Construction Document Specifications. SMC Niles Phase V Southwestern Michigan College Niles, Michigan

Size: px
Start display at page:

Download "Construction Document Specifications. SMC Niles Phase V Southwestern Michigan College Niles, Michigan"

Transcription

1 Construction Document Specifications November 27, 2017 SMC Niles Phase V Southwestern Michigan College Niles, Michigan Prepared by: ABONMARCHE 95 W. Main St. Benton Harbor, MI ACI Project #

2

3 PART 1 GENERAL 1.01 PROJECT IDENTIFICATION SECTION PROJECT INFORMATION A. Project Name: SMC Niles Phase V, located at: U.S. Highway 12. Niles, Michigan B. The Owner, hereinafter referred to as Owner: Southwestern Michigan College C. Owner's Project Manager: Architect NOTICE TO PROSPECTIVE BIDDERS A. These documents constitute an Invitation to Bid to General Contractors for the construction of the project described below PROJECT DESCRIPTION A. Summary Project Description: Mechanical and Electrical Upgrades B. Contract Terms: Lump sum (fixed price, stipulated sum), with incentives PROJECT CONSULTANTS A. The Architect, hereinafter referred to as Architect: Arvin Delacruz, AIA, Abonmarche Consultants, Inc. or Matt Neuerburg, Assoc. AIA, Abonmarche Consultants, Inc.. Address: 95 W. Main Street. City, State, Zip: Benton Harbor, MI Phone/Fax: (Delacruz), (Neuerburg). adelacruz@abonmarche.com, mneuerburg@abonmarche.com PROCUREMENT TIMETABLE A. Last Request for Substitution Due: 3 days prior to due date of bids. B. Last Request for Information Due: 3 days prior to due date of bids. C. Bid Due Date: December 18, D. Bid Opening: Same day, 5 PM local time. E. Bids May Not Be Withdrawn Until: 60 days after due date. F. The Owner reserves the right to change the schedule or terminate the entire procurement process at any time PROCUREMENT DOCUMENTS A. Availability of Documents: Complete sets of procurement documents may be obtained: 1. From Owner at the Architect's address listed above. B. Documents are on display at the offices of the following construction plan rooms: 1. Viewing Procurement and Contracting Documents: Examine after 8:00pm on November 27, 2017, at the locations below: a. Architect s offices and plan rooms ( b. Builders Exchange of Kalamazoo Area, 3431 E. Kilgore Road, Kalamazoo, MI 49001, c. Builders Exchange, 4461 Cascade Road SE, PO Box 2031, Grand Rapids, MI 49501, d. MACIAF, 3215-A Sugar Maple Court, South Bend, IN 46628, e. MHC/Repro MAX/Dal-Blue, 914 E. Vine St., Kalamazoo, MI 49001, PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION / SMC Niles Phase V PROJECT INFORMATION

4 / SMC Niles Phase V PROJECT INFORMATION

5 SECTION TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS DIVISION PROCUREMENT AND CONTRACTING REQUIREMENTS Project Information Table of Contents List of Drawing Sheets Project Schedule Advertisement for Bids Instructions to Bidders Procurement Substitution Procedures Existing Condition Information Permit Application Bid Form Unit Prices Form Alternates Form Proposed Subcontractors Form Proposed Schedule of Values Form Non-Collusion Affidavit Non-Asbestos Affidavit Contracting Forms and Supplements Supplementary Conditions SPECIFICATIONS DIVISION GENERAL REQUIREMENTS Summary Unit Prices Alternates Administrative Requirements Quality Requirements Temporary Facilities and Controls Temporary Erosion and Sediment Control Product Requirements Execution and Closeout Requirements Construction Waste Management and Disposal Closeout Submittals Demonstration and Training DIVISION HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) Common Work Results for HVAC Common Motor Requirements for HVAC Equipment Escutcheons for HVAC Piping General - Duty Valves for HVAC Piping Hangers and Supports for HVAC Piping and Equipment / SMC Niles Phase V TABLE OF CONTENTS

6 Identification for HVAC Piping and Equipment Testing, Adjusting, and Balancing for HVAC Duct Insulation HVAC Piping Insulation Instrumentation and Control for HVAC Sequence of Operations for HVAC Controls Facility Natural Gas Piping Hydronic Piping Hydronic Piping Specialties Metal Ducts Air Duct Accessories Dedicated Outdoor-Air Unit Water-Source Unitary Heat Pumps DIVISION ELECTRICAL Basic Electrical Requirements Conductors and Cables Grounding and Bonding Raceway and Boxes Wiring Devices Enclosed Switches and Circuit Breakers END OF SECTION / SMC Niles Phase V TABLE OF CONTENTS

7 SECTION LIST OF DRAWING SHEETS 1.01 LIST OF DRAWINGS A. Drawings: Drawings consist of the Contract Drawings and other drawings listed on the Table of Contents page of the separately bound drawing set titled "Construction Documents; Southwestern Michigan College; Niles Phase V", dated November 27, 2017, as modified by subsequent Addenda and Contract modifications. T1.1 TITLE SHEET MD1.1 MD1.2 MD2.1 MD2.2 MECHANICAL PIPING DEMOLITION PLAN MECHANICAL PIPING DEMOLITION PLAN MECHANICAL HVAC DEMOLITION PLAN MECHANICAL HVAC DEMOLITION PLAN M1.1 MECHANICAL PIPING PLAN M1.2 MECHANICAL PIPING PLAN M2.1 MECHANICAL HVAC PLAN M2.2 MECHANICAL HVAC PLAN M5.1 MECHANICAL DETAILS & SCHEDULES ED1.1 ED1.2 ELECTRICAL DEMOLIITON PLAN ELECTRICAL DEMOLITION PLAN E1.1 ELECTRICAL POWER PLAN E1.2 ELECTRICAL POWER PLAN E5.0 ELECTRICAL DETAILS & SCHEDULES E6.0 ELECTRICAL SCHEDULES END OF LIST OF DRAWINGS / SMC Niles Phase V LIST OF DRAWING SHEETS

