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

Size: px
Start display at page:

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

Transcription

1 Project Manual For RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER ALEXANDRIA, LA Architect's Project No January 2018 SOMDAL Associates, LLC Architecture & Interior Design 5925 Line Avenue, Suite three Shreveport, Louisiana Ph Fax

2

3 RAPIDES REGIONAL MEDICAL CENTER BREAST CARE & IMAGING CENTER TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS TABLE OF CONTENTS PROJECT INFORMATION INSTRUCTIONS TO BIDDERS BID INSTRUCTIONS AVAILABLE PROJECT INFORMATION BID FORM CONTRACTING FOR AND SUPPLEMENTS SUPPLEMENTARY CONDITIONS DIVISION 01 GENERAL REQUIREMENTS SUMMARY SCOPE OF WORK PRICE AND PAYMENT PROCDURES ALLOWANCES ADMINISTRATIVE REQUIREMENTS CONSTRUCTION PROGRESS SCHEDULE SECURITY PROCEDURES QUALITY REQUIREMENTS REGULATORY REQUIREMENTS TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS VOLATILE ORGAINIC COMPOUNDS CLOSEOUT SUBMITTALS DIVISION 02 EXISTING CONDITIONS EXCAVATIING, GRADING, TRENCHING, & BACKFILLING DEMOLITION SELECTIVE DEMOLITION DIVISION 03 - CONCRETE S.A RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER

4 RAPIDES REGIONAL MEDICAL CENTER BREAST CARE & IMAGING CENTER FORMWORK CONCRETE REINFORCING CAST IN PLACE CONCRETE CONCRETE PILE DIVISION 04 - MASONRY MASONRY VENEER CAST STONE MASONRY DIVISION 05 METALS STRUCTURAL STEEL FRAMING DIVISION 06 WOOD, PLASTICS, AND COMPOSITES WOOD TREATMENT ROUGH CARPENTY SHOP FABRICATED WOOD TRUSSES GLUE LAMINATED CONSTRUCTION TIMBER BEAMS AND COLUMN TIES FINISH CARPENTY ARCHITECRUAL WOOD CASEWORK DIVISION 07 - THERMAL AND MOISTURE PROTECTION THERMAL INSULATION FOAMED IN PLACE INSULATION EXTERIOR INSULATION AND FINISH SYSTEM WEATHER BARRIERS ASPHALT SHINGLES METAL ROOF PANELS FIBER CEMENT SIDING SHEET METAL FLASHING AND TRIM MANUFACTERED GUTTERS AND DOWNSPOUTS FIRESTOPPING JOINT SEALERS S.A RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER

5 RAPIDES REGIONAL MEDICAL CENTER BREAST CARE & IMAGING CENTER DIVISION 08 - OPENINGS DOOR HARDWARE SCHEDULE HOLLOW METAL DOOR AND FRAMES FLUSH WOOD DOORS ACCESS DOORS AND PANELS ALUMINUM FRAMED STOREFRONTS ALUMINUM WINDOWS BASIS OF DESIGN DOOR HARDWARE GLAZING MIRRORS SAFETY AND SECURITY GLAZING AND FILMS DIVISION 09 FINISHES GYPSUM BOARD ASSEMBLIES TILING ACOUSTIC CEILINGS RESILIENT TILE FLOORING WALL COVERINGS PAINT - GENERAL DIVISION 10 - SPECIALTIES SIGNAGE WALL AND CORNER GUARDS TOILET, BATH, AND LAUNDRY ACCESSORIES WATER WALL MANUFACTURED FIREPLACES FIRE PROTECTION SPECILATIES FLAGPOLES DIVISION 12 - FURNISHINGS HORIZONTAL LOUVER BLINDS COUNTERTOPS S.A RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER

6 RAPIDES REGIONAL MEDICAL CENTER BREAST CARE & IMAGING CENTER DIVISION 13 SPECIAL CONSTRUCTION XRAY RADITATION PROTECTION RFI EM SHIELDING DIVISION 20 MECHANICAL GENERAL PROVISIONS FOR MECHANICAL WORK DIVISION 22 PLUMBING PLUMBING DIVISION 23 HEATING VENTILATING AND AIR CONDITIONING AIR CONDITIONING, HEATING AND VENTILATION DDC CONTROLS SYSTEM TESTING, ADJUSTING AND BALANCING DIVISION 26 ELECTRICAL BASIC ELECTRICAL MATERIALS AND METHODS INTERIOR DISTRIBUTION SYSTEM STANDBY DIESEL POWER SYSTEM LIGHTING CONTROL SYSTEM INTERIOR LIGHTING EXTERIOR LIGHTING S.A RAPIDES REGIONAL MEDICAL CENTER BREAST CARE AND IMAGING CENTER

