DAWSON COUNTY GOVERNMENT INVITATION FOR BIDS FOR AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER

Size: px
Start display at page:

Download "DAWSON COUNTY GOVERNMENT INVITATION FOR BIDS FOR AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER"

Transcription

1 DAWSON COUNTY GOVERNMENT INVITATION FOR BIDS FOR AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN FRIDAY, OCTOBER 28, 2016 AT 10:30AM, EST DAWSON COUNTY BOARD OF COMMISSIONERS ATTENTION: PURCHASING DIRECTOR 25 JUSTICE WAY, SUITE 2223 DAWSONVILLE, GA IFB # THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS IFB ON OR BEFORE THE STATED DATE AND TIME WILL BE SOLELY AND STRICTLY THE RESPONSIBILITY OF THE OFFEROR. ISSUE DATE: SEPTEMBER 21, 2016

2 DAWSON COUNTY, GEORGIA INVITATION FOR BIDS FOR AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER SECTION I GENERAL OVERVIEW A. PURPOSE Dawson County Purchasing Department is soliciting sealed bids from licensed general contractors who specialize in and can provide a turnkey solution to a commercial structural awning and covered walkway for the Dawson County Government Center. Vendors must provide all equipment, materials and labor to complete the scope of work. Details are listed under Section II. The County does not guarantee a minimum value for this contract. B. INFORMATION TO VENDORS 1. IFB TIMETABLE The anticipated schedule for the IFB is as follows: IFB Released Wednesday, September 21, 2016 Pre-Bid Conference Meeting Mandatory Friday, October 14, 2016 at 10:00AM, EST Details below Deadline for questions to Dawson County to Tuesday, October 18, 2016 at dsimpson@dawsoncounty.org 1:00PM, EST Deadline for Addenda posted on Thursday, October 20, 2016 at under Bids & IFBs 5:00PM, EST Submittal deadline Friday, October 28, 2016 at 10:30AM, EST Tentative Interview Schedule, if needed Tuesday, November 15, 2016 Tentative Award Date Thursday, December 15, 2016 at 6:00PM, EST Chart 1 There will be a mandatory pre-proposal meeting on Friday, October 14, 2016, at 10:00AM, EST at the Dawson County Government Center, 25 Justice Way, Administrative Training Room, 2 nd Floor, Dawsonville, GA A site visit will follow the meeting. 2. BID SUBMISSION One (1) original, three (3) copies and one (1) soft copy of the complete signed submittal must be received FRIDAY, OCTOBER 28, 2016, AT 10:30AM, EASTERN STANDARD TIME. Proposals must be submitted in a sealed envelope stating on the outside, the vendor's name, address, the Bid # IFB Awning and Covered Walkway at the Dawson County Government Center to: Bid # IFB Awning & Covered DCGC Page 2

3 Dawson County Board of Commissioners Attention: Purchasing Director 25 Justice Way, Suite 2223 Dawsonville, GA Soft copy* is defined as various types of media that include but are not limited to: disc, flash drive or any other media to send a copy of the electronic proposal. Soft copies are to be included in the sealed submission. Vendors should not or fax copies of bids If vendors or fax soft copies, vendor may be immediately disqualified. Soft copies will not be returned. Hand Delivery Hand delivered copies may be delivered to the above address ONLY between the hours of 8: 00AM and 5:00PM EST, Monday through Friday, excluding holidays observed by the Dawson County Government. For a complete listing of holidays please visit GPS Location Some GPS systems cannot locate the above named address. Vendors may search the following address if trying to visit the Dawson County Government Center: 25 Tucker Avenue, Dawsonville, GA Tucker Avenue is located on the East side of the Government Center. Upon arrival, please continue one block West on Shoal Creek Road to Justice Way. Parking for the Government Center is available off of Justice Way. Vendors should verify address is in Dawson County and not a surrounding community. Coordinates: N N Vendors are responsible for informing any commercial delivery service, if used, of all delivery requirements and for ensuring that the required address information appears on the outer wrapper or envelope used by such service. NOTE: Many express mail and delivery services do not guarantee overnight by noon to Dawson County. Submission by US Mail must be sent to the below address: Dawson County Board of Commissioners Attention: Purchasing Director 25 Justice Way, Suite 2223 Dawsonville, GA The Submittal must be signed by a company officer who is legally authorized to enter into a contractual relationship in the name of the vendor. 3. CONTACT PERSON Vendors are encouraged to contact Davida Simpson, Purchasing Director at (706) , by fax at (706) or dsimpson@dawsoncounty.org to Bid # IFB Awning & Covered DCGC Page 3

4 clarify any part of the IFB requirements. All questions that arise prior to the DEADLINE FOR QUESTIONS due date shall be directed to the contact person in writing via facsimile or . Any unauthorized contact shall not be used as a basis for responding to this IFB and also may result in the disqualification of the vendor's submittal. Vendors may not contact any elected official or other county employee to discuss the bid process or bid opportunities except: 1.) through the Purchasing Director named herein, or 2.) as provided by existing work agreement(s). This policy shall be strictly enforced and the County reserves the right to reject the submittal of any vendor violating this provision. 4. ADDITIONAL INFORMATION/ADDENDA Dawson County will issue responses to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the due date posted on the county s website under the bid information. Vendors should not rely on any representations, statements or explanations other than those made in this IFB or in any addendum to this IFB. Where there appears to be a conflict between the IFB and any addenda issued, the last addendum issued will prevail. Vendors are advised to check the website for addenda before submitting their bids. Vendors must acknowledge any issued addenda by including Attachment B- Addenda Acknowledgement with the submittal. Proposals which fail to acknowledge the vendor s receipt of any addendum will result in the rejection of the offer if the addendum contains information which substantively changes the Owner s requirements 5. LATE SUBMITTAL AND LATE MODIFICATIONS Submittals received after the due date and time will not be considered. Modifications received after the due date will not be considered. Dawson County Government assumes no responsibility for the premature opening of a proposal not properly addressed and identified, and/or delivered to the proper designation. 6. REJECTION OF PROPOSALS/CANCELLATION Dawson County Government reserves the right to reject any and all submittals and reserves the right to waive any irregularities or informalities in any submittal or in the submittal procedure, when to do so would be to the advantage of Dawson County. Dawson County reserves the right to cancel this IFB at any time. 7. MIMINUM IFB ACCEPTANCE PERIOD Submittals shall be valid and may not be withdrawn for a period of 90 days from the date specified for receipt of submittals. 8. NON-COLLUSION AFFIDAVIT By submitting a response to this IFB, the vendor represents and warrants that such proposal is genuine and not a sham or collusive or made in the interest or in behalf of any person not therein named and that the vendor has not directly or indirectly induced or solicited any other vendor to put in a sham proposal, or any other Bid # IFB Awning & Covered DCGC Page 4

5 person, firm or corporation to refrain from submitting and that the vendor has not in any manner sought by collusion to secure to that vendor any advantage over any other vendor. By submitting a proposal, the vendor represents and warrants that no official or employee of Dawson County Government has, in any manner, an interest, directly or indirectly in the proposal or in the contract which may be made under it, or in any expected profits to arise there from. 9. COST INCURRED BY VENDORS All expenses involved with the preparation and submission of the IFB to the Dawson County Board of Commissioners, or any work performed in connection therewith is the responsibility of the vendor(s). 10. IFB OPENING Bids will be opened and read immediately following bid deadline at the physical address stated in this document. A list of names of firms responding to the IFB may be obtained from the county s website after the IFB due date and time stated herein. A copy of the bid tabulation to the IFB may be obtained from the Purchasing Director after the IFB has been awarded. 11. OPEN RECORDS All materials submitted in connection with this IFB will be public documents and subject to the Open Records Act and all other laws of the State of Georgia, the United States of America and the open records policies of Dawson County Board of Commissioners. All such materials shall remain the property of Dawson County and will not be returned to the respondent. 12. TAXES Dawson County Government is tax exempt. No sales tax will be charged on any products or services. Dawson County cannot exempt any other person/vendor from applicable sales taxes that may be required of them in relations to this project. Selected vendor will be provided with Dawson County s Sales and Use Tax Certificate of Exemption number upon request. 13. VENDOR INFORMATION All submissions shall include a completed vendor information form, current copy of business license and current W-9. Failure to provide this information could result in the disqualification of the vendor from submitting a proposal. 14. INSURANCE Selected vendor will be required to provide Dawson County with a Certificate of Insurance for liability and workman s compensation insurance before work can begin on this County project and be effective for the duration of the work as described in the contract documents, including authorized change orders, plus any period of guarantee as required in the general warranty. Bid # IFB Awning & Covered DCGC Page 5

6 General liability insurance should be at least one million dollars ($1,000,000) combined single limit per occurrence. Automobile insurance should be at least five hundred thousand dollars ($500,000) combined single limit per accident for bodily injury or property damage; Workman s Compensation insurance should be as required by the State of Georgia; and Professional Liability insurance should be at least one million dollars ($1,000,000). 15. BONDS If required, under SECTION II SCOPE OF WORK of this document any combination of the following bonds may be requested by Dawson County. A five percent (5%) bid bond, a one hundred percent (100%) payment bond, and a one hundred percent (100%) performance bond. All bonds would be payable to Dawson County Board of Commissioners. Failure to submit appropriate bonding will result in automatic rejection of bid. Bonding company must be authorized to do business in Georgia by the Georgia Insurance Commission, listed in the Department of Treasury s publication of companies holding certificates of authority as acceptable surety on Federal bonds and as acceptable reinsuring companies, and have an A.M. Best rating. 16. ANTI-DISCRIMINATION Dawson County, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 23 will be afforded full opportunity to submit bids in response to this Invitation for Bid and will not be discriminated against on the grounds of race, color, national origin, sex, handicap/disability in consideration of an award. By submitting their bids, all bidders certify to Dawson County that they will conform to the provisions of the Federal Civil Rights Act of In every contract of over $10,000 the provisions in 1. and 2. below apply: 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. Bid # IFB Awning & Covered DCGC Page 6

7 c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order of over $10,000 so that the provisions will be binding upon each subcontractor or vendor. Vendors may request this Invitation for Bid in another language by contacting Purchasing Director Davida Simpson at p) , f) or via at All bid submissions must be returned in English. Los proveedores pueden solicitar este Llamado a Licitación en otro idioma contactando Director de Compras Davida Simpson en p) , f) o por correo electrónico a dsimpson@dawsoncounty.org. Todas las propuestas de licitación deben ser devueltos en Inglés. 17. GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT Vendors submitting a Qualification package in response to this IFB must provide the following information in the package to indicate compliance with the Georgia Security and Immigration Compliance Act. The form is provided for completion. A. A statement that indicates the contractor will conduct itself in compliance with O.C.G.A and Rule in the execution of the contract. B. By completing the affidavit that is provided with this solicitation, the vendor is attesting to the following: a. The affiant has registered with and is authorized to use the federal work authorization program; b. The user identification number and date of authorization for the affiant; c. The affiant is using and will continue to use the federal work authorization program throughout the contract period; d. Any employee, contractor, or subcontractor of such contractor or subcontractor shall also be required to satisfy the requirements set forth in this paragraph; and e. Upon contracting with a new subcontractor, a contractor or subcontractor shall notify Dawson County and shall deliver a completed Subcontractor Affidavit to Dawson County within five (5) working days of entering into a contract or agreement of hire with the subcontractor before the new subcontractor begins any work. C. Failure to provide the completed and notarized affidavit with the contractor s proposal will result in immediate disqualification as required by the Georgia Security and Immigration Compliance Act. Bid # IFB Awning & Covered DCGC Page 7

8 SECTION II GENERAL CONDITIONS A. PURPOSE Dawson County Purchasing Department is soliciting sealed bids from licensed general contractors who specialize in and can provide a turnkey solution to commercial structural awnings and covered walkway for the Dawson County Government Center. Vendors must provide all equipment, materials and labor to complete the scope of work. Details are listed under this section. B. CONTRACT PERIOD The term of a contract awarded as a result of this IFB shall be from award until final acceptance of project by the County. The contract shall terminate absolutely and without further obligation at such time as appropriated and otherwise unobligated funds are no longer available to satisfy the obligations of the County under this contract. The County does not guarantee a minimum value for this contract. If, at any time, the County determines it is in its best interest to discontinue use of these services the County reserves the right to cancel this Agreement by giving thirty (30) days advance written notice. C. BACKGROUND The Dawson County Government Center was opened January 2, 2012 and houses the majority of county personnel outside of public safety. The facility will remain open and all daily operations will continue throughout construction. The intent of this project is to create a safe covered walkway from the handicap parking along the front side of the Government Center to the entrance. SPLOST Funds will be used to fund this project. Public construction laws apply to this project. Vendors are to be familiar with all Federal, State and local rules, regulations, procedures and policies pertaining to this solicitation. D. VENDOR REQUIREMENTS Contractors must be qualified to perform the scope of work listed within this solicitation. Vendors must be licensed General Contractors who are experienced in commercial contracting. A copy of the license must be included with the submission. Additionally, evidence of company background and experience is required. Similar work experience with structural coverings is preferred. References: A minimum of three (3) references must be included with a preference showing similar work to what is being requested in this solicitation. If contact information is incorrect the bid may be rejected. Vendor should confirm all contact information prior to submission. Bid # IFB Awning & Covered DCGC Page 8