8 / SMC Niles Phase V LIST OF DRAWING SHEETS

9 SECTION PROJECT SCHEDULE THE FOLLOWING PROJECT SCHEDULE PERTAINS TO THE PROJECT KNOWN AS SMC NILES PHASE V. (# ) PRE-BID CONFERENCE: DECEMBER 4, 2017 AT 10:00 AM AT PROJECT SITE. BID DUE DATE: DECEMBER 18, 2017 AT 5:00 P.M. LOCAL MICHIGAN TIME. ALL BIDS SHALL BE ADDRESSED TO "SOUTHWESTERN MICHIGAN COLLEGE, CHERRY GROVE ROAD, DOWAGIAC, MICHIGAN 49047". BIDS SHALL BE SEALED AND SHALL HAVE THE NAME AND ADDRESS OF THE BIDDER AND THE CONTRACT FOR WHICH THE BID IS BEING SUBMITTED ON THE OUTSIDE OF THE ENVELOPE. REFER TO SECTION SUMMARY FOR DESCRIPTION OF WORK. OWNER TO AWARD CONTRACT: TBD. GENERAL CONTRACTOR TO BEGIN CONSTRUCTION: MAY 7, 2018 OR AS WEATHER PERMITS. DATE OF SUBSTANTIAL COMPLETION: AUGUST 3, DATE OF FINAL COMPLETION INCLUDING PUNCH LISTS: AUGUST 17, END OF PROJECT SCHEDULE / SMC Niles Phase V PROJECT SCHEDULE

10 / SMC Niles Phase V PROJECT SCHEDULE

11 SECTION ADVERTISEMENT FOR BIDS 1.01 PROJECT INFORMATION A. Notice to Bidders: Bids by Invitation ONLY. Bidders may submit bids for project as described in this Document. Submit bids according to the Instructions to Bidders. B. Project Identification: SMC Niles Phase V 1. Project Location: U.S. Highway 12 Niles, Michigan C. Owner: Southwestern Michigan College Cherry Grove Road Dowagiac, MI Owner Representative: John Eberhart Director of Facilities and Grounds Southwestern Michigan College Cherry Grove Road Dowagiac, MI D. Architect: Arvin Delacruz, AIA or Matthew Neuerburg, Assoc.AIA Abonmarche 95 W. Main St. Benton Harbor, MI PROJECT DESCRIPTION: PROJECT CONSISTS OF THE WORK OF PROJECT AS DEFINED BY THE CONTRACT DOCUMENTS AND CONSISTS OF THE FOLLOWING: A. Mechanical and Electrical Upgrades. B. Construction Contract: Bids will be received for the following Work: 1. General Contract (all trades) BID SUBMITTAL AND OPENING A. Owner will receive sealed lump sum bids until the bid time and date at the location given below. Owner will consider bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows: 1. Bid Date: December 18, Bid Time: 5:00pm, local time. 3. Location: Business Office at Southwestern Michigan College. B. Bids will be thereafter publicly opened and read aloud at the Board Meeting that evening BID SECURITY A. Bid security shall be submitted with each bid in the amount of 5 percent of the bid amount. No bids may be withdrawn for a period of 60 days after opening of bids. Owner reserves the right to reject any and all bids and to waive informalities and irregularities PREBID MEETING A. Prebid Meeting: See Document "Prebid Meetings." / SMC Niles Phase V ADVERTISEMENT FOR BIDS

12 1.06 DOCUMENTS A. Electronic Procurement and Contracting Documents: Obtain after November 27, 2017, by contacting the project coordinator: Arvin Delacruz, AIA or Matthew Neuerburg, Assoc.AIA, (Delacruz) or (Neuerburg) or or Electronic Documents will be provided to all bidders and suppliers; only complete sets of documents will be transmitted. B. Viewing Procurement and Contracting Documents: Examine after 8:00pm on November 27, 2017, at the locations below: 1. Architect s offices and plan rooms ( 2. Builders Exchange of Kalamazoo Area, 3431 E. Kilgore Road, Kalamazoo, MI 49001, Builders Exchange, 4461 Cascade Road SE, PO Box 2031, Grand Rapids, MI 49501, MACIAF, 3215-A Sugar Maple Court, South Bend, IN 46628, MHC/Repro MAX/Dal-Blue, 914 E. Vine St., Kalamazoo, MI 49001, TIME OF COMPLETION A. Successful bidder shall begin the Work on receipt of the Notice to Proceed and shall complete the Work within the Contract Time BIDDER'S QUALIFICATIONS A. Bidders must be properly licensed under the laws governing their respective trades and be able to obtain insurance and bonds required for the Work. A Performance Bond, Labor and Material Payment Bond, and Insurance in a form acceptable to Owner will be required of the successful Bidder. END OF SECTION / SMC Niles Phase V ADVERTISEMENT FOR BIDS