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

8

9

10

11 RAPIDES REGIONAL MEDICAL CENTER - BREAST CARE & IMAGING CENTER SECTION PROJECT INFORMATION 1 THIS PROJECT MANUAL IS FOR THE 2 PART 1 GENERAL 3 PROJECT IDENTIFICATION 4 Project Name: RAPIDES REGIONAL MEDICAL CENTER-BREAST CARE & IMAGING CENTER, located at: 5 RAPIDES REGIONAL MEDICAL CENTER Project Number: ELLIOTT STREET. 7 ALEXANDRIA, LOUISIANA The Owner, hereinafter referred to as RAPIDES REGIONAL MEDICAL CENTER: RAPIDES REGIONAL MEDICAL CENTER 9 RAPIDES REGIONAL MEDICAL CENTER's Project Manager: 10 Address:. 11 City, State, Zip: ALEXANDRIA, LA Phone/Fax: NOTICE TO PROSPECTIVE BIDDERS 15 These documents constitute a Notice of Intent to Request FOR FEE and a Request for Qualifications from prospective Builders for the construction of the project described below. 16 Notice Date:. 17 PROJECT DESCRIPTION 18 Summary Project Description: THIS PROJECT WILL INVOLVE THE DEMOLITION OF EXISTING INTERIOR STRUCTURES, SITE WORK AND UPDATE OF EXISTING UTILITIES. NEW INTERIOR BUILD OUT AND FINISH OF A BUSINESS OCCUPANCY SPACE. THE PROJECT SHALL CONFORM TO ALL BUILDING CODES, STATE AND LOCAL.. 19 Contract Scope: Construction, demolition, and renovation. 20 CONTRACT 21 AIA DOCUMENT A102 ( ATTACHED) 22 The currently occupied premises at the project site are open for examination by bidders. 23 PROJECT CONSULTANTS 24 The Architect, hereinafter referred to as Architect: SOMDAL ASSOCIATES. 25 Address: 5925 LINE AVE. SUITE City, State, Zip: SHREVEPORT, LOUISIANA. 27 Phone/Fax: / CELBERSON@SOMDAL.COM. 29 PROCUREMENT TIMETABLE 30 Qualifications Due Date: XXXXXX, before 4 PM local time. 31 Notice of Acceptance/Rejection of Qualifications: Within 2 DAYS after due date. 32 RFP Documents Available: XXXXX. 33 Anticipated Proposal Due Date: XXXXX, before local time. 34 Notice of Award: Within 7 days after interview date. 35 Contract Time: 300 calendar days. 36 Desired Construction Start: Not later than 30 DAYS FROM ACCEPTANCE OF BID. S.A RAPIDES REGIONAL MEDICAL CENTER-BREST CARE AND IMAGING CENTER

12 RAPIDES REGIONAL MEDICAL CENTER 37 DesiredDesired Final Completion Date: Not later than XXXXXXX calendar days from Notice to Proceed calendar days from Notice to Proceed. 38 Completion date is critical due to requirements of Owner's operations. 39 The RAPIDES REGIONAL MEDICAL CENTER reserves the right to change the schedule or terminate the entire procurement process at any time. 40 PROCUREMENT DOCUMENTS 41 Availability of Documents: Complete sets of procurement documents may be obtained: 42 At the following address: ACE DIGITAL, SHREVEPORT, 43 PROPOSAL SECURITY 44 Proposals shall be accompanied by a security deposit as follows: 45 Security made payable to RAPIDES REGIONAL MEDICAL CENTER in an amount of five percent of proposer's maximum proposal price. 46 SIGNATURE 47 For: 48 By: 49 Signed: 50 (Authorized signing officer) 51 PART 2 PRODUCTS (NOT USED) 52 PART 3 EXECUTION (NOT USED) 53 END OF SECTION SA 1734RAPIDES REGIONAL MEDICAL CENTER