9 Financial Stability: Vendors shall provide financial information that would allow Dawson County to ascertain the financial stability of the Proposer. If a public company, include a recap of the most recent audited financial report. If a private company, provide a recap of the most recent internal financial statement and a letter, on the financial institution s letterhead, stating financial stability. E. SCOPE OF WORK Design specifications were written by PJ Docka at Rosser International, Inc., the original architect of the facility and are attached to this document. Mr. Docka will attend the pre-bid meeting to answer questions and is the subject matter expert. Any contact with Rosser or Dawson County staff aside from the Purchasing Director is grounds for disqualification. See Contact Person under Section I of this document. All construction must be to International Building Code (IBC) and meet all Americans with Disabilities Act (ADA) regulations as required. The general contractor may be required to construct a temporary ramp for ADA compliance. Staging Area Contractors may use an approved location in the parking lot at the Dawson County Government Center as a staging area. Contractor is responsible for securing all materials and equipment. Materials & Equivalency When references are made in bid documents to trade names or the brand names of manufactures, such references are made solely to designate and identify the quality to materials or equipment to be furnished and are not intended to restrict competitive bidding. If comparable materials or equipment with different trade names are offered, the bidder has the burden of proving equivalency. Product literature or catalogs may be submitted to support claim of equality. Failure to provide proof of equivalency is sound reasoning for rejection. Any and all equivalent materials will be considered and if approved will be allowed. Warranties Upon completion of the project and final acceptance by the County, the General Contractor must provide a binder of all warranties to the Project Manager. Warranties must be provided prior to retainage and bonds being released. Subcontractors General Contractor is responsible for hiring licensed, professional subcontractors needed to complete the scope of work. The General Contract must declare all subcontractors via E-Verify affidavits included in this bid. Qualifications and applicable licenses must be furnished upon request/notice. Bid # IFB Awning & Covered DCGC Page 9

10 Notice to Proceed The Contractor shall begin work within 30 days of receipt of a Notice to Proceed from the County and shall meet the agreed upon benchmarks throughout the project. Timeline Contractors should be able to complete the work within three (3) months from the time the notice to proceed is issued. Weather days All weather days are to be approved in writing by the Project Manager and County Manager. Retainage The Contractor shall be paid for work performed based upon satisfactory inspections and completion of the agreed upon draw schedule. Contractor s fee will be paid on a Net 30 basis less 10% retainage. Liquidated Damages The County and the Contractor recognize that time is of the essence with this project. The County and the Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by the County if the work is not completed within the agreed upon time. Accordingly, instead of requiring any such proof, the County and the Contractor will agree that as liquidated damages for delay (but not as a penalty), the Contractor shall pay to the County One Hundred and 00/100 ($100.00) Dollars for each and every calendar day that expires after agreed upon date of completion. When the County reasonably believes that completion will be inexcusably delayed, the County shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the County to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving completion, or any part there, for which the County has withheld payment, the County shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. Invoicing 1. Dawson County is Net 30. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment less than 30 days, however. 2. Vendors shall invoice only after work has been performed (in arrears). 3. All invoices will be paid in the year in which services are provided. 4. Vendor to provide contact information for dedicated team member to provide billing inquires. 5. Invoices should be sent via mail or to: Accounts Payable Bid # IFB Awning & Covered DCGC Page 10

11 25 Justice Way, 2220 Dawsonville, GA FOB Dawson County Government Center 25 Justice Way Dawsonville, GA Pricing 1. Vendors must use the Vendor s Price Proposal Form as provided within this IFB. Administration The project will be administered by the Dawson County Board of Commissioners with James Tolbert, Facilities Director being the main point of contact for all questions related to contract issues during the term of the contract. Permits and Licensing 1. Proof of Licensing: Contractor shall submit proof of professional license, insurance and business license at time of submittal as it relates to the Scope of Work defined herein. The business license will be the current license your business operates, if you are out of county, this will not be a Dawson County business license. 2. The successful vendor must hold a valid business license at time of proposal and a copy must be submitted in the bid. If awarded to an out-of-county vendor, that vendor must register their business license with the Dawson County Planning and Development Department within 10 days of award. Fees may apply and are not a part of this agreement. Note: Only the successful vendor needs to register with Dawson County Planning and Development Department. As of January 1, 2016, this registration is a $25 fee. G. PROCEDURES AND MISCELLANEOUS ITEMS 1. All questions shall be submitted in writing ( is acceptable) and shall be communicated in the form of an addenda if the scope specifications are to be affected and posted on the County s website under the bid information, all firms responding to this IFB should check the website before responding to this IFB. 2. All respondents to this IFB shall indemnify and hold harmless the Dawson County Board of Commissioners, and any of their officers and employees from all suits and claims alleged to be a result of this IFB. The issuance of this IFB constitutes only an invitation to present a proposal. The Dawson County Board of Commissioners reserves the right to determine, at its sole discretion, whether any aspect of a respondent's submittal meets the criteria in this IFB. The Dawson County Board of Commissioners also reserves the right to seek clarifications, to negotiate with any vendor submitting a response, to reject any or all responses with or without cause, and to modify the procurement process and schedule. In the event that this IFB is withdrawn or the project canceled for Bid # IFB Awning & Covered DCGC Page 11

12 any reason, the Dawson County Board of Commissioners shall have no liability to any respondent for any costs or expenses incurred in connection with this IFB or otherwise. 3. The IFB is subject to the provisions of the Dawson County Purchasing Policy and any revisions thereto, which are hereby incorporated into this IFB in their entirety except as amended or superseded herein. 4. Failure to submit all the mandatory forms from this IFB package shall be just cause for the rejection of the qualification package. However, Dawson County reserves the right to decide, on a case by case basis, in its sole discretion, whether or not to reject such a bid as non-responsive. 5. In case of failure to deliver goods in accordance with the contract terms and conditions, Dawson County, after due oral or written notice, may procure substitute goods or services from other sources and hold the contractor responsible for any resulting additional purchasing and administrative costs. This remedy shall be in addition to any other remedies which Dawson County may have. 6. By submitting a proposal, the vendor is certifying that they are not currently debarred from bidding on contracts by any agency of the State of Georgia, nor are they an agent of any person or entity that is currently debarred from submitting bids on contacts by any agency of the State of Georgia. 7. Any contract resulting from this IFB shall be governed in all respects by the laws of the State of Georgia and any litigation with respect thereto shall be brought in the courts of the State of Georgia. Then contractor shall comply with applicable federal, state, and local laws and regulations. 8. It is understood and agreed between the parties herein that Dawson County shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. H. BONDS Bid Bond 5% Payment Bond 100% Performance Bond 100% I. FINAL SELECTION Following review of all qualified proposals, selection of a suitable vendor, and preliminary contract negotiations, a recommendation will be made to the Dawson County Board of Commissioners by the project representative. Following Commission approval, the County will complete contract negotiations. The Dawson County Board of Commissioners reserves the right to accept the response that is determined to be in the best interest of the County. The County reserves the right to reject any and or all proposals. Bid # IFB Awning & Covered DCGC Page 12

13 Every vendor submitting a proposal must complete the forms showing compliance with the GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT OCGA The forms are provided with this IFB package. Bid # IFB Awning & Covered DCGC Page 13

14 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER VENDOR S CHECKLIST Company Name: Please indicate you have completed the following documentation; and submit them in the following order. Vendor s Checklist Vendor s Information Form Vendor s Price Form Vendor s Reference Form ITEM DESCRIPTION Vendor s Requirements outlined in Section D Execution of Proposal Form Addenda Acknowledgement Form and Any Addenda Issued Proposer s Certification and Non-Collusion Affidavit Drug-Free Workplace Affidavit Georgia s Security and Immigration Compliance Act Affidavit Contractor Affidavit Subcontractor Affidavit (if applicable) Proof of Insurance/Certificate of Insurance Requirements listed on Page 5 Completed W9 Copy of Valid Business License Copy of applicable licenses and certifications as it applies to the Scope of Work Bid Bond as required in the IFB. All other bonds upon contract execution. Requirements listed on pages 6 and 12. Authorized Signature Title Print Name Date THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # IFB Awning & Covered DCGC Page 14

15 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER VENDOR S INFORMATION FORM 1. Legal Business Name 2. Street Address 3. City, State & Zip 4. Type of Business: State of Registration: (Association, Corporation, Partnership, Limited Liability Company, etc.) 5. Name & Title of Authorized Signer: 6. Primary Contact 7. Phone Fax Company Website 10. Has your company ever been debarred from doing business with any federal, state or local agency? Yes No If Yes, please state the agency name, dates and reason for debarment. ATTACH COPY OF BUSINESS LICENSE AND A COMPLETED W-9 FORM THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH PROPOSAL Bid # IFB Awning & Covered DCGC Page 15

16 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER VENDOR S PRICE PROPOSAL FORM COMPANY NAME: Vendor to provide all materials, labor and equipment needed to complete the Scope of Work. Lump Sum Start Date Schedule Warranty Price Authorized Signature Title Print Name Date THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # IFB Awning & Covered DCGC Page 16

17 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER VENDOR S REFERENCE FORM All references must be from customers for whom your company has completed work similar to the specifications of this bid. Attach additional page if necessary. References for: (Company Name) 1. Company Street Address City, State & Zip Contact Person Name Title Phone FAX Describe Scope of Work and dates of project/service: 2. Company Street Address City, State & Zip Contact Person Name Title Phone FAX Describe Scope of Work and dates of project/service: 3. Company Street Address City, State & Zip Contact Person Name Title Phone FAX Describe Scope of Work and dates of project/service: THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # IFB Awning & Covered DCGC Page 17

18 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER EXECUTION OF PROPOSAL DATE: The potential Contractor certifies the following by placing an "X" in all blank spaces: That this proposal was signed by an authorized representative of the firm. That the potential Contractor has determined the cost and availability of all materials and supplies associated with performing the services outlined herein. That all labor costs associated with this project have been determined, including all direct and indirect costs. That the potential Contractor agrees to the conditions as set forth in this Invitation for Bid with no exceptions. Therefore, in compliance with the foregoing Invitation for Bids, and subject to all terms and conditions thereof, the undersigned offers and agrees, if this proposal is accepted within sixty (60) days from the date of the opening, to furnish the services for the prices quoted within the timeframe required. Business Name Authorized Signature Date Typed Name & Title THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # IFB Awning & Covered DCGC Page 18

19 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER DRUG FREE WORKPLACE I hereby certify that I am a principle and duly authorized representative of: Whose address is: And it is also that: 1. The provisions of Section through of the Official Code of Georgia Annotated, relating to the "Drug Free Workplace Act" have been complied with in full; and, 2. A drug free workplace will be provided for the CONTRACTOR S employees during the performance of the contract; and, 3. Each subcontractor hired by the CONTRACTOR shall be required to ensure that the subcontractor's employees are provided a drug free workplace. The CONTRACTOR shall secure from that subcontractor the following written certification: "As part of the subcontracting agreement with, certifies to the CONTRACTOR that a drug free workplace will be provided for the subcontractor's employees during the performance of this contract pursuant to paragraph (7) of subsection (b) of the Official Code of Georgia Annotated Section "; and, 4. It is certified that the undersigned will not engage in unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. Date Signature THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # IFB Awning & Covered DCGC Page 19

20 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER ADDENDA ACKNOWLEDGEMENT The vendor has examined and carefully studied the Invitation for Bids and the following Addenda, receipt of all of which is hereby acknowledged: Addendum No. Addendum No Addendum No. Addendum No. Authorized Representative (Signature) Date Authorized Representative/Title (Print or Type) Vendors must acknowledge any issued addenda. Proposals which fail to acknowledge the vendor s receipt of any addendum will result in the rejection of the offer if the addendum contained information which substantively changes the Owner s requirements. THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # IFB Awning & Covered DCGC Page 20