13 SECTION INSTRUCTIONS TO BIDDERS 1.01 INSTRUCTIONS TO BIDDERS A. AIA Document A701, "Instructions to Bidders," is hereby incorporated into the Procurement and Contracting Requirements by reference. 1. A copy of AIA Document A701, "Instructions to Bidders," is bound in this Project Manual. END OF SECTION / SMC Niles Phase V INSTRUCTIONS TO BIDDERS

14 / SMC Niles Phase V INSTRUCTIONS TO BIDDERS

15 SECTION PROCUREMENT SUBSTITUTION PROCEDURES 1.01 DEFINITIONS A. Procurement Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction from those indicated in the Procurement and Contracting Documents, submitted prior to receipt of bids. B. Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction from those indicated in the Contract Documents, submitted following Contract award. See Section "Substitution Procedures" for conditions under which Substitution requests will be considered following Contract award QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers PROCUREMENT SUBSTITUTIONS A. Procurement Substitutions, General: By submitting a bid, the Bidder represents that its bid is based on materials and equipment described in the Procurement and Contracting Documents, including Addenda. Bidders are encouraged to request approval of qualifying substitute materials and equipment when the Specifications Sections list materials and equipment by product or manufacturer name. B. Procurement Substitution Requests will be received and considered by Owner when the following conditions are satisfied, as determined by Architect; otherwise requests will be returned without action: 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract Documents, including the level of quality of the Work represented by the requirements therein. 3. The request is fully documented and properly submitted SUBMITTALS A. Procurement Substitution Request: Submit to Architect. Procurement Substitution Request must be made in writing in compliance with the following requirements: 1. Requests for substitution of materials and equipment will be considered if received no later than ten days prior to date for receipt of bids. 2. Submittal Format: Submit Procurement Substitution Request. a. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specifications Sections and drawing numbers. b. Provide complete documentation on both the product specified and the proposed substitute, including the following information as appropriate: 1) Point-by-point comparison of specified and proposed substitute product data, fabrication drawings, and installation procedures. 2) Copies of current, independent third-party test data of salient product or system characteristics. 3) Samples where applicable or when requested by Architect. 4) Detailed comparison of significant qualities of the proposed substitute with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. 5) Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated / SMC Niles Phase V PROCUREMENT SUBSTITUTION PROCEDURES

16 6) Research reports, where applicable, evidencing compliance with building code in effect for Project. 7) Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, which will become necessary to accommodate the proposed substitute. c. Provide certification by manufacturer that the substitute proposed is equal to or superior to that required by the Procurement and Contracting Documents, and that its in-place performance will be equal to or superior to the product or equipment specified in the application indicated. d. Bidder, in submitting the Procurement Substitution Request, waives the right to additional payment or an extension of Contract Time because of the failure of the substitute to perform as represented in the Procurement Substitution Request. B. Architect's Action: 1. Architect may request additional information or documentation necessary for evaluation of the Procurement Substitution Request. Architect will notify all bidders of acceptance of the proposed substitute by means of an Addendum to the Procurement and Contracting Documents. C. Architect's approval of a substitute during bidding does not relieve Contractor of the responsibility to submit required shop drawings and to comply with all other requirements of the Contract Documents. END OF DOCUMENT / SMC Niles Phase V PROCUREMENT SUBSTITUTION PROCEDURES

17 SECTION EXISTING CONDITION INFORMATION 1.01 EXISTING CONDITION INFORMATION A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of the Bidders' own investigations. They are made available for Bidders' convenience and information, but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. B. Existing drawings that include information on existing conditions including previous construction at Project site are available for viewing at the office of Architect and at the office of Owner. C. Related Requirements: 1. Document "Instructions to Bidders" for the Bidder's responsibilities for examination of Project site and existing conditions. END OF SECTION / SMC Niles Phase V EXISTING CONDITION INFORMATION

18 / SMC Niles Phase V EXISTING CONDITION INFORMATION

19 SECTION PERMIT APPLICATION 1.01 PERMIT APPLICATION INFORMATION A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of the Bidders' own investigations. This Document and its attachments are not part of the Contract Documents. B. Permit Application: The General Contractor shall acquire building permit. Complete building permit application and file with authorities having jurisdiction within five days of the date of execution of the Contract. C. State and Local Review: The Owner will submit drawings and fees to the Local Authority for review. END OF SECTION / SMC Niles Phase V PERMIT APPLICATION

20 / SMC Niles Phase V PERMIT APPLICATION

21 THE PROJECT AND THE PARTIES 1.01 TO: A. Southwestern Michigan College (Owner) 1.02 FOR: Cherry Grove Road Dowagiac, MI SECTION BID FORM A. Project Location: SMC Niles Phase V, U.S. Highway 12, Niles, MI B. Architect: Abonmarche C. Architect Project Number: BID DUE DATE: DECEMBER 18, SUBMITTED BY: (BIDDER TO ENTER NAME AND ADDRESS) A. Bidder's Full Name Address City, State, Zip Telephone 1.05 OFFER A. A. Base Bid, Single-Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, and all subsequent Addenda, as prepared by ABONMARCHE CONSULTANTS, INC. and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services necessary to complete the construction of the above-named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: BASE BID: (REFER TO SECTION ALTERNATES AND SHEET T1.1) DOLLARS ($ ), IN LAWFUL MONEY OF THE UNITED STATES OF AMERICA. ALTERNATE BID: (REFER TO SECTION ALTERNATES AND SHEET T1.1) DOLLARS ($ ), IN LAWFUL MONEY OF THE UNITED STATES OF AMERICA BID BOND A. We have included the required security Bid Bond as required by the Instruction to Bidders. We acknowledge visiting the site before making an offer to Southwestern Michigan College: Bidder: All applicable federal taxes along with permit fees are included and State of Michigan sales taxes are included in the Bid Sum ACCEPTANCE A. This offer shall be open to acceptance and is irrevocable for sixty days from the bid closing date / SMC Niles Phase V BID FORM