13 SECTION INSTRUCTIONS TO BIDDERS 1 SUMMARY 2 SEE AIA A701, INSTRUCTIONS TO BIDDERS bound in the Project Manual. 3 DOCUMENT INCLUDES 4 Invitation 5 Bid Documents and Contract Documents 6 Bid Enclosures/Requirements 7 Consent of Surety 8 Bid Form Requirements 9 Fees for Changes in the Work 10 Bid Form Signature 11 RELATED DOCUMENTS 12 Document Summary. 13 Document Advertisement for Bids. 14 Document Bid Form. 15 Document Bid Form Supplements Cover Sheet. 16 Document Alternates Form. 17 Document Supplementary Conditions: 18 INVITATION 19 BID SUBMISSION 20 WORK IDENTIFIED IN THE CONTRACT DOCUMENTS 21 Location: 8210 ELLIOTT STREET, ALEXANDRIA, LAlocated at 22 CONTRACT TIME 23 Identify Contract Time in the Bid Form. The completion date in the Agreement shall be the Contract Time added to the commencement date. 24 BID DOCUMENTS AND CONTRACT DOCUMENTS 25 DEFINITIONS 26 Bid Documents: Contract Documents supplemented with Invitation To Bid, Instructions to Bidders, Information Available to Bidders, Bid Form Supplements To Bid Forms and Appendices identified. 27 Contract Documents: Defined in including issued Addenda. 28 Bid, Offer, or Bidding: Act of submitting an offer under seal. 29 Bid Amount: Monetary sum identified by the Bidder in the Bid Form. 30 CONTRACT DOCUMENTS IDENTIFICATION 31 The Contract Documents are identified as Project Number 1734, as prepared by Architect, and with contents as identified in the Table of Contents. 32 AVAILABILITY 33 Bid Documents may be obtained at the office of Architect. 34 Bid Documents are made available only for the purpose of obtaining offers for this project. Their use does not grant a license for other purposes. 35 EXAMINATION 36 Bid Documents may be viewed at the office of Architect. 37 Bid Documents are on display at the offices of the following construction plan rooms: 1734 / RAPIDES REGIONAL BREAST CARE & IMAGING CENTER INSTRUCTIONS TO BIDDERS

14 38 AGC. 39 Upon receipt of Bid Documents verify that documents are complete. Notify Architect should the documents be incomplete. 40 Immediately notify Architect upon finding discrepancies or omissions in the Bid Documents. 41 INQUIRIES/ADDENDA 42 Addenda may be issued during the bidding period. All Addenda become part of the Contract Documents. Include resultant costs in the Bid Amount. 43 Verbal answers are not binding on any party. 44 Clarifications requested by bidders must be in writing not less than 7 days before date set for receipt of bids. The reply will be in the form of an Addendum, a copy of which will be forwarded to known recipients and. 45 END OF SECTION 1734 / RAPIDES REGIONAL BREAST CARE & IMAGING CENTER INSTRUCTIONS TO BIDDERS

15 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) «Rapides Regional Medical Center - Breast Care & Imaging Center» «821 Elliott Street, Alexandria, LA 71301» THE OWNER: (Name, legal status and address) «Rapides Regional Medical Center» «211 4th Street Alexandria, LA 71301» THE ARCHITECT: (Name, legal status and address) «Somdal Associates, L.L.C.»«, Partnership» «5925 Line Avenue, Suite 3 Shreveport, LA 71106» TABLE OF ARTICLES 1 DEFINITIONS ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. 2 BIDDER'S REPRESENTATIONS 3 BIDDING DOCUMENTS 4 BIDDING PROCEDURES 5 CONSIDERATION OF BIDS 6 POST-BID INFORMATION 7 PERFORMANCE BOND AND PAYMENT BOND 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:06:03 on 01/19/2018 under Order No which expires on 06/19/2018, and is not for resale. User Notes: (3B9ADA38) 1