21 BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER PROPOSER S CERTIFICATION AND STATEMENT OF NON-COLLUSION I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of state and Federal law and can result in fines, prison sentences and civil damages awards. I certify that this proposal has been prepared independently and the price submitted will not be disclosed to another person. I certify that there has been no contact or communication by the proposer or the proposer s associates with any County staff, or elected officials since the date this Bid # IFB AWNING AT THE DAWSON COUNTY GOVERNMENT CENTER was issued except:1) through the Purchasing Department, 2) at the Pre-Proposal Conference (if applicable) or 3) as provided by existing work agreement(s). The County reserves the right to reject the proposal submitted by any proposer violating this provision. I agree to abide by all conditions of this proposal and certify that I am authorized to sign this proposal. COMPANY NAME: Authorized Representative (Signature) Date Authorized Representative/Title (Print or Type) THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # IFB Awning & Covered DCGC Page 21

22 Georgia Security & Immigration Compliance (GSIC) Act Affidavit As per the Georgia Senate Bill 529 and Senate Bill 447, the Georgia Department of Labor has promulgated new rules for the implementation of Section 2. O.C.G.A and Chapter state that no Georgia Public Employer shall enter into a contract for the physical performance of services within the State of Georgia unless the Contractor registers and participates in a federal work authorization program to verify the work eligibility information of all of its new employees. The Employment Eligibility Verification E-Verify site operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security is the electronic federal work authorization program to be utilized for these purposes. The website is By executing the attached Contractor Affidavit, Contractor verifies its compliance with O.C.G.A stating affirmatively that the individual, firm or corporation which is contracting with the Dawson County Board of Commissioners has registered and is participating in this federal work authorization program in accordance with the applicability provisions and deadlines established in this Statute. Contractor further agrees that should it employ or contract with any Sub-Contractor(s) for the physical performance of services pursuant to the contract with the Dawson County Board of Commissioners, Contractor will secure from the Sub-Contractor(s) verification of compliance with O.C.G.A on a Sub-Contractor Affidavit and shall provide a copy of each such verification to the Dawson County Board of Commissioners at the time the Sub-Contractor(s) is retained to perform such services. PLEASE COMPLETE THE ATTACHED AFFIDAVIT AND RETURN IT TO: Davida Simpson Dawson County Purchasing Director 25 Justice Way, Suite 2223 Dawsonville, GA Fax: (706) dsimpson@dawsoncounty.org Bid # IFB Awning & Covered DCGC Page 22

23 IMMIGRATION AND SECURITY FORM (GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT) Contractor s Name: County Solicitation/ Contract No.: CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A , stating affirmatively that the Contractor identified above has registered with and is participating in a federal work authorization program*, in accordance with the applicability provisions and deadlines established in O.C.G.A The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with the County, Contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A on the attached Subcontractor Affidavit. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the County at the time the subcontractor(s) is retained to perform such service. EEV / E-Verify TM Company Identification Number BY: Authorized Officer or Agent (Contractor Name) Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 20 Notary Public [NOTARY SEAL] My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L Bid # IFB Awning & Covered DCGC Page 23

24 IMMIGRATION AND SECURITY FORM (GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT) Contractor s Name: County Solicitation/ Contract No.: ADDITIONAL INSTRUCTIONS TO CONTRACTOR: Identify all subcontractors used to perform under the county contract. In addition, you must attach a signed and notarized affidavit (third page of this form) from each of the subcontractors listed below. The contractor is responsible for providing a signed and notarized affidavit to the County within five (5) days of the addition of any new subcontractor used to perform under the identified County contract. Contractor s Name: Subcontractors: Bid # IFB Awning & Covered DCGC Page 24

25 IMMIGRATION AND SECURITY FORM (GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT) Contractor s Name: Subcontractor s (Your) Name: County Solicitation/ Contract No.: SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned Subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the Subcontractor which is engaged in the physical performance of services under a contract with the Contractor identified above on behalf of the County identified above has registered with and is participating in a federal work authorization program*, in accordance with the applicability provisions and deadlines established in O.C.G.A EEV / E-Verify TM Company Identification Number BY: Authorized Officer or Agent (Subcontractor Name) Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 20 Notary Public [NOTARY SEAL] My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L Bid # IFB Awning & Covered DCGC Page 25

26 Dawson County Board of Commissioners VOLUNTARY Title VI Statistical Data Form Used For Government Monitoring Purposes Dawson County Board of Commissioners is committed to broad-based competition on all bids. We are gathering the following information for recordkeeping in compliance with federal regulations. All information will be considered strictly private and confidential and will be used for Title VI of the Civil Rights Act of 1964 purposes only. Your responses are strictly voluntary and will help in developing and monitoring nondiscrimination enforcement programs. This form is not part of the bid document and has no emphasis on decision of award, if you prefer not to reply that is acceptable. Failure to complete this form will not affect your chances of award. Your cooperation is appreciated. Instruction for submission: DO NOT INCLUDE WITH BID PROPOSAL. Form should be submitted separately in a non-identifying envelope addressed to the Dawson County Purchasing Department, 25 Justice Way, Suite 2223, Dawsonville, GA Please write in bid name and number for project tracking purposes. BID NAME & BID # IFB AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER Please place an X on the line that apply Owner Gender: Male Female Owner Race/Ethnicity: White/Caucasian Hispanic or Latino Black or African American American Indian or Alaska Native Native Hawaiian or Asian Other Pacific Islander Two or More Races Disability: Any person who (1) has a physical or mental impairment that substantially limits one or more major life activities; (2) has a record of such impairment; or (3) is regarded as having such impairment. Yes No Minority Owned Business: Yes No Disadvantaged Business Enterprise (DBE) Company? Yes No Number of Employees: Staff Race/Ethnicity make-up: White/Caucasian Hispanic or Latino Asian (Provide % on line) Black or African American American Indian or Alaska Native Native Hawaiian or Other Pacific Islander Two or More Races Dawson County Government is committed to serve the public efficiently, preserve our heritage, safeguard the environment, protect citizens and improve the quality of life. Bid # IFB Awning & Covered DCGC Page 26

27 AGREEMENT BETWEEN OWNER AND CONTRACTOR Bid # RFP Historic Courthouse Restoration: Window Replacement This Agreement is made by and between Dawson County, a political subdivision of the State of Georgia, (hereinafter referred to as the "Owner") and, a Georgia, (hereinafter referred to as the "Contractor") under seal for all work called for in the Dawson County Invitation for Bid #284-16, for furnishing materials, labor, and equipment necessary to construct an awning and covered walkway at the Dawson County Government Center as listed in the specifications and proposed by the Contractor. 1.1 The Contract ARTICLE 1 THE CONTRACT AND THE CONTRACT DOCUMENTS The Contract between the Owner and the Contractor, consists of the Contract Documents and shall be effective on the date this Agreement is executed by the last party to execute it. If any items in the Contract conflict with the law of the State of Georgia law, law of the State of Georgia shall prevail. 1.2 The Contract Documents The Contract Documents consist of this Document, the Invitation for Bid # and all addenda, the Contractor's Bid Schedule, all Change Orders and Field Orders issued hereafter, and any other amendments executed by the parties hereafter. Documents not enumerated in this paragraph are not Contract Documents and do not form part of this Contract. 1.3 Entire Agreement This Contract, together with the Contractor's payment bond for the Project, constitutes the entire and exclusive agreement between the Owner and the Contractor with reference to the Project. Specifically, but without limitation, this Contract supersede all prior written or oral communications, representations and negotiations, if any, between the Owner and Contractor. 1.4 No Privity with Others Nothing contained in this Contract shall create, or be interpreted to create, privity or any other contractual agreement between the Owner and any person or entity other than the Contractor. 1.5 Intent and Interpretation The intent of this Contract is to require complete, correct and timely execution of the Work. Any work that may be required, implied or inferred by the Contract Documents, or any one or more of them, as necessary to produce the intended result shall be provided by the Contractor for the Contract Price This Contract is intended to be an integral whole and shall be interpreted as internally consistent. What is required by any one Contract Document shall be considered as required by the Contract. 1.6 Ownership of Contract Documents The Contract Documents, and each of them, shall remain the property of the Owner. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the

28 Project; provided, however, that in no event shall Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the Owner's prior written authorization. ARTICLE II THE WORK 2.1 The Contractor shall perform all of the Work required, implied or reasonably inferable from this Contract, all in accordance with plans, specifications and drawings of the Project and in accordance with the bid and specifications as outlined in Invitation for Bid # The term "Work" shall mean whatever is done by or required of the Contractor to perform and complete its duties under this Contract, including the following: construction of the whole or a designated portion of the Project; furnishing of any required bonds and insurance; provision of required certifications and documentation of associated testing results; provision or furnishing of labor, supervision, services, materials, supplies, equipment, fixtures, appliances, facilities, tools, transportation, storage, power, permits and licenses required of the Contractor, fuel, heat, light, cooling and all other utilities as required by this Contract. The work to be performed by the Contractor is generally described as follows: General Contractor is to provide a turnkey solution to a commercial structural awning and covered walkway for the Dawson County Government Center. Contractors must provide all equipment, materials and labor to complete the scope of work. 3.1 Time and Liquidated Damages ARTICLE III CONTRACT TIME The Contractor shall complete the work within a 3 calendar month period after notice to proceed The Contractor shall pay the Owner the sum of zero dollars ($00.00) per day for each and every calendar day of delay not excused by Section in achieving completion beyond the time set forth herein for completion of the work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving completion, or any part there, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 3.2 Substantial Completion "Substantial Completion" shall mean that state in the progression of the Work when the Work is sufficiently complete in accordance with this Contract that the Owner can enjoy beneficial use or occupancy of the work and can utilize the work for its intended purpose. 2

29 3.3 Time is of the Essence All limitations of time set forth in the Contract Documents are of the essence of this Contract. 4.1 The Contract Price ARTICLE IV CONTRACT PRICE The Owner shall pay, and the Contractor shall accept, as full and complete payment for all of the work required in the Bid Documents, the fixed sum of ( ), for furnishing materials, labor, and equipment necessary for the completion of Project # The sum set forth in this Paragraph shall constitute the Contract Price which shall not be modified except by Change Order as provided in this Contract. Actual quantities used for the subject work will be verified and paid using unit pricing as detailed in Request for Proposal Document, unless stipulated as lump sum. ARTICLE V PAYMENT OF THE CONTRACT PRICE 5.1 Payment Procedure Based upon the Contractor's applications and certificates for payment issued to the Owner, Owner shall make progress payments to the Contractor to be applied toward the Contract Price On or before the tenth day of each month after commencement of the work, the Contractor shall submit an Application for Payment for the period ending the last day of the prior month to the Owner in such form and manner, and with such supporting data and content, as the Owner may reasonably require. Therein, the Contractor may request payment for ninety percent (90%) of that portion of the Contract Price properly allocable to Contract requirements properly provided, i.e., labor, materials and equipment properly incorporated in the work plus ninety percent (90%) of that portion of the Contract Price properly allocable to materials or equipment incorporated in the work, less the total amount of previous payments received from the Owner for such labor, materials, and equipment. Such Application for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the work has been properly performed in full accordance with this Contract. When Owner determines amounts requested to be properly owing to the Contractor, the Owner shall make partial payments on account of the Contract Price to the Contractor on a day to be determined each month in which application for payment is made The Contractor warrants that upon submittal of an Application for Payment, all work for which payments have been received from the Owner shall be free and clear of liens, claims, security interest or other encumbrances in favor of the Contractor or any other person or entity whatsoever. The Contractor shall promptly pay each Subcontractor out of the amount paid to the Contractor on account of such Subcontractor's work, the amount to which such Subcontractor is entitled. In the event the Owner becomes informed that the Contractor has not paid a Subcontractor as herein provided, the Owner shall have the right, but not the duty, to issue future checks in payment to the Contractor of amounts otherwise due hereunder naming the Contractor and such Subcontractor as joint payees. 3