22 B. If this bid is accepted by Owner within the time period stated above, we will: Execute the Agreement within thirteen days of receipt of acceptance of this bid. Indicate that work will commence at the appointed time. C. In the event our bid is not accepted within the time stated above, the required security deposit shall be returned to the undersigned, in accordance with the provisions of the Instructions to Bidders; unless a mutually satisfactory arrangement is made for its retention and validity for an extended period of time CONTRACT TIME A. A. The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents on a date specified in a written Notice to Proceed to be issued by Architect, and shall fully complete the Work for each phase as follows: 1. Substantial Completion: August 3, Final Completion of All Work (Including Punch List Items): August 17, UNIT PRICES Submit Unit Prices for specific portions of the Work as listed. Refer to pp for list of Unit Prices requested. Fill-in information accordingly. ITEM DESCRIPTION - UNIT QUANTITY - UNIT PRICE - ITEM VALUE UNIT PRICING # $... UNIT PRICING # $... UNIT PRICING # $... UNIT PRICING # $... UNIT PRICING # $... UNIT PRICING # $ CHANGES TO THE WORK 1.05 ADDENDA When Architect establishes that the method of valuation for Changes in the Work will be net cost plus a percentage fee in accordance with General Conditions, our percentage fee will be: Overhead: % Profit: % Bond: % The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum. Addendum # Dated. Addendum # Dated. Addendum # Dated. Addendum # Dated BID FORM SUPPLEMENTS The following information is included with Bid submission: A. The following Supplements are attached to this Bid Form and are considered an integral part of this Bid Form: 1. Document Unit Prices Form: Include a listing of unit prices specifically requested by the Contract Documents. Document Alternates Form: Include the cost variations to the Bid Sum applicable to the Work as described in Section Alternates. 2. Document Alternatives Form: Include the cost variations to the Bid Sum applicable to the Work as described in Section / SMC Niles Phase V BID FORM

23 3. Document Proposed Schedule of Values Form identifies the Bid Sum segmented into portions as requested. 4. Document Non-Collusion Affidavit 5. Document Non-Asbestos Affidavit We agree to submit the following Supplements to Bid Forms within 24 hours after submission of this bid for additional bid information: Document : Include the names of all Subcontractors and the portions of the Work they will perform. Document Proposed Schedule of Values Form identifies the Bid Price/Sum segmented into portions as requested BID FORM SIGNATURE(S) A. Respectfully submitted this day of, B. Submitted By: (Name of bidding firm or corporation). C. Authorized Signature: (Handwritten signature). D. Signed By: (Type or print name). E. Title: (Owner/Partner/President/Vice President). F. Witness By: (Handwritten signature). G. By: (Type or print name). H. Title: (Corporate Secretary or Assistant Secretary). I. Street Address:. J. City, State, Zip:. K. Phone:. L. . M. License No.:. N. Federal ID No.: (Affix Corporate Seal Here). IF THE BID IS A JOINT VENTURE OR PARTNERSHIP, ADD ADDITIONAL FORMS OF EXECUTION FOR EACH MEMBER OF THE JOINT VENTURE IN THE APPROPRIATE FORM OR FORMS AS ABOVE. END OF BID FORM / SMC Niles Phase V BID FORM

24 / SMC Niles Phase V BID FORM

25 PARTICULARS SECTION UNIT PRICES FORM 1.01 THE FOLLOWING IS THE LIST OF UNIT PRICES REFERENCED IN THE BID SUBMITTED BY: 1.02 (BIDDER) 1.03 DATED AND WHICH IS AN INTEGRAL PART OF THE BID FORM. UNIT PRICE LIST 2.01 ITEM DESCRIPTIONUNIT QUANTITYUNIT VALUE UNIT PRICE #1 UNIT PRICE #2 UNIT PRICE #3 UNIT PRICE #4 UNIT PRICE #5 UNIT PRICE #6 END OF UNIT PRICES FORM / SMC Niles Phase V UNIT PRICES FORM

26 / SMC Niles Phase V UNIT PRICES FORM

27 PARTICULARS SECTION ALTERNATES FORM THE FOLLOWING IS THE LIST OF ALTERNATES REFERENCED IN THE BID SUBMITTED BY: (BIDDER) TO (OWNER ): SOUTHWESTERN MICHIGAN COLLEGE DATED AND WHICH IS AN INTEGRAL PART OF THE BID FORM. ALTERNATES LIST THE FOLLOWING AMOUNTS SHALL BE TOTAL STAND ALONE COSTS FOR EACH PARTICULAR ALTERNATE LISTED AND SHALL NOT BE COSTS TO BE ADDED OR DEDUCTED FROM THE BASE BID AMOUNT. REFER TO SECTION ALTERNATIVES: SCHEDULE OF ALTERNATIVES. ALTERNATE BID A. The alternative bid shall include all MEP work associated with the following: 1. Demolition and removal of existing heat pumps (HP) and all associated work per plans. 2. Installation of all heat new pump units (HP) and all associated work per plans. 3. Installation of new cabinet unit heater (CU-1) and all associated work per plans. 4. All other work notated as, and associated with, ALTERNATE BID on the construction documents. 5. Contractors shall provide UNIT PRICING as indicated in Section Unit Prices Form for work associated with the alternate bid. ALTERNATE BID: ADD / (DEDUCT) $ VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: END OF ALTERNATES FORM / SMC Niles Phase V ALTERNATES FORM