16 ARTICLE 1 DEFINITIONS 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding Requirements consist of the Advertisement or Invitation to Bid, Instructions to Bidders, Supplementary Instructions to Bidders, the bid form, and other sample bidding and contract forms. The proposed Contract Documents consist of the form of Agreement between the Owner and Contractor, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications and all Addenda issued prior to execution of the Contract. 1.2 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are applicable to the Bidding Documents. 1.3 Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. 1.4 A Bid is a complete and properly executed proposal to do the Work for the sums stipulated therein, submitted in accordance with the Bidding Documents. 1.5 The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents as the base, to which Work may be added or from which Work may be deleted for sums stated in Alternate Bids. 1.6 An Alternate Bid (or Alternate) is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted. 1.7 A Unit Price is an amount stated in the Bid as a price per unit of measurement for materials, equipment or services or a portion of the Work as described in the Bidding Documents. 1.8 A Bidder is a person or entity who submits a Bid and who meets the requirements set forth in the Bidding Documents. 1.9 A Sub-bidder is a person or entity who submits a bid to a Bidder for materials, equipment or labor for a portion of the Work. ARTICLE 2 BIDDER'S REPRESENTATIONS 2.1 The Bidder by making a Bid represents that: The Bidder has read and understands the Bidding Documents or Contract Documents, to the extent that such documentation relates to the Work for which the Bid is submitted, and for other portions of the Project, if any, being bid concurrently or presently under construction The Bid is made in compliance with the Bidding Documents The Bidder has visited the site, become familiar with local conditions under which the Work is to be performed and has correlated the Bidder's personal observations with the requirements of the proposed Contract Documents The Bid is based upon the materials, equipment and systems required by the Bidding Documents without exception. ARTICLE 3 BIDDING DOCUMENTS 3.1 COPIES Bidders may obtain complete sets of the Bidding Documents from the issuing office designated in the Advertisement or Invitation to Bid in the number and for the deposit sum, if any, stated therein. The deposit will be refunded to Bidders who submit a bona fide Bid and return the Bidding Documents in good condition within ten days after receipt of Bids. The cost of replacement of missing or damaged documents will be deducted from the deposit. A Bidder receiving a Contract award may retain the Bidding Documents and the Bidder's deposit will be refunded Bidding Documents will not be issued directly to Sub-bidders unless specifically offered in the Advertisement or Invitation to Bid, or in supplementary instructions to bidders. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:06:03 on 01/19/2018 under Order No which expires on 06/19/2018, and is not for resale. User Notes: (3B9ADA38) 2

17 3.1.3 Bidders shall use complete sets of Bidding Documents in preparing Bids; neither the Owner nor Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents The Owner and Architect may make copies of the Bidding Documents available on the above terms for the purpose of obtaining Bids on the Work. No license or grant of use is conferred by issuance of copies of the Bidding Documents. 3.2 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS The Bidder shall carefully study and compare the Bidding Documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the Work for which the Bid is submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered Bidders and Sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the Architect at least seven days prior to the date for receipt of Bids Interpretations, corrections and changes of the Bidding Documents will be made by Addendum. Interpretations, corrections and changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon them. 3.3 SUBSTITUTIONS The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution No substitution will be considered prior to receipt of Bids unless written request for approval has been received by the Architect at least ten days prior to the date for receipt of Bids. Such requests shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. A statement setting forth changes in other materials, equipment or other portions of the Work, including changes in the work of other contracts that incorporation of the proposed substitution would require, shall be included. The burden of proof of the merit of the proposed substitution is upon the proposer. The Architect's decision of approval or disapproval of a proposed substitution shall be final If the Architect approves a proposed substitution prior to receipt of Bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner No substitutions will be considered after the Contract award unless specifically provided for in the Contract Documents. 3.4 ADDENDA Addenda will be transmitted to all who are known by the issuing office to have received a complete set of Bidding Documents Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose Addenda will be issued no later than four days prior to the date for receipt of Bids except an Addendum withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued, and the Bidder shall acknowledge their receipt in the Bid. ARTICLE 4 BIDDING PROCEDURES 4.1 PREPARATION OF BIDS Bids shall be submitted on the forms included with the Bidding Documents. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:06:03 on 01/19/2018 under Order No which expires on 06/19/2018, and is not for resale. User Notes: (3B9ADA38) 3

18 4.1.2 All blanks on the bid form shall be legibly executed in a non-erasable medium Sums shall be expressed in both words and figures. In case of discrepancy, the amount written in words shall govern Interlineations, alterations and erasures must be initialed by the signer of the Bid All requested Alternates shall be bid. If no change in the Base Bid is required, enter "No Change." Where two or more Bids for designated portions of the Work have been requested, the Bidder may, without forfeiture of the bid security, state the Bidder's refusal to accept award of less than the combination of Bids stipulated by the Bidder. The Bidder shall make no additional stipulations on the bid form nor qualify the Bid in any other manner Each copy of the Bid shall state the legal name of the Bidder and the nature of legal form of the Bidder. The Bidder shall provide evidence of legal authority to perform within the jurisdiction of the Work. Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract. A Bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the Bidder. 4.2 BID SECURITY Each Bid shall be accompanied by a bid security in the form and amount required if so stipulated in the Instructions to Bidders. The Bidder pledges to enter into a Contract with the Owner on the terms stated in the Bid and will, if required, furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. The amount of the bid security shall not be forfeited to the Owner in the event the Owner fails to comply with Section If a surety bond is required, it shall be written on AIA Document A310, Bid Bond, unless otherwise provided in the Bidding Documents, and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of the power of attorney The Owner will have the right to retain the bid security of Bidders to whom an award is being considered until either (a) the Contract has been executed and bonds, if required, have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn or (c) all Bids have been rejected. 4.3 SUBMISSION OF BIDS All copies of the Bid, the bid security, if any, and any other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to the party receiving the Bids and shall be identified with the Project name, the Bidder's name and address and, if applicable, the designated portion of the Work for which the Bid is submitted. If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids Oral, telephonic, telegraphic, facsimile or other electronically transmitted bids will not be considered. 4.4 MODIFICATION OR WITHDRAWAL OF BID A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. Written confirmation over the signature of the Bidder shall be received, and date- and time- AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:06:03 on 01/19/2018 under Order No which expires on 06/19/2018, and is not for resale. User Notes: (3B9ADA38) 4