30 5.1.4 No progress payment, nor any use or occupancy of the Project by the Owner, shall be interpreted to constitute an acceptance of any work not in compliance with this Contract. 5.2 Withheld Payment The Owner may decline to make payment, may withhold funds, and, if necessary, may demand the return of some or all of the amounts previously paid to the Contractor to protect the Owner from loss because of: a) Defective work not remedied by the Contractor; b) Claims of third parties against the Owner; c) Failure by the Contractor to pay Subcontractors or others in a prompt and proper fashion; d) Evidence that the balance of the work cannot be completed in accordance with the Contract for the unpaid balance of the Contract Price; e) Evidence that the work will not be completed in the time required for substantial or final completion; f) Persistent failure to carry out the work in accordance with the Contract; or g) Damage to the Owner or a third party to whom the Owner is, or may be, liable 5.3 Completion and Final Payment When all of the work is finally complete and the Contractor is ready for a final inspection, Contractor shall notify the Owner in writing. Thereupon, the Owner will make final inspection of the work and, if the work is complete in compliance with this Contract and this Contract has been fully performed, then the Contractor will promptly issue a final Application for Payment certifying to the Owner that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld pursuant to this Contract The Contractor shall not be entitled to final payment unless and until the Contractor submits to the Purchasing Department an affidavit that all payrolls, invoices for materials and equipment, and other liabilities connected with the work for which the Owner or the Owner's property might be responsible, have been fully paid or otherwise satisfied; releases and waivers of lien from all Subcontractors of the Contractor and of any and all other parties required by the Project Manager or the Owner; and consent of the Surety to final payment. If any third party fails or refuses to provide a release of claim or waiver of lien as required by the Owner, the Contractor shall furnish a bond satisfactory to the Owner to discharge any such lien or indemnify the Owner from liability The Owner shall make final payment of all sums due the Contractor within thirty (30) days of the Project Manager s execution of a final Certificate for Payment Acceptance of final payment shall constitute a waiver of all claims against the Owner by the Contractor except for those claims previously made in writing against the Owner by the Contractor, pending at the time of final payment, and identified in writing by the contractor as unsettled at the time of its request for final payment. 4

31 5.3.5 Payment shall be made at the unit rates as set out in the Pricing Schedule submitted by the Contractor for the Work for the quantities actually installed into the Work except as follows: (a) There are no exceptions. ARTICLE VI THE OWNER 6.1 Information, Services and Things Required From Owner The Owner shall furnish to the Contractor, at the time of executing this Contract, any and all written and tangible material in its possession that are necessary to facilitate the completion of this project in a timely manner, if any Excluding permits and fees normally the responsibility of the Contractor, the Owner shall obtain all approvals, easements, and the like required for construction The Owner shall furnish the Contractor, free of charge, three copies of the Contract Documents for execution of the Work. 6.2 Right to Stop Work If the Contractor fails or refuses to perform the work in accordance with this Contract, the Owner may order the Contractor to stop the work, or any described portion thereof, until the cause for stoppage has been corrected, no longer exists, or the Owner orders that work be resumed. In such event, the Contractor shall immediately obey such order. The stop work order referenced herein must be in writing and must specify in detail the alleged failure of the Contractor in accordance with the contract documents. 6.3 Owner's Right to Perform Work If the Contractor's work is stopped by the Owner under Paragraph 6.2 and the Contractor fails within seven (7) days of such stoppage to provide adequate assurance to the Owner that the cause of such stoppage will be eliminated or corrected, then the Owner may, without prejudice to any other rights or remedies the Owner may have against the Contractor, proceed to carry out the subject work. In such a situation, an appropriate Change Order shall be issued deducting from the Contract Price the cost of correcting the subject deficiencies, plus compensation for the Project Manager's additional services and expenses necessitated thereby, if any. If the unpaid portion of the Contract Price is insufficient to cover the amount due the Owner, then the Contractor shall pay the difference to the Owner. ARTICLE VII THE CONTRACTOR 7.1 The Contractor shall perform the work strictly in accordance with this Contract. 7.2 The Contractor shall supervise and direct the work using the Contractor's best skill, effort and attention. The Contractor shall be responsible to the Owner for any and all acts or omissions of the Contractor, its employees, subcontractors, and others engaged in the work on behalf of the Contractor. 5

32 7.3 Warranty The Contractor warrants to the Owner that all labor furnished to progress the work under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first-class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the work will be of good quality, free from faults and defects and in strict conformance with this Contract. All work not conforming to these requirements may be considered defective. 7.4 The Contractor shall obtain and pay for all permits, fees and licenses necessary and ordinary for the work. The Contractor shall comply with all lawful requirements applicable to the work and shall give and maintain any and all notices required by applicable law pertaining to the work. 7.5 Supervision The Contractor shall employ and maintain at the Project site only competent supervisory personnel. Absent written instruction from the Contractor to the contrary, the superintendent shall be deemed the Contractor's authorized representative at the site and shall be authorized to receive and accept any and all communications from the Owner. 7.6 Cleaning the Site and the Project The Contractor shall keep the site reasonably clean during performance of the work. Upon final completion of the work, the Contractor shall clean the site and the Project and remove all waste, together with all of the Contractor's property. 7.7 Access to Work The Owner and the Project Manager shall have access to the work at all times from commencement of the work through final completion. The Contractor shall take whatever steps necessary to provide access when requested. 7.8 Indemnity To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner from and against liability, claims, damages, losses and expenses, including attorneys' fees, arising out of or resulting from performance of the work, provided that such liability, claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable In claims against any person or entity indemnified under this Paragraph 7.8 by an employee of the Contractor, a Subcontractor, any one directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Paragraph 7.8 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. ARTICLE VIII CONTRACT ADMINISTRATION 6

33 8.1 Administration The Dawson County Project Manager shall be the Owner's representative from the effective date of this Contract until final payment has been made for work site operations. Any and all change orders must be submitted through the Dawson County Project Manager, named here as Bob Ivey The Owner and the Contractor shall communicate with each other in the first instance through the Project Manager for all site work The Owner's Representative shall be the initial interpreter of the requirements of the drawings and specifications and the judge of the performance by the Contractor The Owner's Representative shall have authority to reject work that is defective or does not conform to the requirements of this Contract The Owner's Representative will review the Contractor's Applications for Payment and will certify those amounts then due the Contractor as provided in this Contract The Owner's Representative, shall, upon request from the Contractor, conduct inspections to determine the date of final completion, will receive records, written warranties and related documents required by this contract and will issue a final Certificate for Payment upon compliance with the requirements of this Contract. 8.2 Claims by the Contractor All Contractor claims shall be initiated by written notice and claim to the Owner attention the Purchasing Department. Such written notice and claim must be furnished within seven (7) days after occurrence of the event or the first appearance of the condition giving rise to the claim Pending final resolution of any claim of the Contractor, the Contractor shall diligently proceed with performance of this Contract and the Owner shall continue to make payments to the Contractor in accordance with this Contract. The resolution of any claim under this paragraph 8.3 shall be reflected by a Change Order executed by the Owner and the Contractor Claims for Concealed and Unknown Condition - If concealed and unknown conditions are encountered in the performance of the Work (a) below the surface of the ground or (b) in an existing structure be at variance with the conditions indicated by this Contract or if unknown conditions of an unusual nature differing materially from those ordinarily encountered in the area and generally recognized as inherent in the Work of the character provided for in this contract be encountered, then the Contract Price shall be equitably adjusted by Change Order upon the written notice and claim by either party made within seven days after the first observance of the condition. As a condition precedent to the Owner having any liability to the Contractor for concealed or unknown conditions, the Contractor must give the Owner written notice of, and an opportunity to observe, the condition prior to disturbing it. The failure by the Contractor to make the written notice and claim as provided in this Subparagraph shall constitute a waiver by the Contractor of any claim arising out of or relating to such concealed or unknown condition Claims for Additional Costs If the Contractor wishes to make a claim for an increase in the Contract Price, then as a condition precedent to any liability of the Owner, the Contractor shall give the Owner written notice of such claim within seven days after the occurrence of the event or the first appearance of the condition giving rise to such claim. Such notice shall be given by the Contractor before proceeding to execute any 7

34 additional or changed Work. The failure by the Contractor to give such notice and to give such notice prior to executing the Work shall constitute a waiver of any claim for additional compensation In connection with any claim by the Contractor against the Owner for compensation in excess of the Contract Price, any liability of the Owner for the Contractor's costs shall be strictly limited to direct costs incurred by the Contractor and shall in no event include indirect costs or consequential damages of the Contractor. The Owner shall not be liable to the Contractor for claims of third parties, including Subcontractors, unless and until liability of the Owner has been established in a court of competent jurisdiction Claims for Additional Time If the Contractor is delayed in progressing any task, which at the time of delay is then critical or which during the delay becomes critical, as the sole result of any act or neglect to act by the Owner or someone acting on the Owner's behalf or by changes ordered in the work, unusual delay in transportation, unusually adverse weather conditions not reasonably anticipated, fire or any causes beyond the Contractor's control, then the date for achieving completion of the work shall be extended upon the written notice and claim of the Contractor to the Owner s Representative for such reasonable time as the Owner's representative may determine. Any notice and claim for an extension of time by the Contractor shall be made not more than fifteen (15) days after the occurrence of the event or the first appearance of the condition giving rise to the claim and shall set forth in detail the Contractor's basis for requiring additional time in which to complete the Project Claims for Weather Delays Claims for weather delays shall not be considered unless work is not feasible for more than one-half of a day due to weather conditions. Claims for weather delays shall not be considered for Sundays unless the Contractor consistently works on Sundays prior to the claim. Weather Days are to be turned in within four weeks of the occurrence. 9.1 Changes Permitted ARTICLE IX CHANGES IN THE WORK Changes in the work within the general scope of this Contract consisting of additions, deletions, revisions, or any combination thereof may be ordered without invalidating this Contract by Change Order. Change Orders are to be processed through the Dawson County Project Manager with the County Manager s signature required as authorization Changes in the work shall be performed under applicable provisions of this Contract and the Contractor shall proceed promptly with such changes. 9.2 Change Order Defined Change Order shall mean a written order to the Contractor executed by the Owner, issued after execution of this Contract, authorizing and directing a change in the work or an adjustment in the Contract Price or the Contract Time. The Contract Price and the Contract Time may be changed only by Change Order. 8

35 9.3 Changes in the Contract Price Any change in the Contract Price resulting from a Change Order shall be determined as follows: (a) by mutual agreement between the Owner and the Contractor as evidenced by (1) the change in the Contract Price being set forth in the Change Order, (2) such change in the contract Price, together with any conditions or requirements related thereto, being initialed by both parties and (3) the Contractor's execution of the Change Order, or (b) if no mutual agreement occurs between the Owner and the Contractor, then as provided in Subparagraph below If no mutual agreement occurs between the Owner and the contractor as contemplated in Subparagraph above, the change in the Contract Price, if any, shall then be determined by the Owner on the basis of the reasonable expenditures or savings of performing, deleting or revising the work attributable to the change, including, in the case of an increase or decrease in the Contract Price, a reasonable allowance for direct job site overhead and profit. In such case, the Contractor shall present, in such form and with such content as the Owner requires, an itemized accounting of such expenditures or savings, plus appropriate supporting data for inclusion in a Change Order If unit prices are provided in the Contract and if the quantities contemplated are so changed in a proposed Change Order that application of such unit prices to the quantities of Work proposed will cause substantial inequity to the Owner or to the Contractor, then the applicable unit prices shall be equitably adjusted. 9.4 Notice to Surety; Consent The Contractor shall notify and obtain the consent and approval of the Contractor's surety with reference to all Change Orders if such notice, consent and approval are required by the Contractor's surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's warranty to the Owner that the surety has been notified of and consents to, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto. ARTICLE X CONTRACT TERMINATION 10.1 Termination by the Contractor If the work is stopped for a period of ninety (90) days by an order of any court or other public authority or as a result of an act of the Government, through no fault of the Contractor or any person or entity working directly or indirectly for the Contractor, the Contractor may, upon ten (10) days' written notice to the Owner, terminate performance under this contract and recover from the Owner payment for the actual reasonable expenditures of the Contractor for all work executed If the Owner shall persistently or repeatedly fail to perform any material obligation to the Contractor for a period of thirty (30) days after receiving written notice from the Contractor of its intent to terminate hereunder, then the Contractor may terminate performance under this Contract by written notice to the Owner. In such event, the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the Contractor's performance under this Contract for convenience pursuant to Subparagraph