28 / SMC Niles Phase V ALTERNATES FORM

29 SECTION PROPOSED SUBCONTRACTORS FORM / SMC Niles Phase V PROPOSED SUBCONTRACTORS FORM

30 PARTICULARS HEREWITH IS THE LIST OF SUBCONTRACTORS REFERENCED IN THE BID SUBMITTED BY: (BIDDER) 1.01 TO (OWNER ): SOUTHWESTERN MICHIGAN COLLEGE DATED AND WHICH IS AN INTEGRAL PART OF THE BID FORM. THE FOLLOWING WORK WILL BE PERFORMED (OR PROVIDED) BY SUBCONTRACTORS AND COORDINATED BY US: (FILL IN ONLY THOSE REQUIRED BY CONTRACT) LIST OF SUBCONTRACTORS WORK SUBJECT SUBCONTRACTOR NAME (ONE NAME ONLY) DEMOLITION SITE EXCAVATION SITE UTILITIES PAVING SITE CONCRETE - CURBS, SIDEWALKS, SLABS STRUCTURAL STEEL BUILDING CONCRETE - FOUNDATION AND SLABS ROOFING FRAMING MASONRY METAL STUDS & DRYWALL DOORS, FRAMES, DOOR HARDWARE ALUMINUM STOREFRONTS TOILET PARTITIONS CONTRACTOR WALL AND FLOOR TILE METAL WALL PANELS FLOORING SUSPENDED CEILING GYPSUM BOARD FINISHING PAINTING PLUMBING HVAC ELECTRICAL SECURITY AND DATA COMMUNICATIONS FIRE ALARM SYSTEM FIRE SPRINKLER SYSTEM END OF SUPPLEMENT FORM / SMC Niles Phase V PROPOSED SUBCONTRACTORS FORM

31 SECTION PROPOSED SCHEDULE OF VALUES FORM PARTICULARS 1.01 THE FOLLOWING IS A COST BREAKDOWN REFERENCED IN THE BID SUBMITTED BY: 1.02 (BIDDER) 1.03 TO (OWNER ): 1.04 DATED AND WHICH IS AN INTEGRAL PART OF THE BID FORM. ITEM DESCRIPTIONS END OF PROPOSED SCHEDULE OF VALUES FORM / SMC Niles Phase V PROPOSED SCHEDULE OF VALUES FORM

32 / SMC Niles Phase V PROPOSED SCHEDULE OF VALUES FORM

33 SECTION SUPPLEMENT J - NON-COLLUSION AFFIDAVIT STATE OF COUNTY OF THE UNDERSIGNED BIDDER OR AGENT, BEING DUALLY SWORN, ON OATH SAYS THAT HE WILL NOT, NOR WILL ANY OTHER MEMBER, REPRESENTATIVE, OR AGENT OF THE FIRM, COMPANY, CORPORATION OR PARTNERSHIP REPRESENTED BY HIM, ENTER INTO ANY COMBINATION, COLLUSION OR AGREEMENT WITH ANY PERSON RELATIVE TO THE PRICE TO BE BID BY ANYONE AT SUCH LETTING, NOR TO PREVENT ANY PERSON FROM BIDDING NOT TO INDUCE ANYONE TO REFRAIN FROM BIDDING, AND THAT HIS BID IS MADE WITHOUT REFERENCE TO ANY OTHER BID AND WITH OUT ANY AGREEMENT, UNDERSTANDING, OR COMBINATION WITH ANY OTHER PERSON IN REFERENCE TO SUCH BIDDING IN ANY WAY OR MANNER WHATEVER. BIDDER OR AGENT FOR: FIRM OR CORPORATION SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF,. NOTARY PUBLIC MY COMMISSION EXPIRES: END OF SUPPLEMENT J / SMC Niles Phase V SUPPLEMENT J - NON-COLLUSION AFFIDAVIT

34 / SMC Niles Phase V SUPPLEMENT J - NON-COLLUSION AFFIDAVIT

35 SECTION SUPPLEMENT K - NON-ASBESTOS AFFIDAVIT STATE OF COUNTY OF THE UNDERSIGNED BIDDER OR AGENT, BEING DULY SWORN, ON OATH SAYS THAT HE WILL NOT, NOR WILL ANY OTHER SUBCONTRACTOR, REPRESENTATIVE, OR AGENT OF THE FIRM, COMPANY, CORPORATION OR PARTNERSHIP REPRESENTED BY HIM, PURCHASE EQUIPMENT CONTAINING ASBESTOS, OR INSTALL ASBESTOS CONTAINING MATERIAL FOR THIS FACILITY. TYPED NAME TYPED TITLE BIDDER OR AGENT FOR: FIRM OR CORPORATION SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF,. NOTARY PUBLIC MY COMMISSION EXPIRES: END OF SUPPLEMENT K / SMC Niles Phase V SUPPLEMENT K - NON-ASBESTOS AFFIDAVIT

