 4004 Bruce Way, North Highlands, CA 95660 Roofing Project Bidding and Contract

More information

OHIO CITY TOWN HALL OHIO CITY, COLORADO

OHIO CITY TOWN HALL OHIO CITY, COLORADO OHIO CITY TOWN HALL OHIO CITY, COLORADO PROJECT MANUAL PHASE 1 FOUNDATION STABILIZATION AND ELECTRICAL UPGRADES MAY 20, 2014 - BID DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK ISSUE LOG * Items in Italics

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

New Outdoor Firing Range Facility Project Manual

New Outdoor Firing Range Facility Project Manual Pinellas County Sheriff s Office New Outdoor Firing Range Facility Project Manual April 5, 2010 Project Address: 3410 118 th Avenue North Pinellas Park, Florida 337625 Owner: Pinellas County Sheriff s

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES City of Whitewater 312 W. Whitewater Street Whitewater, WI 53190 (262) 473-0500 (O) (262) 473-0509 (F) www.whitewater-wi.gov Submittal deadline: 3:00

More information

TRAFFIC SIGNAL IMPROVEMENT PROJECT

TRAFFIC SIGNAL IMPROVEMENT PROJECT TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS TRAFFIC SIGNAL IMPROVEMENT PROJECT BEDFORD ST (ROUTE 62) AT MIDDLESEX TURNPIKE EXT. Contract #18C-411-0015 This is an unofficial Bid Spec. If this document

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents.

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents. Project Manual Arriba Flagler Consolidated School District 20 Flagler School MEP Renovations 100% Construction Documents Prepared By: Leffingwell Consulting Engineers, Inc. 1315 North El Paso Street Colorado

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

School District of Lodi Advertising on School Property

School District of Lodi Advertising on School Property School District of Lodi Advertising on School Property No. 851.1 (A) 5-13-13 The School District of Lodi recognizes that there are many community organizations and businesses that may wish to advertise

More information

Project Manual. Administration Building & North Pointe Center Window Replacement. Lewis Cass Intermediate School District Cassopolis, Michigan

Project Manual. Administration Building & North Pointe Center Window Replacement. Lewis Cass Intermediate School District Cassopolis, Michigan 68817 Cass St. / P.O. Box 627 Edwardsburg, MI 49112 Project Manual Administration Building & North Pointe Center Lewis Cass Intermediate School District Cassopolis, Michigan Issue Date: 9 July 2015 TABLE

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

SOUTH RIPLEY ELEMENTARY 2017 ROOF OVERLAY & E.I.F.S. RESTORATION

SOUTH RIPLEY ELEMENTARY 2017 ROOF OVERLAY & E.I.F.S. RESTORATION PROJECT MANUAL FOR CONSTRUCTION OF SOUTH RIPLEY ELEMENTARY 2017 ROOF OVERLAY & E.I.F.S. RESTORATION SOUTH RIPLEY COMMUNITY SCHOOL CORPORATION Versailles, Indiana PROJECT MANUAL FOR CONSTRUCTION OF SOUTH

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

More information

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

More information

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

NOTE: BLACK font is the basic Owner/Consultant Agreement.

NOTE: BLACK font is the basic Owner/Consultant Agreement. NOTE: BLACK font is the basic Owner/Consultant Agreement. Where additional editing is required within only the basic Owner-Consultant agreement, the section requiring modification is marked with a < or

More information

SECTION QUALITY REQUIREMENTS

SECTION QUALITY REQUIREMENTS SECTION 014000 - PART 1 - GENERAL 1.1 SUMMARY A. Defines SRP requirements for Contractor Quality Control and Owner Quality Assurance. As an Electric and Water Utility, SRP has many critical facilities.

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project

More information

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL SECTION 01310 COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 SCOPE: A. COST LOADED CONSTRUCTION SCHEDULE (Construction Schedule): The WORK under this Contract shall be planned, scheduled, executed,

More information

DEPARTMENT OF THE TREASURY

DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE & PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM PUBLIC AGENCY Guidelines for Administering Equal Employment Opportunity

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

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101 Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101 Request for Qualifications Construction Manager at Risk (CMAR) INSTRUCTIONS

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

REQUEST FOR PROPOSAL Financial Statement Audit (FYE 2014, 2015 & 2016)

REQUEST FOR PROPOSAL Financial Statement Audit (FYE 2014, 2015 & 2016) REQUEST FOR PROPOSAL Financial Statement Audit (FYE 2014, 2015 & 2016) ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as DISTRICT ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York

More information

Erwin Montessori School

Erwin Montessori School 2017 Gymnasium Floor Repairs Erwin Montessori School Guilford County Schools 1312 Bessemer Avenue Greensboro, NC 27405 Commission # 17-07 December 01, 2017 Ricky L. Loman, AIA Phone (336) 273-7999 Architect

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES Pueblo Urban Renewal Authority (PURA) Pueblo Convention Center Expansion &

More information

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System City of Fountain, Colorado Request for Information (RFI) # 042915 For an Integrated Governmental Accounting Software System Issue Date: April 29, 2015 Issued By: Inquiries: City of Fountain, Colorado 116

More information

SPECIFICATIONS AND PROJECT MANUAL

SPECIFICATIONS AND PROJECT MANUAL SPECIFICATIONS AND PROJECT MANUAL ITB#: 2016-015-FAC PROJECT#: 083050-15-001 (Bid Opening Date: 5/2/2016 Time: 2pm ) FURNISHING OF ALL LABOR AND MATERIALS FOR THE COLINAS DEL NORTE ELEMENTARY SCHOOL MECHANICAL

More information

Bid: Seventy-First High School Gym Floor Refinishing

Bid: Seventy-First High School Gym Floor Refinishing REQUEST FOR QUOTATION CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 May 31, 2013 Kathy Miller, Director Operations (910) 678-2645 fax - (910) 678-2642

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps»

EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps» EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps» PROJECT TITLE: PROJECT NO.: DATE: «ProjectTitle» «ProjectNo» «AgreementStartDate»

More information