36 10.2 Termination by the Owner For Convenience The Owner may for any reason whatsoever terminate performance under this Contract by the contractor for convenience. The Owner shall give written notice of such termination to the Contractor specifying when termination becomes effective The Contractor shall incur no further obligations in connection with the work and the Contractor shall stop work when such termination becomes effective. The Contractor shall also terminate outstanding orders and subcontracts. The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. The Owner may direct the Contractor to assign the Contractor's right, title and interest under terminated orders or subcontracts to the Owner or its designee The Contractor shall transfer title and deliver to the Owner such completed or partially completed work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has (a) The Contractor shall submit a termination claim to the Owner specifying the amounts due because of the termination for convenience together with costs, pricing or other data required by the Owner. If the Contractor fails to file a termination claim within one (1) year from the effective date of termination, then the Owner shall pay the Contractor an amount derived in accordance with subparagraph (c) below. (b) The Owner and the Contractor may agree to the compensation, if any, due to the Contractor hereunder. (c) Absent agreement of the amount due to the contractor, the Owner shall pay the Contractor the following amounts: i. Contract prices for labor, materials, equipment and other services accepted under this Contract; ii. Reasonable costs incurred in preparing to perform and in performing the terminated portion of the work, and in terminating the Contractor's performance, plus a fair and reasonable allowance for overhead and profit thereon (such profit shall not include anticipated profit or consequential damages); provided however, that if it appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included, and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; iii. Reasonable costs of settling and paying claims arising out of the termination of subcontracts or orders pursuant to Subparagraph of this Paragraph. These costs shall not include amounts paid in accordance with other provisions hereof; iv. The total sum to be paid the Contractor under this Subparagraph shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 10

37 For Cause If the Contractor persistently or repeatedly refuses or fails to prosecute the work in a timely manner, supply enough properly skilled workers, supervisory personnel or proper equipment or materials, or it fails to make prompt payment to Subcontractors or for materials or labor, or persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a material provision of this Contract, then the Owner may by written notice to the Contractor, without prejudice to any other right or remedy, terminate the employment of the contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever methods it may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished If the unpaid balance of the Contract Price exceeds the cost of finishing the work, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, then the Contractor shall pay the difference to the Owner. This obligation for payment shall survive the termination of the Contract In the event the employment of the Contractor is terminated by the Owner for cause pursuant to subparagraph and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Termination for Convenience under Subparagraph and the provisions of Subparagraph shall apply. ARTICLE XI INSURANCE 11.1 Contractor's Insurance Requirements The Contractor shall maintain in full force and effect at all times during the Contract period Comprehensive General Liability Insurance in an amount equal to One Million ($1,000,000.00) Dollars The Contractor shall provide to the Owner Certificates of Insurance naming the Owner as additional insured party under the policy or policies of Comprehensive General Liability Insurance required by Paragraph The insurance policy or policies as aforesaid shall provide that thirty (30) days written notice be given to the Owner prior to cancellation thereof The Contractor shall maintain in full force and effect at all times during the Contract period Workers' Compensation Insurance as provided by Georgia law. ARTICLE XII MISCELLANEOUS 12.1 Governing Law This Agreement is to be governed by the law of the State of Georgia and venue for any dispute shall be Dawson County, Georgia 12.2 Successors and Assigns The Owner and Contractor bind themselves, their successors, assigns and legal representatives to the other party hereto and to successors, assigns and legal representatives of such other 11

38 party in respect to covenants, agreements and obligations contained in this Contract. The Contractor shall not assign this Contract without written consent of the Owner Surety Bonds The Contractor shall furnish separate performance and payment bonds to the Owner. Each bond shall set forth a penal sum in an amount not less than the contract Price. Each bond furnished by the Contractor shall incorporate by reference the terms of this Contract as fully as though they were set forth verbatim in such bonds. In the event the Contract Price is adjusted by Change Order executed by the Contractor, the penal sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shall be executed by a surety, or sureties, reasonably suitable to the Owner. IN WITNESS WHEREOF, the Undersigned have set their hands and seals on the day and date appearing below the signatures of their authorized representatives. OWNER: DAWSON COUNTY, GEORGIA CONTRACTOR: By: Name: Title: Date: By: Name: Title: Date: Attest: Attest: By: Name: Title: County Clerk By: Name: Title: 12

39 DAWSON COUNTY GOVERNMENT CENTER CANOPY TABLE OF CONTENTS TABLE OF CONTENTS CONSTRUCTION PRODUCTS AND ACTIVITIES Section Title General Requirements Subgroup DIVISION 01 - GENERAL REQUIREMENTS Summary of Work Contract Modification Procedures Payment Procedures Project Management and Coordination Construction Progress Documentation Submittal Procedures Request for Information Procedures Quality Requirements Tests and Special Inspections References Product Requirements Execution Requirements Cutting and Patching Closeout Procedures Warranties Facility Construction Subgroup DIVISION 03 CONCRETE Cast- In-Place Concrete DIVISION 04 MASONRY Masonry Mortar and Grout Masonry Anchorage and Reinforcement Clay Masonry Units Cast Stone Masonry Lightweight Cast Stone Masonry DIVISION 10 SPECIALTIES Prefabricated Aluminum Canopy

40 DAWSON COUNTY GOVERNMENT CENTER CANOPY TABLE OF CONTENTS Facility Services Subgroup DIVISION 26 ELECTRICAL Common Work Results for Electrical Low Voltage Electrical Power Conductors and Cables Hangers and Supports for Electrical Systems Raceway and Boxes for Electrical Systems Exterior Lighting Fixtures Site and Infrastructure Subgroup DIVISION 32 EXTERIOR IMPROVEMENTS Unit Paving DIVISION 33 UTILITIES Sub drainage End of Section

41 PROJECT MANUAL Project: DAWSON COUNTY GOVERNMENT CENTER CANOPY 25 Justice Way Dawsonville, Georgia Owner: DAWSON COUNTY BOARD OF COMMISSIONERS 25 Justice Way Dawsonville, Georgia Architect: Two Peachtree Pointe, 1555 Peachtree Street N.E., Suite 800. Atlanta, Georgia (404) ISSUE DATE: August 22, 2016

42 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUMMARY SECTION 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, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Products ordered in advance. 4. Use of premises. 5. Owner's occupancy requirements. 6. Work restrictions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Dawson County Government Center, Project # Project Location: 25 Justice Avenue, Dawsonville, GA B. Owner: Dawson County Board of Commissioners 1. Owner's Representative: James Tolbert, Facilities Director James Tolbert, Facilities Director Telephone (706) x60054 C. Architect Identification: The Contract Documents, were prepared for Project by: Rosser International Inc Peachtree Street, NW Atlanta, Georgia D. The Work consists of the following: 1. The Work includes a. Selected renovation of existing site hardscape. b. Construction of a new Government Center Canopy. 2. Canopy construction consists of an approximate 250 linear feet, covering an existing five foot wide sidewalk. 3. General listing of building products a. Exterior masonry b. Precast and simulated precast cladding c. Prefabricated Aluminum Canopy d. Concrete foundations 4. Exterior Canopy drainage 5. Electrical Canopy lighting 1.4 TYPE OF CONTRACT A. Project will be constructed under a single prime contract, AIA Document A101.

43 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUMMARY B. The Work shall be conducted in one (1) phase. C. Before commencing work, submit for approval a detailed schedule that shall include the sequencing of trades, commencement and completion dates of the Work. 1.5 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as coordinated with owner project manager. B. Use of Site: Limit use of premises to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Existing Government Center Operations a. Existing Government Center shall stay in operations during the construction of the new canopy. b. Keep access for the Owner and the general public to the existing Government Center until the new canopy is complete, including handicap accessibility. 2. Limits: Confine constructions operations to minimum needed during construction. a. Coordinate any staging areas with Owner s facility director, James Tolbert. 3. Driveways and Entrances: a. Keep driveways, parking, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, general public and emergency vehicles at all times. Do not use these areas for contractor employee parking or storage of construction materials. b. Maintain access to existing jail, existing Sallyport, existing Courthouse, and existing support spaces at all times. Coordinate and schedule any and all access modifications to the Sallyport with the Owner. c. Schedule construction deliveries to minimize space and time requirements for storage of materials and equipment on-site. 1.6 WORK RESTRICTIONS A. On-Site Work Hours: Work shall be generally performed inside the existing building during normal business working hours of 7:00 AM to 5:30 PM, Monday through Friday, except otherwise indicated. 1. Weekend Hours: Saturdays and Sundays On-site work cannot begin before 7:00 AM and shall be concluded no later than 9:00 PM. 2. Early Morning Hours: Work cannot begin On-site until after 7:00 AM. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Architect and Owner not less than five (5) days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions or Core Drilling without Owner's written permission. C. Nonsmoking Buildings: Smoking is not permitted within the existing buildings or within 25 feet (8 m) of entrances, operable windows, or outdoor air intakes. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION

44 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONTRACT MODIFICATION PROCEDURES SECTION CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section specifies administrative and procedural requirements for handling and processing Contract modifications. 1.3 BULLETINS A. Proposed changes to the Scope of the Work will be issued to the Contractor in the form of numbered, individual Bulletins. Bulletins may consolidate several changes into a single Bulletin, and a single Bulletin may include only one change. B. Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Bulletins issued by Architect are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in the Bulletin after receipt of Bulletin, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 3. Failure to provide quotation in time indicated shall be construed as if there is no resultant cost or schedule impact from the Bulletin. 1.4 CONTRACTOR-INITIATED PROPOSALS A. If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change.

45 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONTRACT MODIFICATION PROCEDURES 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 Section "Product Requirements" if the proposed change requires substitution of one product or system for product or system specified. B. Proposal Request Form: Use AIA Document G709 for Proposal Requests. 1.5 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.6 CHANGE ORDERS A. On Owner's approval of a Bulletin or a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714 form. 1. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 2. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: 1. Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 2. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION

46 DAWSON COUNTY GOVERNMENT CENTER CANOPY PAYMENT PROCEDURES SECTION PAYMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including the following: a. Application for Payment forms with Continuation Sheets. b. Submittals Schedule. c. Contractor's Construction Schedule. 2. Submit the Schedule of Values to Architect at earliest possible date but no later than 14 days before the date scheduled for submittal of initial Applications for Payment. 3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Provide several line items for principal subcontract amounts, where appropriate. B. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section, including Division 1 Sections. 1. Identification: Include the following Project identification on the transmittal accompanying the Schedule of Values: a. Project name and location. b. Name of Architect. c. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Use AIA Document G703 Continuation Sheets. Complete the following: a. Column A: Number lines items sequentially. b. Column B: Indicate Section number and title. 1) If necessary to fully explain Scope of Work, break apart different work items within an individual section. 2) Identify line item with Section number with sub number and title. c. Column C: Indicate the total dollar value for this portion of the Work.

47 DAWSON COUNTY GOVERNMENT CENTER CANOPY PAYMENT PROCEDURES 3. Round amounts to nearest whole dollar; total shall equal the Contract Sum. Leave remaining columns blank. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction Work covered by each Application for Payment is the period indicated in this Document. C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 3. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. Include each Change Order as a new line item. E. Transmittal: Submit 5 signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. 1. Include copies of waivers of lien and similar attachments if required. 2. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. F. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from every entity who is lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item, submit final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Submit final Application for Payment with or preceded by final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to Owner. G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule. 4. Products list. 5. Submittals Schedule. 6. List of Contractor's staff assignments. 7. Copies of building permits.

48 DAWSON COUNTY GOVERNMENT CENTER CANOPY PAYMENT PROCEDURES 8. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 9. Initial progress report. 10. Report of preconstruction conference. 11. Certificates of insurance and insurance policies. 12. Performance and payment bonds. 13. Data needed to acquire Owner's insurance. H. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. I. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 4. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 5. AIA Document G707, "Consent of Surety to Final Payment." 6. Evidence that claims have been settled. 7. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 8. Final, liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION

49 DAWSON COUNTY GOVERNMENT CENTER CANOPY PROJECT MANAGEMENT AND COORDINATION SECTION PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings. B. Related Sections include the following: 1. Division 1 Section REQUEST FOR INFORMATION PROCEDURES for preparing and submitting requests for interpretations. 2. Division 1 Section PRODUCT REQUIREMENTS for coordinating general requirements for delivery, storage, handling and installation of materials and equipment. 3. Division 1 Section EXECUTION REQUIREMENTS for procedures for coordinating general installation of products, examination of existing conditions and progress cleaning. 4. Division 1 Section CLOSEOUT PROCEDURES for coordinating closeout of the Contract. 1.3 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. 1. Include such items as required notices, reports, and list of attendees at meetings. 2. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values.