36 / SMC Niles Phase V SUPPLEMENT K - NON-ASBESTOS AFFIDAVIT

37 PART 1 GENERAL SECTION CONTRACTING FORMS AND SUPPLEMENTS 1.01 CONTRACTOR IS RESPONSIBLE FOR OBTAINING A VALID LICENSE TO USE ALL COPYRIGHTED DOCUMENTS SPECIFIED BUT NOT INCLUDED IN THE PROJECT MANUAL AGREEMENT AND CONDITIONS OF THE CONTRACT A. The Agreement is based on AIA A101. B. The General Conditions are based on AIA A201. C. Copies of the General Conditions and Agreement to follow end of this section FORMS A. Use the following forms for the specified purposes unless otherwise indicated elsewhere in the Contract Documents. B. Bond Forms: 1. Performance and Payment Bond Form: AIA A312. C. Post-Award Certificates and Other Forms: 1. Application for Payment Forms: AIA G702 with AIA G703 (for Contractors). D. Clarification and Modification Forms: 1. Architect's Supplemental Instructions Form: AIA G Change Order Form: AIA G701. E. Closeout Forms: 1. Certificate of Substantial Completion Form: AIA G REFERENCE STANDARDS A. AIA A201 - General Conditions of the Contract for Construction; B. AIA G701 - Change Order; C. AIA G702 - Application and Certificate for Payment; D. AIA G703 - Continuation Sheet; E. AIA G704 - Certificate of Substantial Completion; F. AIA G710 - Architect's Supplemental Instructions; PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION / SMC Niles Phase V CONTRACTING FORMS AND SUPPLEMENTS

38 / SMC Niles Phase V CONTRACTING FORMS AND SUPPLEMENTS

39 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) «Southwestern Michigan College» «58900 Cherry Grove Road» «Dowagiac, MI » and the Contractor: (Name, legal status, address and other information) for the following Project: (Name, location and detailed description) «Niles Renovation Phase V» «Southwestern Michigan College U.S. Highway 12 Niles, MI 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. AIA Document A , General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. The Architect: (Name, legal status, address and other information) «Abonmarche Consultants, Inc.» «95 W. Main Street» «Benton Harbor, MI 49022» The Owner and Contractor agree as follows. ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:20:06 on 05/05/2017 under Order No _1 which expires on 05/31/2017, and is not for resale. User Notes: ( ) 1

40 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) If, prior to the commencement of the Work, the Owner requires time to file mortgages and other security interests, the Owner s time requirement shall be as follows: 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( ) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work.) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:20:06 on 05/05/2017 under Order No _1 which expires on 05/31/2017, and is not for resale. User Notes: ( ) 2

41 Portion of Work Substantial Completion Date, subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work.) ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor s performance of the Contract. The Contract Sum shall be ($ ), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) 4.3 Unit prices, if any: (Identify and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price Per Unit ($0.00) 4.4 Allowances included in the Contract Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.) Item Price ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Provided that an Application for Payment is received by the Architect not later than the day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the day of the month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than ( ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor s Applications for Payment. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:20:06 on 05/05/2017 under Order No _1 which expires on 05/31/2017, and is not for resale. User Notes: ( ) 3

42 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of percent ( %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section of AIA Document A , General Conditions of the Contract for Construction;.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of percent ( %);.3 Subtract the aggregate of previous payments made by the Owner; and.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A The progress payment amount determined in accordance with Section shall be further modified under the following circumstances:.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section of AIA Document A requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.).2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section of AIA Document A Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections and above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Except with the Owner s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when.1 the Contractor has fully performed the Contract except for the Contractor s responsibility to correct Work as provided in Section of AIA Document A , and to satisfy other requirements, if any, which extend beyond final payment; and.2 a final Certificate for Payment has been issued by the Architect The Owner s final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect s final Certificate for Payment, or as follows: ARTICLE 6 DISPUTE RESOLUTION 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A , unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:20:06 on 05/05/2017 under Order No _1 which expires on 05/31/2017, and is not for resale. User Notes: ( ) 4

43 (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A , the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) [ ] Arbitration pursuant to Section 15.4 of AIA Document A [ ] Litigation in a court of competent jurisdiction [ ] Other (Specify) ARTICLE 7 TERMINATION OR SUSPENSION 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A The Work may be suspended by the Owner as provided in Article 14 of AIA Document A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of AIA Document A or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) % 8.3 The Owner s representative: (Name, address and other information) 8.4 The Contractor s representative: (Name, address and other information) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:20:06 on 05/05/2017 under Order No _1 which expires on 05/31/2017, and is not for resale. User Notes: ( ) 5

44 8.5 Neither the Owner s nor the Contractor s representative shall be changed without ten days written notice to the other party. 8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below The Agreement is this executed AIA Document A , Standard Form of Agreement Between Owner and Contractor The General Conditions are AIA Document A , General Conditions of the Contract for Construction The Supplementary and other Conditions of the Contract: Document Title Date Pages The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Date Pages The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Number Title Date The Addenda, if any: Number Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article Additional documents, if any, forming part of the Contract Documents:.1 AIA Document E , Digital Data Protocol Exhibit, if completed by the parties, or the following:.2 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor s bid are not part of the Contract AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:20:06 on 05/05/2017 under Order No _1 which expires on 05/31/2017, and is not for resale. User Notes: ( ) 6

45 Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A ) Type of insurance or bond Limit of liability or bond amount ($0.00) This Agreement entered into as of the day and year first written above. OWNER (Signature) CONTRACTOR (Signature) (Printed name and title) (Printed name and title) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:20:06 on 05/05/2017 under Order No _1 which expires on 05/31/2017, and is not for resale. User Notes: ( ) 7