19 stamped by the receiving party on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders Bid security, if required, shall be in an amount sufficient for the Bid as resubmitted. ARTICLE 5 CONSIDERATION OF BIDS 5.1 OPENING OF BIDS At the discretion of the Owner, if stipulated in the Advertisement or Invitation to Bid, the properly identified Bids received on time will be publicly opened and will be read aloud. An abstract of the Bids may be made available to Bidders. 5.2 REJECTION OF BIDS The Owner shall have the right to reject any or all Bids. A Bid not accompanied by a required bid security or by other data required by the Bidding Documents, or a Bid which is in any way incomplete or irregular is subject to rejection. 5.3 ACCEPTANCE OF BID (AWARD) It is the intent of the Owner to award a Contract to the lowest qualified Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The Owner shall have the right to waive informalities and irregularities in a Bid received and to accept the Bid which, in the Owner's judgment, is in the Owner's own best interests The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of the sum of the Base Bid and Alternates accepted. ARTICLE 6 POST-BID INFORMATION 6.1 CONTRACTOR'S QUALIFICATION STATEMENT Bidders to whom award of a Contract is under consideration shall submit to the Architect, upon request, a properly executed AIA Document A305, Contractor's Qualification Statement, unless such a Statement has been previously required and submitted as a prerequisite to the issuance of Bidding Documents. 6.2 OWNER'S FINANCIAL CAPABILITY The Owner shall, at the request of the Bidder to whom award of a Contract is under consideration and no later than seven days prior to the expiration of the time for withdrawal of Bids, furnish to the Bidder reasonable evidence that financial arrangements have been made to fulfill the Owner's obligations under the Contract. Unless such reasonable evidence is furnished, the Bidder will not be required to execute the Agreement between the Owner and Contractor. 6.3 SUBMITTALS The Bidder shall, as soon as practicable or as stipulated in the Bidding Documents, after notification of selection for the award of a Contract, furnish to the Owner through the Architect in writing:.1 a designation of the Work to be performed with the Bidder's own forces;.2 names of the manufacturers, products, and the suppliers of principal items or systems of materials and equipment proposed for the Work; and.3 names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for the principal portions of the Work The Bidder will be required to establish to the satisfaction of the Architect and Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents Prior to the execution of the Contract, the Architect will notify the Bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to a person or entity proposed by the Bidder. If the Owner or Architect has reasonable objection to a proposed person or entity, the Bidder may, at the Bidder's option, (1) withdraw the Bid or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid or AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:06:03 on 01/19/2018 under Order No which expires on 06/19/2018, and is not for resale. User Notes: (3B9ADA38) 5