50 DAWSON COUNTY GOVERNMENT CENTER CANOPY PROJECT MANAGEMENT AND COORDINATION 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre-installation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities. 1.4 SUBMITTALS A. Coordination Drawings: Prepare coordination drawings where careful coordination is needed for installation of products and materials fabricated by separate entities. Prepare coordination drawings where limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Indicate project-specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. 2. Include the following information, as applicable: a. Show the relationship of components shown on separate Shop Drawings. b. Indicate required installation sequences. c. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 3. Failure on the part of the Contractor to properly coordinate installation of the various trades will not be considered changes to the Contract. 4. Comply with requirements contained in Division 1 Section SUBMITTAL PROCEDURES. B. Key Personnel Names: Within 15 days after execution of the Agreement, submit a list of key personnel assignments, including, project manager, superintendent and other personnel in attendance at Project site. 1. Identify individuals and their duties and responsibilities; list addresses and office telephone numbers. 2. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. 1.5 PROJECT MEETINGS A. Schedule and conduct meetings and conferences at Project site. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work.

51 DAWSON COUNTY GOVERNMENT CENTER CANOPY PROJECT MANAGEMENT AND COORDINATION 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Use of the premises. l. Work restrictions. m. Owner's occupancy requirements. n. Construction waste management and recycling. o. Parking availability. p. Office, work, and storage areas. q. Equipment deliveries and priorities. r. Security. s. Progress cleaning. t. Working hours. 3. Minutes: Record and distribute meeting minutes. C. Pre-installation Conferences: Conduct a pre-installation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. The Contract Documents. b. Options. c. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Possible conflicts. i. Compatibility problems. j. Time schedules. k. Weather limitations. l. Manufacturer's written recommendations. m. Warranty requirements. n. Compatibility of materials. o. Acceptability of substrates. p. Temporary facilities and controls. q. Space and access limitations. r. Regulations of authorities having jurisdiction. s. Testing and inspecting requirements. t. Installation procedures. u. Coordination with other work. v. Required performance results.

52 DAWSON COUNTY GOVERNMENT CENTER CANOPY PROJECT MANAGEMENT AND COORDINATION w. Protection of adjacent work. x. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. 5. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. D. Progress Meetings: Conduct progress meetings at monthly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. 1) Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. 2) Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 3) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 3. Minutes: Record the meeting minutes. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. a. Include a brief summary, in narrative form, of progress since the previous meeting and report.

53 DAWSON COUNTY GOVERNMENT CENTER CANOPY PROJECT MANAGEMENT AND COORDINATION b. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. E. Coordination Meetings: Conduct Project coordination meetings at monthly intervals. Project coordination meetings are in addition to specific meetings held for other purposes, such as progress meetings and pre-installation conferences. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of the previous coordination meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Combined Contractor's Construction Schedule: Review progress since the last coordination meeting. 1) Determine whether each contract is on time, ahead of schedule, or behind schedule, in relation to Combined Contractor's Construction Schedule. 2) Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. 3) Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b. Schedule Updating: Revise Combined Contractor's Construction Schedule after each coordination meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with report of each meeting. c. Review present and future needs of each contractor present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Change Orders. 3. Reporting: Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION

54 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONSTRUCTION PROGRESS DOCUMENTATION 0SECTION CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. 3. Submittals Schedule. 4. Daily construction reports. 5. Material location reports. 6. Field condition reports. 7. Special reports. B. Related Sections include the following: 1. Division 1 Section PAYMENT PROCEDURES for submitting the Schedule of Values. 2. Division 1 Section PROJECT MANAGEMENT AND COORDINATION for submitting and distributing meeting and conference minutes. 3. Division 1 Section SUBMITTAL PROCEDURES for submitting schedules and reports. 4. Division 1 Section QUALITY REQUIREMENTS for submitting a schedule of tests and inspections. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. Cost Loading: The allocation of the Schedule of Values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum, unless otherwise approved by Architect. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Event: The starting or ending point of an activity. E. Float: The measure of leeway in starting and completing an activity. 1. Float time belongs to Owner as advised by Architect. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity.

55 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONSTRUCTION PROGRESS DOCUMENTATION 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. F. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. G. Major Area: A story of construction, a separate building, or a similar significant construction element. H. Milestone: A key or critical point in time for reference or measurement. I. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships. J. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled. 1.4 SUBMITTALS A. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval. B. Preliminary Construction Schedule: Submit two opaque copies. Approval of cost-loaded preliminary construction schedule will not constitute approval of Schedule of Values for cost-loaded activities. C. Contractor's Construction Schedule: Submit two opaque copies of initial schedule, large enough to show entire schedule for entire construction period. D. Daily Construction Reports: Submit two copies at monthly intervals. E. Material Location Reports: Submit two copies at monthly intervals. F. Field Condition Reports: Submit two copies at time of discovery of differing conditions. G. Special Reports: Submit two copies at time of unusual event. 1.5 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence.

56 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONSTRUCTION PROGRESS DOCUMENTATION PART 2 - PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 3. Updated monthly to reflect current status and changes in timing for submittals. 4. Submittals will not be reviewed by Architect until Submittals Schedule has been submitted and approved. B. Preparation: From date established in Construction Schedule for the event to occur, back up time frame indicated below. This establishes Submittal Date. 1. Make submittal on or before Submittal Date to prevent delaying the Work. 2. Submittal may be made prior to Submittal Date but Architect is not obligated to commence review until 3 days after Submittal Date. 3. Use the following time frames for determining Submittal Dates: a. Allow 3 days for shipping submittal from Contractor to Architect. b. Allow number of days indicated in Division 1 Section SUBMITTAL PROCEDURES for architect to review submittal. c. Allow 3 days for shipping submittal from Architect to Contractor. d. Determine days for time required to revise submittal. e. Allow 3 days for shipping submittal from Contractor to Architect. f. Allow number of days indicated in Division 1 Section SUBMITTAL PROCEDURES for Architect to review resubmittal. g. Allow 3 days for shipping resubmittal from Architect to Contractor. h. Determine days for time required to place order and for shipping materials or products from the date of event indicated on the construction schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section SUBMITTAL PROCEDURES in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include not less than days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as

57 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONSTRUCTION PROGRESS DOCUMENTATION follows in schedule, and show how the sequence of the Work is affected. 1. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in Division 1 Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 2. Work Restrictions: Show the effect of the following items on the schedule: a. Use of premises restrictions. b. Provisions for future construction. c. Seasonal variations. d. Environmental control. 3. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Subcontract awards. b. Submittals. c. Purchases. d. Fabrication. e. Sample testing. f. Deliveries. g. Installation. h. Tests and inspections. i. Adjusting. j. Curing. k. Startup and placement into final use and operation. 4. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Completion of electrical installation. c. Substantial Completion. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. E. Cost Correlation: At the head of schedule, provide a cost correlation line, indicating planned and actual costs. On the line, show dollar volume of the Work performed as of dates used for preparation of payment requests. 1. Refer to Division 1 Section PAYMENT PROCEDURES for cost reporting and payment procedures. 2. Contractor shall assign cost to construction activities on the CPM schedule. Costs shall not be assigned to submittal activities unless specified otherwise but may, with Architect's approval, be assigned to fabrication and delivery activities. Costs shall be under required principal subcontracts for testing and commissioning activities, operation and maintenance manuals, punch list activities, Project Record Documents, and demonstration and training (if applicable), in the amount of 5 percent of the Contract Sum. 3. Each activity cost shall reflect an accurate value subject to approval by Architect. 4. Total cost assigned to activities shall equal the total Contract Sum. F. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. 2.3 PRELIMINARY CONSTRUCTION SCHEDULE A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule within fourteen days of date established for the Notice to Proceed.

58 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONSTRUCTION PROGRESS DOCUMENTATION B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. 2.4 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE) A. General: Prepare network diagrams using AON (activity-on-node) format. B. Preliminary Network Diagram: Submit diagram within 14 days of date established for the Notice to Proceed. Outline significant construction activities for the first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. C. CPM Schedule: Prepare Contractor's Construction Schedule using a computerized time-scaled CPM network analysis diagram for the Work. 1. Develop network diagram in sufficient time to submit CPM schedule so it can be accepted for use no later than 30 days after date established for the Notice to Proceed. 2. Conduct educational workshops to train and inform key Project personnel, including subcontractors' personnel, in proper methods of providing data and using CPM schedule information. 3. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 4. Use "one workday" as the unit of time. Include list of nonworking days and holidays incorporated into the schedule. 5. Failure to include any work item required for performance of this Contract shall not excuse Contractor from completing all work within applicable completion dates, regardless of Architect's approval of the schedule D. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the preliminary network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. c. Purchase of materials. d. Delivery. e. Fabrication. f. Utility interruptions. g. Installation. h. Work by Owner that may affect or be affected by Contractor's activities. i. Testing and commissioning. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer-drawn, time-scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: a. Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. b. Subnetworks on separate sheets are permissible for activities clearly off the critical path. E. Initial Issue of Schedule: Prepare initial network diagram from a list of straight "early start-total float" sort. Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity.

59 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONSTRUCTION PROGRESS DOCUMENTATION 2. Description of activity. 3. Principal events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time. 9. Average size of workforce. 10. Dollar value of activity (coordinated with the Schedule of Values). F. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. G. Value Summaries: Prepare two cumulative value lists, sorted by finish dates. 1. In first list, tabulate activity number, early finish date, dollar value, and cumulative dollar value. 2. In second list, tabulate activity number, late finish date, dollar value, and cumulative dollar value. 3. In subsequent issues of both lists, substitute actual finish dates for activities completed as of list date. 4. Prepare list for ease of comparison with payment requests; coordinate timing with progress meetings. 2.5 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (refer to special reports). 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented. 15. Construction Change Directives received and implemented. 16. Services connected and disconnected. 17. Equipment or system tests and startups. 18. Partial Completions and occupancies. 19. Substantial Completions authorized. B. Material Location Reports: At monthly intervals, prepare and submit a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported

60 DAWSON COUNTY GOVERNMENT CENTER CANOPY CONSTRUCTION PROGRESS DOCUMENTATION plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fabricated or stored away from Project site. C. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for interpretation with a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. D. Special Reports: 1. When an event of an unusual and significant nature occurs at Project site, whether or not related directly to the Work, prepare and submit a special report. a. List chain of events, persons participating, response by Contractor's personnel, evaluation of results or effects, and similar pertinent information. b. Advise Owner and Architect in advance when these events are known or predictable. 2. Submit special reports directly to Architect and Owner within three days of an occurrence. Distribute copies of report to parties affected by the occurrence PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting using CPM scheduling. 1. In-House Option: Architect and Owner may waive the requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. B. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity. C. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION

61 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUBMITTAL PROCEDURES SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section PAYMENT PROCEDURES for submitting Applications for Payment and the Schedule of Values. 2. Division 1 Section PROJECT MANAGEMENT AND COORDINATION for submitting and distributing meeting and conference minutes and for submitting Coordination Drawings. 3. Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 4. Division 1 Section QUALITY REQUIREMENTS for submitting test and inspection reports and for mockup requirements. 5. Division 1 Section CLOSEOUT PROCEDURES for procedures concerning closeout submittals. 6. Divisions 2 through 17 Sections for specific requirements for submittals in those Sections. 7. Division 1 Section WARRANTIES for submitting warranties. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's responsive action. B. Informational Submittals: Written information that does not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.3 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. 3. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION for list of submittals and time requirements for scheduled performance of related construction activities. C. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches (150 by 200 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date.

62 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUBMITTAL PROCEDURES c. Name and address of Architect. d. Name and address of Contractor. e. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., ). 2) Resubmittals shall include an alphabetic suffix after another decimal point (e.g., A). f. Drawing number and detail references, as appropriate. g. Location(s) where product is to be installed, as appropriate. h. Other necessary identification. D. Deviations: Encircle or otherwise specifically identify deviations from the Contract Documents on submittals. E. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect. 2. Additional copies submitted for maintenance manuals will not be marked with action taken and will be returned. F. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. 1. Transmittal Form: Use AIA Document G810 or CSI Form 12.1A. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal. G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. PART 2 - PRODUCTS 2.1 SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Submit Product Data before or concurrent with Samples. 4. Number of Copies: a. Submit THREE (3) copies of Product Data, unless otherwise indicated.

63 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUBMITTAL PROCEDURES b. Architect will return one copy of submittal for Contractor to reproduce and distribute. Retain one copy of reviewed submittal with Architect s final action stamp as a Project Record Document and marked as such. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data.. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. l. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n. Seal and signature of professional engineer if specified. o. Wiring Diagrams: Differentiate between manufacturer-installed and field-installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by 40 inches (750 by 1000 mm). 3. Number of Copies: Submit three opaque (bond) copies of each submittal. Architect will return one copy. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 4. Samples for Initial Selection: a. Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. b. Number of Samples: Submit two full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected.