46

47 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Niles Renovation Phase V» «Southwestern Michigan College U.S. Highway 12 Niles, MI 49120» THE OWNER: (Name, legal status and address) «Southwestern Michigan College» «58900 Cherry Grove Road Dowagiac, Michigan » THE ARCHITECT: (Name, legal status and address) «Abonmarche Consultants, Inc.» «95 West Main Street Benton Harbor, Michigan 49022» TABLE OF ARTICLES 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. 1 GENERAL PROVISIONS 2 OWNER 3 CONTRACTOR 4 ARCHITECT 5 SUBCONTRACTORS 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 7 CHANGES IN THE WORK 8 TIME 9 PAYMENTS AND COMPLETION 10 PROTECTION OF PERSONS AND PROPERTY 11 INSURANCE AND BONDS 12 UNCOVERING AND CORRECTION OF WORK 13 MISCELLANEOUS PROVISIONS 14 TERMINATION OR SUSPENSION OF THE CONTRACT 15 CLAIMS AND DISPUTES 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 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 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 10:07:17 on 04/14/2014 under Order No _1 which expires on 05/22/2014, and is not for resale. User Notes: ( ) 1

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

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

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

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

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

LORD Erie Robinson Road Relocation Project Exterior Sitework 2455 Robison Road

LORD Erie Robinson Road Relocation Project Exterior Sitework 2455 Robison Road WMF ARCHITECTURE INTERIORS CONSTRUCTION MANAGEMENT LORD Erie Robinson Road Relocation Project Exterior Sitework PROJECT MANUAL Project No. WMF 2012.012.00 Date: February 2014 WEBER MURPHY FOX INC. 3230

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

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

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

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

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

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

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

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

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

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

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

Project Manual For. Lincoln, Alabama. March 11, Owner: McDowell & Associates 128 Heath Road Carrollton, Ga Phone:

Project Manual For. Lincoln, Alabama. March 11, Owner: McDowell & Associates 128 Heath Road Carrollton, Ga Phone: Project Manual For PIER POINT Apartments Lincoln, Alabama Owner: McDowell & Associates 128 Heath Road Carrollton, Ga 30116 Phone: 770.834.3341 Architect of Record: Alan Bell Architect, Inc 211 Gordon Street

More information

PROJECT MANUAL. New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon. Set No. 01. For the Construction of: October 2017

PROJECT MANUAL. New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon. Set No. 01. For the Construction of: October 2017 PROJECT MANUAL For the Construction of: New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon October 2017 Set No. 01 990 John Adams Parkway, P.O. Box 2212, Idaho Falls, Idaho 83403-2212

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

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

REQUEST FOR BIDDER QUALIFICATIONS

REQUEST FOR BIDDER QUALIFICATIONS CITY OF OCEAN CITY CAPE MAY COUNTY, NEW JERSEY 08226 REQUEST FOR BIDDER QUALIFICATIONS Phase II Improvements at the Ocean City Life Saving Station 801 4 th Street, Ocean City, NJ 08226 Pursuant to N.J.S.A.

More information

UPGRADE MAIN DISTRIBUTION PANEL PROJECT RIVERVIEW LEARNING CENTER 801 N. WILD OLIVE AVENUE DAYTONA BEACH, FLORIDA 32118

UPGRADE MAIN DISTRIBUTION PANEL PROJECT RIVERVIEW LEARNING CENTER 801 N. WILD OLIVE AVENUE DAYTONA BEACH, FLORIDA 32118 Project Manual PROJECT 184672 RIVERVIEW LEARNING CENTER 801 N. WILD OLIVE AVENUE DAYTONA BEACH, FLORIDA 32118 THE SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA 200 NORTH CLARA AVENUE (PO BOX 2118) DELAND, FLORIDA

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

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

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

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

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

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

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

Document A305 TM. Contractor's Qualification Statement

Document A305 TM. Contractor's Qualification Statement Contractor's Qualification Statement Document A305 TM 1986 The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED

More information

NC State University OESAD GUIDELINES Contract Year

NC State University OESAD GUIDELINES Contract Year July 1, 2014 NC State University OESAD GUIDELINES Contract Year 2014-2016 I. Informal Projects A. Preface Based on the North Carolina Administrative Code (NCAC), Title 01, Subchapter 30D Section.0300 Selection

More information

Illinois State University Softballl Dugout Replacement Normal, Illinois

Illinois State University Softballl Dugout Replacement Normal, Illinois Illinois State University Softballl Dugout Replacement Normal, Illinois Issue for Bid ISU Project No. 10611 DLR Group Project No. 22-11116-10 July 1, 2016 NOTICE: These documents are instruments of professional

More information

GAYLORD COMMUNITY SCHOOLS PROJECT SF SINKING FUND PROJECTS

GAYLORD COMMUNITY SCHOOLS PROJECT SF SINKING FUND PROJECTS PROJECT MANUAL for GAYLORD COMMUNITY SCHOOLS PROJECT SF2.20 BID PACKAGE NO. 2 Gaylord High School Remodeling; and Annex Building (NCMC) Air-Conditioning Project PROJECT NO. 0151-18-Y March 30, 2018 and

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015 T S G TSG Architects AIA 427 Saint George, Suite 300 Gonzales, Texas 78629 8 3 0. 6 7 2. 7 8 0 1 8 3 0. 6 7 2. 4 3 4 0 f a x Member of the American Institute of Architects To: All Approved Contractors

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

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI

A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI Project Manual and Specifications for A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI November 12, 2015 MO CA #000531 Corner Greer & Associates, Inc. Architects 716 S. Main Street

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

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works. MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below