20 Alternate Bid to cover the difference in cost occasioned by such substitution. The Owner may accept the adjusted bid price or disqualify the Bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited Persons and entities proposed by the Bidder and to whom the Owner and Architect have made no reasonable objection must be used on the Work for which they were proposed and shall not be changed except with the written consent of the Owner and Architect. ARTICLE 7 PERFORMANCE BOND AND PAYMENT BOND 7.1 BOND REQUIREMENTS If stipulated in the Bidding Documents, the Bidder shall furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder. Bonds may be secured through the Bidder's usual sources If the furnishing of such bonds is stipulated in the Bidding Documents, the cost shall be included in the Bid. If the furnishing of such bonds is required after receipt of bids and before execution of the Contract, the cost of such bonds shall be added to the Bid in determining the Contract Sum If the Owner requires that bonds be secured from other than the Bidder's usual sources, changes in cost will be adjusted as provided in the Contract Documents. 7.2 TIME OF DELIVERY AND FORM OF BONDS The Bidder shall deliver the required bonds to the Owner not later than three days following the date of execution of the Contract. If the Work is to be commenced prior thereto in response to a letter of intent, the Bidder shall, prior to commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered in accordance with this Section Unless otherwise provided, the bonds shall be written on AIA Document A312, Performance Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum The bonds shall be dated on or after the date of the Contract The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. ARTICLE 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR Unless otherwise required in the Bidding Documents, the Agreement for the Work will be written on AIA Document A101, Standard Form of Agreement Between Owner and Contractor Where the Basis of Payment Is a Stipulated Sum. AIA Document A Copyright 1970, 1974, 1978, 1987 and 1997 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:06:03 on 01/19/2018 under Order No which expires on 06/19/2018, and is not for resale. User Notes: (3B9ADA38) 6

21 RAPIDES REGIONAL MEDICAL CENTER - BREAST CARE & IMAGING CENTER SECTION AVAILABLE PROJECT INFORMATION 1 PART 1 GENERAL 2 EXISTING CONDITIONS 3 Certain information relating to existing conditions and structures is available to bidders and will be part of the Contract Documents, as follows: 4 5 DRAWINGS OF THE ORIGINAL BUILDING AND ADDITIONS ARE INCLUDED IN THE CONTRACT DOCUMENTS- THESE DRAWINGS ARE INCLUDED FOR INFORMATION ONLY. 6 THE ARCHITECT CANNOT VERIFY OR ATTEST THE ACCURACY OR COMPLETNESS OF THESE DOCUMENTS. 7 8 PART 2 PRODUCTS (NOT USED) 9 PART 3 EXECUTION (NOT USED) 10 PERMITS FOR CONSTRUCTION ARE TO BE OBTAINED BY THE CONTRACTOR 11 END OF SECTION S.A RAPIDES REGIONAL MEDICAL CENTER-BREST CARE AND IMAGING CENTER

22 RAPIDES REGIONAL MEDICAL CENTER - BREAST CARE & IMAGING CENTER SECTION BID FORM 1 THE PROJECT AND THE PARTIES 2 TO: 3 RAPIDES REGIONAL MEDICAL CENTER ELLIOTT STREET 6 Project Location Address 2 7 ALEXANDRIA, LOUISIANA FOR: 9 Project: RAPIDES REGIONAL MEDICAL CENTER-BREAST CARE & IMAGING CENTER 10 DATE: (Bidder to enter date) 11 SUBMITTED BY: (Bidder to enter name and address) 12 Bidder's Full Name 13 Address 14 City, State, Zip 15 OFFER 16 Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by SOMDAL ASSOCIATES for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: 17 dollars ($ ), in lawful money of the United States of America. 18 We have included the required security deposit as required by the Instruction to Bidders. 19 We have included the required performance assurance bonds in the Bid Amount as required by the Instructions to Bidders. 20 The cost of the required performance assurance bonds is _dollars ($ ), in lawful money of the United States of America. 21 All applicable federal taxes are included and State of taxes are included in the Bid Sum. 22 All Cash and Contingency Allowances described in Section Allowances are included in the Bid Sum. 23 ACCEPTANCE 24 This offer shall be open to acceptance and is irrevocable for thirty days from the bid closing date. 25 If this bid is accepted by RAPIDES REGIONAL MEDICAL CENTER within the time period stated above, we will: 26 Execute the Agreement within seven days of receipt of Notice of Award. 27 Furnish the required bonds within seven days of receipt of Notice of Award. 28 Commence work within THIRTY days after written Notice to Proceed of this bid. 29 If this bid is accepted within the time stated, and we fail to commence the Work or we fail to provide the required Bond(s), the security deposit shall be forfeited as damages to RAPIDES REGIONAL MEDICAL CENTER by reason of our failure, limited in amount to the lesser of the face value of the security deposit or the difference between this bid and the bid upon which a Contract is signed. 30 In the event our bid is not accepted within the time stated above, the required security deposit shall be returned to the undersigned, in accordance with the provisions of the Instructions to Bidders; unless a mutually satisfactory arrangement is made for its retention and validity for an extended period of time. S.A RAPIDES REGIONAL MEDICAL CENTER-BREST CARE AND IMAGING CENTER