64 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUBMITTAL PROCEDURES 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. a. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. b. Number of Samples: Submit three sets of Samples. Architect will retain one Sample set; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule or List: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product. 2. Number and name of room or space. 3. Number of Copies: Submit three copies of product schedule or list, unless otherwise indicated. Architect will return two copies. Mark up and retain one returned copy as a Project Record Document. F. Submittals Schedule: Comply with requirements specified in Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION. G. Application for Payment: Comply with requirements specified in Division 1 Section PAYMENT PROCEDURES. H. Schedule of Values: Comply with requirements specified in Division 1 Section PAYMENT PROCEDURES." I. Coordination Drawings: Comply with requirements specified in Division 1 Section "PROJECT MANAGEMENT AND COORDINATION. J. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. K. Certificates: 1. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. 2. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project.

65 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUBMITTAL PROCEDURES 3. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. 4. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. 5. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. L. Schedule of Tests and Inspections: Comply with requirements specified in Division 1 Section "Quality Requirements." M. Test Reports: 1. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. 2. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. 3. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. 4. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. 5. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. N. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. O. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements specified in Division 1 Section "Operation and Maintenance Data." P. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers.

66 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUBMITTAL PROCEDURES Q. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. R. Manufacturer's Field Reports: Prepare written information documenting factory-authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. S. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. 2.2 DELEGATED DESIGN A. Performance and Design Criteria: 1. Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 2. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit three copies of a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. 2. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect.

67 DAWSON COUNTY GOVERNMENT CENTER CANOPY SUBMITTAL PROCEDURES B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S REVIEW A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. "NO EXCEPTIONS TAKEN" indicates that fabrication may begin on all items. 2. "MAKE CORRECTIONS NOTED" indicates that Contractor shall make the corrections indicated on the returned submittal. This notation will permit fabrication to begin on all items subject to the corrections indicated. 3. MAKE CORRECTIONS NOTED & RESUBMIT indicates that Contractor shall delay fabrication on items affected by the corrections, make appropriate changes and resubmit. 4. "REJECTED" indicates that the submission is unacceptable and requires resubmission. In the case of mock-up, reconstruction will be required. Contractor shall make corrections as noted and resubmit. Fabrication shall not begin on items covered by shop drawings bearing this notation. 5. "NOT REQUIRED FOR REVIEW" indicates that no submittal is required. C. If re-submittals are necessary, they shall be made as specified above for submittals. Re-submittals shall highlight all revisions made and cover shall include the phrase "RESUBMITTAL NO. ". D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. F. The Architect's review shall not be construed as an indication that submittal is correct or suitable nor that work represented by submittal complies with the Contract Documents, except as to matters of finish, color and other aesthetic matters left to the Architect's decision by the Contract Documents END OF SECTION

68 DAWSON COUNTY GOVERNMENT CENTER CANOPY REQUEST FOR INFORMATION (RFI) PROCEDURES SECTION REQUEST FOR INFORMATION (RFI) PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for submitting Requests for Information. B. Related Sections include the following: 1. Division 1 Section SUMMARY for information on Architect s personnel assigned as Project Document Administrator (PDA). 2. Division 1 Section PROJECT COORDINATION for requirements regarding posting of information on internet website. 1.3 DEFINITIONS A. Incomplete Request for Information IRFI: Any request by the Contractor that is deemed incomplete and/or vague, or is not submitted on the required form will be rejected and returned with a brief explanation to the Contractor. B. Non-Applicable Request : - NAR A Request for Information by the Contractor for information that in the Architect s professional opinion is readily apparent from reasonable observation of field conditions or review of the Contract Documents, or to be reasonably inferable therefrom. It will be rejected and returned with a brief explanation to the Contractor. C. Request for Information - RFI: A written request by Contractor for interpretation of an item pertaining to the Contract Documents that Contractor or Owner deemed is either ambiguous or missing from the contract documents. 1.4 COORDINATION A. Coordinate RFI responses with approved or un-submitted submittals. B. Architect reserves the right to withhold action on a submittal requiring coordination with another RFI until all related RFI response verification is received by Project Document Administrator. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 REQUESTS FOR INTERPRETATION PROCEDURES (RFI s) A. Procedure: If the need for interpretation of the Contract Documents is required, prepare and submit an RFI on the form specified. 1. Exercise due diligence to adequately and appropriately review the Contract Documents to determine answer to RFI prior to submitting.

69 DAWSON COUNTY GOVERNMENT CENTER CANOPY REQUEST FOR INFORMATION (RFI) PROCEDURES 2. If information is readily apparent from review of the Contract Documents, Architect will reject RFI. Architect will respond by indicating where information is located in the Contract Documents. 3. Complete all information requested on form as to the exact location or the question within the Contract Documents. Requests that are deemed incomplete, vague or contain numerous errors will be rejected. Architect will respond by asking for clarification. 4. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 5. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Form: Prepare RFI on Request for Interpretation form; a copy is included at the end of this Section. Use of other forms may be allowed if prior approval is obtained from Architect. C. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Field dimensions and conditions, as appropriate. 2. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 3. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. Supplementary drawings prepared by Contractor shall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments. D. Transmit RFI to PDA by method ensuring receipt within 24 hours. Number each RFI sequentially and date. E. Allow seven (7) days for Architect s review and response. 3.2 ARCHITECT S ACTION A. Upon receipt of RFI, PDA will forward to appropriate discipline and Project Manager. B. PDA will issue Response to Contractor by courier, US Mail, UPS, facsimile, or , as appropriate. END OF SECTION Attachment: Request for Interpretation Form

70 PROJECT: ARCHITECT S PROJECT NO: REQUEST FOR INTERPRETATION DAWSON COUNTY GOVERNMENT CENTER RFI No.: DATE: TO: AUTHORED BY: cc: PDA, Rosser International, Inc. RFI Subject: The following interpretation of the Contract Documents is requested in accordance with the General Conditions: Drawing No.: Detail No.: Other Reference: Specification Section No.: Article No.: Paragraph No.: Date Response Requested By: Description of Interpretation Needed: Attachments: Drawings Specification Other Signed: Printed Name Date: Response: Attachments: Drawings Specification Other Signed: Printed Name Date:

71 DAWSON COUNTY GOVERNMENT CENTER CANOPY QUALITY REQUIREMENTS SECTION 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 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality-assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections include the following: 1. Division 1 Section CUTTING AND PATCHING for repair and restoration of construction disturbed by testing and inspecting activities. 2. Divisions 2 through 17 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Preconstruction Testing: Tests and inspections that are performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria. D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with industry standards. E. Source Quality-Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop.

72 DAWSON COUNTY GOVERNMENT CENTER CANOPY QUALITY REQUIREMENTS F. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. I. Experienced: When used with an entity, "experienced" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 SUBMITTALS A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. B. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service. C. Reports: Prepare and submit certified written reports that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work.

73 DAWSON COUNTY GOVERNMENT CENTER CANOPY QUALITY REQUIREMENTS 1.5 QUALITY ASSURANCE A. General: Qualifications paragraphs in this Article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. C. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. F. Specialists: Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those operations. 1. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 2. Requirement for specialists shall not supersede building codes and regulations governing the Work. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an A2LA independent agency with the experience and capability to conduct testing and inspecting indicated, and with additional qualifications specified in individual Specification Sections; and where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. 3. A2LA: A testing agency accredited by the American Association for Laboratory Accreditation. H. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. c. Provide sizes and configurations of test assemblies, mockups, and laboratory mockups to adequately demonstrate capability of products to comply with performance requirements. d. Build site-assembled test assemblies and mockups using installers who will perform same tasks for Project. e. Build laboratory mockups at testing facility using personnel, products, and methods of construction indicated for the completed Work.

74 DAWSON COUNTY GOVERNMENT CENTER CANOPY QUALITY REQUIREMENTS f. When testing is complete, remove test specimens, assemblies, mockups, and laboratory mockups; do not reuse products on Project. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. 1.6 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. B. Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether specified or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. 2. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Division 1 Section "Submittal Procedures." D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar qualitycontrol services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination:

75 DAWSON COUNTY GOVERNMENT CENTER CANOPY QUALITY REQUIREMENTS 1. Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 2. Schedule times for tests, inspections, obtaining samples, and similar activities. 1.7 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner will engage a qualified testing agency and special inspector to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality-control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality-control service to Architect with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and re-inspecting corrected work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and modifications as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. 2. Comply with the Contract Document requirements for Division 1 Section "CUTTING AND PATCHING." B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services.

76 DAWSON COUNTY GOVERNMENT CENTER CANOPY QUALITY REQUIREMENTS END OF SECTION

77 DAWSON COUNTY GOVERNMENT CENTER CANOPY TESTS AND SPECIAL INSPECTIONS SECTION TESTS AND SPECIAL INSPECTIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for special inspections and testing required by the Code. B. Related Sections include the following: 1. Division 1 Section PROJECT MANAGEMENT AND COORDINATION for administrative provisions for coordinating construction operations on Project. 2. Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION for administrative and procedural requirements for documenting the progress of construction during performance of the Work. 3. Division 1 Section QUALITY REQUIREMENTS for quality assurance and quality control. 1.3 DEFINITIONS A. Code: International Building Code, 2012 edition, with Georgia Amendments. 1.4 SUBMITTALS A. Completed forms Contractor s Statement of Responsibility and Fabricator s Certificate of Compliance. Copy of these forms is included after the end of this Section. 1.5 QUALITY ASSURANCE A. Special Inspector and Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspection and testing agency shall report in writing to Architect and Contractor within 48 hours of testing. 1.6 ARCHITECT RESPONSIBILITY A. Architect has prepared a Statement of Special Inspections. Copy of this statement is included after the end of this Section. B. Architect has not prepared Quality Assurance Plans for seismic resistance and wind requirements. These plans are included after the end of this Section. These plans are not required based on wind loading and seismic design classification of the structure. C. Architect will review and take action on the following submittals: 1. Section Cast-In-Place Concrete a. Certificates of compliance of reinforcement mill tests. b. Design mixtures. c. Evaluation of compressive-strength tests.

78 DAWSON COUNTY GOVERNMENT CENTER CANOPY TESTS AND SPECIAL INSPECTIONS 2. Section Masonry Mortar and Grout: a. Certificates of compliance of mortar and grout materials. b. Design mixtures of mortar and grout. 3. Section Masonry Anchorage and Reinforcement: a. Certificates of compliance of masonry anchorage and reinforcement. 4. Section Clay Masonry Units a. Certificates of compliance of products. 5. Section Cast Stone Masonry: a. Material test reports. 6. Section Lightweight Cast Stone Masonry: a. Material test reports. 1.7 INSPECTION AND TESTING AGENCY RESPONSIBILITY A. Section Cast-In-Place Concrete: 1. Inspect reinforcing steel installation. a. Frequency: Prior to any pour. 2. Inspect cast-in-place bolts. 3. Verify use of required design mixture. 4. Concrete Sampling: Sample and test freshly mixed concrete according to ASTM C 172. a. Slump: ASTM C 143/C 143M. 1) One test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. b. Air Content: ASTM C 231, pressure method, for normal-weight concrete. 1) One test for each composite sample, but not less than one test for each day's pour of each concrete mixture. c. Air Content: ASTM C 173, volumetric method, for structural lightweight concrete. 1) One test for each composite sample, but not less than one test for each day's pour of each concrete mixture. d. Concrete Temperature: ASTM C 1064/C 1064M. 1) Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. e. Compression Test Specimens: ASTM C 31/C 31M. 1) Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. a) When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2) Cast and laboratory cure four standard cylinder specimens for each composite sample. 5. Inspect concrete placement, including conveying and depositing. a. Frequency: Whenever concrete is placed. 6. Perform Compressive-Strength Tests: ASTM C 39/C 39M. a. Test one specimen at 7 days and two specimens at 28 days. Reserve fourth specimen for 56 day test if directed by Architect. b. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. 7. Inspect concrete curing operations.