More information

Southern Oregon University Cascade Science- Renovation

Southern Oregon University Cascade Science- Renovation Invitation to Bid PROJECT NUMBER # 2013-1203 Southern Oregon University Cascade Science- Renovation SOU F.M.P. 351 Walker Avenue Ashland, OR 97520 Phone: 541-552-6879 Fax: 541-552-6235 SECTION 00 00 10

More information

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction - State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES... 1 ARTICLE 2 - PROGRAM VERIFICATION STAGE... 2 ARTICLE 3 - SCHEMATIC DESIGN

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

DOCUMENT BID FORM - STIPULATED SUM

DOCUMENT BID FORM - STIPULATED SUM DOCUMENT 004113 BID FORM - STIPULATED SUM Architect s Project No. 2007024EXC Project: Excell Academy for Tenant: Excell Academy for Higher Learning, Inc. Higher Learning Interiors Package 6510 Zane Avenue

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

More information

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE:

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE: HENDRY COUNTY BUILDING, LICENSING & CODE ENFORCEMENT POST OFFICE BOX 2340 * 640 SOUTH MAIN STREET * LABELLE, FLORIDA 33975 * (863) 675-5245 * FAX: (863) 674-4194 1100 OLYMPIA ST CLEWISTON, FLORIDA 33440

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

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

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

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

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual. January 5, 2005 Traffic Signal Installation NE Lakewood Blvd. and NE Anderson Dr. Bid No. 06-075 ADDENDUM NO. 1 Contract Bidders: Enclosed is Addendum No. 1 to the above reference contract documents. Please

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

Exhibit A Scope of Services and Deliverables

Exhibit A Scope of Services and Deliverables Exhibit A Scope of Services and Deliverables Attachment to MnDOT Contract No. for Project Name Project # 16-TZ dated Scope of Services includes: Programming / Schematic Design Phase Design Development

More information

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR PROJECT MANUAL FOR Ogden Regional Medical Center 5475 South 500 East Ogden, UT 84405 for MountainStar Healthcare Construction Documents NJRA Architects, Inc. 5272 South College Dr. Murray, Utah 84123 Telephone:

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

TECHNOLOGY SPECIFICATIONS

TECHNOLOGY SPECIFICATIONS 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

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

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit

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

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

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

A , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

A , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum A101 2007, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AIA Document A101 2007 is a standard form of agreement between owner and contractor for

More information

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport DATE: August 26, 2015 BIDS CLOSE: September 14, 2015, at 2:30 p.m., Local Time TO

More information

Pierce County Library System PCLS PAC Training Room PROJECT MANUAL

Pierce County Library System PCLS PAC Training Room PROJECT MANUAL Pierce County Library System PCLS PAC Training Room PROJECT MANUAL Date: June 21, 2017 PIERCE COUNTY LIBRARY SYSTEM PCLS PAC TRAINING ROOM June 21, 2017 SECTION 00 01 10 TABLE OF CONTENTS Division 00:

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 New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

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 AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014

REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014 REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014 Cortex Innovation Community requests qualifications from qualified firms and a fee proposal from such firms for the services

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

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

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

Santa Fe Civic Housing Authority

Santa Fe Civic Housing Authority Santa Fe Civic Housing Authority Santa Fe Family Living: Agua Fria Project Manual Owner: Santa Fe Civic Housing Authority 664 Alta Vista Santa Fe, NM 87501 Ed Romero, Executive Director Rudy Gallegos,

More information

The Blue Book. Procedural Recommendations for The Maine Building Industry. Jointly Recommended By The Maine Chapters Of

The Blue Book. Procedural Recommendations for The Maine Building Industry. Jointly Recommended By The Maine Chapters Of The Blue Book Procedural Recommendations for The Maine Building Industry Jointly Recommended By The Maine Chapters Of FOREWORD The information contained in this guide is offered as an industry recommendation

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 PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 RFP NO. FY13.1142.FSM UTU ABE MALAE Executive Officer Page 1 of

More information

SUBSTANTIAL IMPROVEMENT

SUBSTANTIAL IMPROVEMENT SUBSTANTIAL IMPROVEMENT General Discussion The following discussion addresses several of the issues surrounding the NFIP regulations concerning substantial improvement and substantial damage. The attached

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

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

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

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205428 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for

More information

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018 JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO. 77030 March 16, 2018 Engineer: Joseph B. Callaghan, Inc. 1655 Suburban Station Building 1617 John F. Kennedy Blvd. Philadelphia, PA 19103 jbciengineers.com

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS Mr. & Mrs. FL Schlagle Library Improvements Kansas City Kansas Public Schools USD 500 IFB 16-043 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for

More information

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031,

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031, AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684)699-3057/3031, www.aspower.com REQUEST FOR PROPOSAL ( RFP ) TIRE REPLACEMENT SERVICES APRIL 18, 2017 RFP

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

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

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

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

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

EXAM GUIDE. & Services. Overview a Knowledge / Skills 1. Sample Multiple-Choice Questions 4 Sample Multiple-Choice Answers 15

EXAM GUIDE. & Services. Overview a Knowledge / Skills 1. Sample Multiple-Choice Questions 4 Sample Multiple-Choice Answers 15 RE Construction EXAM GUIDE Documents & a Knowledge / 1 4 Choice Answers 15 16 Sample Passing Solution 18 Sample Failing Solution 19 20 Copyright 2013 This document, effective July 2013, supersedes all

More information

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA I. PROJECT DESCRIPTION: The Crisp County Board of Commissioners is seeking proposals from qualified consulting

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information