23 RAPIDES REGIONAL MEDICAL CENTER 31 CONTRACT TIME 32 If this Bid is accepted, we will: 33 Complete the Work in calendar weeks from Notice to Proceed. 34 Complete the Work in calendar weeks from Notice to Proceed. (Bidder to enter number of weeks.) 35 CHANGES TO THE WORK 36 On work deleted from the Contract, our credit to RAPIDES REGIONAL MEDICAL CENTER shall be Architect-approved net cost plus of the overhead and profit percentage noted above. 37 ADDENDA 38 The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum. 39 Addendum # Dated. 40 Addendum # Dated. 41 BID FORM SIGNATURE(S) 42 The Corporate Seal of (Authorized signing officer, Title) 45 (Seal) END OF BID FORM SA 1734RAPIDES REGIONAL MEDICAL CENTER

24 RAPIDES REGIONAL MEDICAL CENTER - BREAST CARE & IMAGING CENTER SECTION CONTRACTING FORMS AND SUPPLEMENTS 1 PART 1 GENERAL 2 AGREEMENT AND CONDITIONS OF THE CONTRACT 3 See Section Agreement Form for the Agreement form to be executed. 4 See Section General Conditions for the General Conditions. 5 See Section Supplementary Conditions for the Supplementary Conditions. 6 The Agreement is based on AIA A The General Conditions are based on AIA A FORMS 9 Use the following forms for the specified purposes unless otherwise indicated elsewhere in the Contract Documents. 10 Bond Forms: 11 Performance and Payment Bond Form: AIA A Clarification and Modification Forms: 13 Architect's Supplemental Instructions Form: AIA G Construction Change Directive Form: AIA G Change Order Form: AIA G Closeout Forms: 17 Certificate of Substantial Completion Form: AIA G REFERENCE STANDARDS 19 AIA A101 - Standard Form of Agreement Between Owner and Contractor where the basis of Payment is a Stipulated Sum; AIA A201 - General Conditions of the Contract for Construction; AIA A312 - Performance Bond and Payment Bond; AIA G701 - Change Order; AIA G704 - Certificate of Substantial Completion; AIA G710 - Architect's Supplemental Instructions; AIA G714 - Construction Change Directive; PART 2 PRODUCTS - NOT USED 27 PART 3 EXECUTION - NOT USED 28 END OF SECTION S.A RAPIDES REGIONAL MEDICAL CENTER-BREST CARE AND IMAGING CENTER

25 DOCUMENT SUPPLEMENTARY CONDITIONS The following supplements modify the "General Conditions of the Contract for Construction", A.I.A. Document A201, Fourteenth Edition, l997, Section of this Project Manual. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered provisions of the General Conditions shall remain in effect. ARTICLE 1 - GENERAL PROVISIONS Add the following: "Additional Definitions": Except as otherwise stated in the Specifications, the following shall apply: (a) Where "as shown", "as indicated", "as noted", or similar terms are used, it shall be understood that reference to the Contract Drawings is made. (b) Where "as approved", "acceptance", or similar items are used, it shall be understood that the approval or acceptance of the Architect is intended. (c) Where "or equal", "or equivalent", "or approved equal" or similar terms are used, it shall be understood that the Architect shall determine if an item is equal or equivalent to the original item specified or indicated. (d) The term "Provided" when used in the Contract Documents means the furnishing of all labor, materials, equipment, transportation and services required directly or indirectly. 1.2 Correlation and Intent of the Contract Documents Add the following: "In the Case of an inconsistency between Drawings and Specifications or within either Document not clarified by addendum, the better quality or greater quantity of work shall be provided in accordance with the Architect's interpretation" Sections of Division 1 'General Conditions' govern the execution of all sections of the Specifications." ARTICLE 3 - CONTRACTOR 3.7 Permits, Fees, and Notices. Add the following: "The Contractor shall be fully qualified under any state or local licensing law for contractors in effect at the time and at the location of the work before submitting his bid. If the Project is in the State of Louisiana, only the bids of contractors and subcontractors duly licensed under Louisiana Revised Statutes 37:2151, et seq. will be considered if applicable. The Contractor shall be responsible for determining that all of his subcontractors or prospective subcontractors are duly licensed in accordance with law" Add the following to the end of paragraph : "except when installation is specified as part of the allowance in Section "Allowances" SUPPLEMENTARY CONDTIONS