79 DAWSON COUNTY GOVERNMENT CENTER CANOPY TESTS AND SPECIAL INSPECTIONS a. Frequency: Whenever concrete is placed. B. Section Masonry Mortar and Grout: 1. Verify proportions of mortar and grout. a. Frequency: One inspection per day prior to installation whenever any installation occurs. 2. Observe preparation of grout Specimens. a. Frequency: Whenever masonry is laid. 3. Grout Test: For each mix provided, per ASTM C Test grout for compressive strength. a. Testing Frequency: One set of tests for each 5000 sq. ft. of wall area or portion thereof. C. Section Masonry Anchorage and Reinforcement: 1. Verify size, grade, and type of reinforcement. a. Frequency: One inspection per day prior to installation whenever any installation occurs. 2. Inspect anchorage of masonry to structural members, frames, or other construction. Verify type, size, and location of anchors. a. Frequency: One inspection per day during installation whenever any installation occurs on the embedded plates. 1.8 CONTRACTOR RESPONSIBILITY A. In addition to requirements specified in Division 1 Section QUALITY REQUIREMENTS, submit the following; 1. Completed and executed Contractor s Statement of Responsibility. Copy of form included after the end of this Section. 2. Through subcontract requirements, require the fabricator of the following systems to complete and execute Fabricator s Certificate of Compliance. Copy of form included after the end of this Section. a. Division 10 Section "Prefabricated Aluminum Canopy" 1.9 RETESTING A. Remove and replace installations of materials and products where test results indicate that it does not comply with specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. END OF SECTION Attachments: Quality Assurance Plans Contractor s Statement of Responsibility Fabricator s Certificate of Compliance Statement of Special Inspections

80 DAWSON COUNTY GOVERNMENT CENTER CANOPY TESTS AND SPECIAL INSPECTIONS Quality Assurance Plans Quality Assurance for Seismic Resistance: Seismic Design Category: B. Quality Assurance Plan Required (Y/N): N. Description of seismic force resisting system and designated seismic systems: Quality Assurance for Wind Requirements: Basic Wind Speed (3 second gust): 90 mph. Wind Exposure Category: B. Quality Assurance Plan Required (Y/N): N. Description of wind force resisting system and designated wind resisting components: Statement of Responsibility: Each contractor responsible for the construction or fabrication of a system or component designated above must submit a Statement of Responsibility.

81 DAWSON COUNTY GOVERNMENT CENTER CANOPY TESTS AND SPECIAL INSPECTIONS Contractor s Statement of Responsibility Each contractor responsible for the construction or fabrication of a system or component designated in the Quality Assurance Plan must submit a Statement of Responsibility. Project: Dawson County Government Center Canopy Contractor s Name: Address: License No.: Description of designated building systems and components included in the Statement of Responsibility: Contractor s Acknowledgment of Special Requirements I hereby acknowledge that I have received, read, and understand the Quality Assurance Plan and Special Inspection program. I hereby acknowledge that control will be exercised to obtain conformance with the construction documents approved by the Building Official. Signature Date Contractor s Provisions for Quality Control Procedures for exercising control within the contractor s organization, the method and frequency of reporting and the distribution of reports are attached to this Statement. Identification and qualifications of the person(s) exercising such control and their position(s) in the organization are attached to this Statement.

82 DAWSON COUNTY GOVERNMENT CENTER CANOPY TESTS AND SPECIAL INSPECTIONS Fabricator s Certificate of Compliance Each approved fabricator that is exempt from Special Inspection of shop fabrication and implementation procedures per section of the International Building Code must submit a Fabricator s Certificate of Compliance at the completion of fabrication. Project: Dawson County Government Center Canopy Fabricator s Name: Address: Certification or Approval Agency: Certification Number: Date of Last Audit or Approval: Description of structural members and assemblies that have been fabricated: I hereby certify that items described above were fabricated in strict accordance with the approved construction documents. Signature Date Title Attach copies of fabricator s certification or building code evaluation service report and fabricator s quality control manual.

83 DAWSON COUNTY GOVERNMENT CENTER CANOPY TESTS AND SPECIAL INSPECTIONS Statement of Special Inspections Project: DAWSON COUNTY GOVERNMENT CENTER CANOPY Location: 25 JUSTICE WAY, DAWSONVILLE, GA Owner: DAWSON COUNTY COMMISSIONERS Design Professional in Responsible Charge: Rosser International, Inc. This Statement of Special Inspections is submitted as a condition for permit issuance in accordance with the Special Inspection and Structural Testing requirements of the Building Code. It includes a schedule of Special Inspection services applicable to this project as well as the name of the Special Inspection Coordinator and the identity of other approved agencies to be retained for conducting these inspections and tests. This Statement of Special Inspections encompass the following disciplines: Structural Mechanical/Electrical/Plumbing Architectural Other: The Special Inspection Coordinator shall keep records of all inspections and shall furnish inspection reports to the Building Official and the Registered Design Professional in Responsible Charge. Discovered discrepancies shall be brought to the immediate attention of the Contractor for correction. If such discrepancies are not corrected, the discrepancies shall be brought to the attention of the Building Official and the Registered Design Professional in Responsible Charge. The Special Inspection program does not relieve the Contractor of his or her responsibilities. Interim reports shall be submitted to the Building Official and the Registered Design Professional in Responsible Charge. A Final Report of Special Inspections documenting completion of all required Special Inspections, testing and correction of any discrepancies noted in the inspections shall be submitted prior to issuance of a Certificate of Use and Occupancy. Job site safety and means and methods of construction are solely the responsibility of the Contractor. Interim Report Frequency: BI-WEEKLY or per attached schedule. Prepared by: John Bumgardner (type or print name) Signature 8/22/2016 Date Design Professional Seal Owner s Authorization: Building Official s Acceptance: Signature Date Signature Date

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

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

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

INVITATION FOR BID IFB # SCOTT SCBA & ACCESSORIES MILLEDGEVILLE FIRE DEPARTMENT

INVITATION FOR BID IFB # SCOTT SCBA & ACCESSORIES MILLEDGEVILLE FIRE DEPARTMENT CITY OF MILLEDGEVILLE, GEORGIA INVITATION FOR BID IFB #18-0010 SCOTT SCBA & ACCESSORIES MILLEDGEVILLE FIRE DEPARTMENT For all questions about this BID contact: Jacque Huley, CPPB, Procurement Coordinator

More information

NOTICE TO BIDDERS FOR

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

More information

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

Bidding Conditions Attachment C

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

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

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 for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018. REQUEST FOR PROPOSAL Proposals are now being accepted in the Office of the City Manager, 745 Forest Parkway, Forest Park, Georgia 30297 for: COMPREHENSIVE CLASSIFICATION & COMPENSATION STUDY FOR THE CITY

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

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 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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

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

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

INSTRUCTIONS TO BIDDERS

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

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

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

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

All required information must be completed in full, in ink, or typewritten.

All required information must be completed in full, in ink, or typewritten. THE CITY OF BOZEMAN 20 E. OLIVE ~ P.O. BOX 1230 BOZEMAN, MONTANA 59771-1230 IT DEPARTMENT PHONE: (406) 582-2277 E-MAIL: smcmahan@bozeman.net City of Bozeman, Montana Request for Proposals For E-Discovery

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

Part I List below all dates for receipt of each Addendum received in connection with this solicitation. ADDENDA RECEIPT ACKNOWLEDGEMENT BID NUMBER: TITLE: INSTRUCTIONS: The proposer will complete Part I OR Part II of this form, whichever is applicable as well as sign and date this form. This form serves

More information

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

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

More information

HARRIS COUNTY HOUSING AUTHORITY

HARRIS COUNTY HOUSING AUTHORITY 8933 Interchange Houston, Texas 77054 Tel: 713-578-2100 Fax: 713-669-4594 HARRIS COUNTY HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR PUBLIC RELATIONS SERVICES RFP NO. 02-12 Issue Date: January 24, 2012

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

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

Notice is hereby given that consultant qualifications will be received by the Okanogan County, Washington for: HEARING EXAMINER

Notice is hereby given that consultant qualifications will be received by the Okanogan County, Washington for: HEARING EXAMINER REQUEST FOR QUALIFICATIONS Notice is hereby given that consultant qualifications will be received by the Okanogan County, Washington for: HEARING EXAMINER by filing with the Clerk of the Board, 123 Fifth

More information

City of Eagle Point 2017 Paving Instruction to Bidders

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

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

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

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970 Request for Proposals Comprehensive Land Use Plan Update Project No. 2019-05 October 12, 2019 Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Table of Contents Purpose Submittal Requirements

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING - 061218 The City of College Park is accepting sealed proposals from qualified vendors for POLES FOR BALLPARK

More information

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

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

More information

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST): SPECIFICATIONS PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-STA Return responses no later than FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

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

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

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

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

More information

UAF Combined Heat & Power Replacement (CPHR)

UAF Combined Heat & Power Replacement (CPHR) davis JV UAF Combined Heat & Power Replacement (CPHR) REQUEST FOR BIDS Limited 2015 Mechanical Scope PROPOSALS DUE: THURSDAY JULY 2 ND, 2015 2:00PM LOCAL ALASKA TIME Submit to: Haskell Corporation /Davis

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

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION Date Issued: October 30, 2017 RFP Number: 18Q-024 Submission Deadline:

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

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

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

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

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL June 1, 2009 I. BACKGROUND The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the New York State Superintendent of Insurance

More information

Document B252TM 2007

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

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

BID Addenda No. Date Issued Addenda No. Date Issued

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

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

Request for Proposal Human Resources Consultant

Request for Proposal Human Resources Consultant Request for Proposal June 6, 2017 401 West Main Street, Suite 2300 Louisville, Kentucky 40202 Request for Proposal P a g e 2 Introduction Purpose The Louisville & Jefferson County Visitors & Convention

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

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

More information

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS DEPARTMENT OF TRANSPORTATION Transportation Commission and Office of Transportation Safety REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION

More information

DEAN + TYLER + BURNS ARCHITECTURE

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

More information

Supply and Delivery. Chromebase All-in-One Computers

Supply and Delivery. Chromebase All-in-One Computers T E N D E R Supply and Delivery Of Chromebase All-in-One Computers Closing Date: Tuesday, March 13, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION WILLIAM A. BELL, SR. MAYOR ROOM 220 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, ALABAMA 35203-2292 INVITATION TO

More information

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

PIEDMONT TRIAD AIRPORT AUTHORITY

PIEDMONT TRIAD AIRPORT AUTHORITY PIEDMONT TRIAD AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) for ON-CALL ENVIRONMENTAL CONSULTANT SERVICES at the PIEDMONT TRIAD INTERNATIONAL AIRPORT (GSO) The Piedmont Triad Airport Authority (PTAA)

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

Request for Qualifications (RFQ) - NO Engineering Consulting Service

Request for Qualifications (RFQ) - NO Engineering Consulting Service City of Huntsville 448 Highway 75 North Huntsville, Texas 77320 Billie F. Smith Phone: 936-291-5495 Fax: 936-294-5731 E-mail: bsmith@huntsvilletx.gov Request for Qualifications (RFQ) - NO 11-12 Engineering

More information

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

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

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

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

APPLICATION FOR EMPLOYMENT

APPLICATION FOR EMPLOYMENT APPLICATION FOR EMPLOYMENT Thank you for your interest in the YMCA! The YMCA is an equal opportunity employer and does not discriminate in recruitment, hiring or other terms or conditions of employment

More information

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514 SUBMIT BIDS TO: Procurement and Contracts 11000 University Parkway Building 20E, Room 101 Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/procurement/ INVITATION TO BID (ITB) CONTRACTUAL

More information

Renewable Energy Power Purchasing

Renewable Energy Power Purchasing Attachment D City of Philadelphia Economic Opportunity Plan Renewable Energy Power Purchasing Introduction, Definitions and Diversity Practices A. Chapter 17-1600 of The Philadelphia Code requires the

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

MINORITY AND WOMEN S BUSINESS ENTERPRISE PLAN LAWRENCE COUNTY, PENNSYVLANIA

MINORITY AND WOMEN S BUSINESS ENTERPRISE PLAN LAWRENCE COUNTY, PENNSYVLANIA MINORITY AND WOMEN S BUSINESS ENTERPRISE PLAN LAWRENCE COUNTY, PENNSYVLANIA I. POLICY STATEMENT It is public policy of the COUNTY OF LAWRENCE to promote the opportunity for full participation by minority

More information

City of Homestead 790 North Homestead Boulevard Homestead, Florida Application for Employment

City of Homestead 790 North Homestead Boulevard Homestead, Florida Application for Employment City of Homestead 790 North Homestead Boulevard Homestead, Florida 33030 Application for Employment The City of Homestead is an Equal Opportunity Employer and considers applications for all positions without

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

REQUEST FOR PROPOSALS (RFP) AUDIO/VIDEO SYSTEM Design, Procurement and Installation Lemont-Bromberek School District 113A

REQUEST FOR PROPOSALS (RFP) AUDIO/VIDEO SYSTEM Design, Procurement and Installation Lemont-Bromberek School District 113A Introduction Lemont- Bromberek School District 113A is soliciting proposals from qualified vendors to provide an Audio/Video solution that includes the System in all three buildings within the district.

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).

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

Supply and Delivery of Boltless Metal Shelving Units

Supply and Delivery of Boltless Metal Shelving Units T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information