26 3.10 Refer to Section "Submittals", for additional requirements for a Construction or Progress Schedule Refer to Section "Submittals", for additional requirements for Shop Drawings, Product Data, and Samples Refer to Section "Cutting and Patching", for additional requirements for cutting and patching Refer to Section "Closeout Procedures", for additional requirements for cleaning. Add the following: "Contractor shall assume all risk of loss or damage to or destruction of the work or any part thereof, including Owner furnished materials and equipment which are to be incorporated in the work, from any cause, excepting loss, damage or destruction insured under Article 11, which occurs prior to the completion and acceptance of the work. The Contractor shall be responsible for damages that may occur to adjoining improvements and/or streets and for accidents to any person or persons in and about the building and/or adjacent streets, and for damage done to adjoining property or the work of others during the progress of the work under the Contract. The Contractor shall defend and save harmless the Owner from actions, suits, and other legal proceedings that may be instituted on such claims and/or demand". ARTICLE ARBITRATION Add the following: Arbitration shall not be required if Mediation fails to resolve the claims, unless the parties mutually agree that arbitration is desired. ARTICLE 7 - CHANGES IN THE WORK Delete Subparagraph and substitute the following: "Cost of the Work for the purpose of Change Orders shall be costs required to be incurred in performance of the work and paid by the Contractor and Subcontractors which shall consist of: 1. Wages paid direct labor personnel, delineating a labor burden markup for applicable payroll taxes, worker s compensation insurance, unemployment compensation, and social security taxes. 2. Cost of all materials and supplies, including the identification of each item and its cost. 3. Identify each necessary piece of machinery and equipment and its individual cost. 4. Other documented direct costs. Credit will not be required for overhead and profit. Overhead and profit The Contractor and Subcontractor shall be due job-site and home office fixed overhead and profits on the Cost of the Work, but shall not exceed a total of 25% of the direct cost of any portion of work: SUPPLEMENTARY CONDTIONS

27 Add the following: The credit to the Owner resulting from a change in the work shall be the sum of those items above, except credit will not be required for overhead and profit. Where a change results in both credits to the Owner and extras to the Contractor for related items, overhead and profit will only be computed on the net extra cost to the Contractor. "7.2.3 Before a Change Order is prepared, the Contractor shall provide and deliver to the Architect the following information, not subject to waiver, within a reasonable time after being notified to prepare said Change Order: An itemized list of material and labor costs for the General Contractor's work including quantities and unit costs for each item of labor, material and equipment. An itemized list of material and labor costs for each Subcontractor's and/or Sub-Subcontractor's work including quantities and unit costs for each item of labor, material and equipment." "7.2.4 Overhead and profit shall be computed by one of the following methods: When all of the work is General Contract; 15% of the cost of work When the work is all Subcontract work; 15% of the cost of the work for Subcontractor's overhead and profit plus 10% of the cost of the work (not including subcontractors Overhead and Profit) for General Contractor' overhead and profit When the work is a combination of General Contract work and Subcontract work, that portion of the cost that is General Contract work shall be figured as per and that portion of the cost that is subcontract work shall be calculated per "7.2.5 After a Change Order has been approved, no future requests for extensions of time or additional cost shall be considered for that Change Order Cost of the work for the purpose of Change Orders shall be costs necessarily incurred in performance of the work and paid by the Contractor which shall consist of : Wages paid. Cost of all materials and supplies. Cost of necessary machinery and equipment Subcontract cost shall consist of the items in plus overhead and profit as defined in Cost of the Change Order work whether General Contract cost or Subcontract cost shall not apply to the following: (a) Salaries or other compensation of the Contractor's personnel at the Contractor's principal office and branch offices. (b) Any part of the Contractor's capital expenses, including interest on the Contractor's capital employed for the Change Order work. (c) Overhead and general expenses of any kind or the cost of any item not specifically and expressly included above in cost of the Change Order work. (d) Cost of supervision not specifically required by the Change Order. "7.2.9 When applicable as provided by the Contract, the cost to Owner for Change Orders shall be SUPPLEMENTARY CONDTIONS

28 determined by quantities and unit prices. The quantity of any item shall be as submitted by the Contractor and approved by the Architect. Unit prices shall cover cost of Material, Labor, Equipment, Overhead and Profit." " Whenever total cost of changes exceed 10% of the original contract sum, Contractor shall obtain a "consent of surety" from the bonding company that issued the performance and payment bonds, to assure coverage of the extra work." ARTICLE 8 - TIME Add the following: Should the Contractor wish to work other than normal working hours he shall notify the Architect in order for arrangements to be made for observation of the work. Supplement Paragraph by the following: In order to avoid misunderstanding, however, it is requested that the Contractor make any claims for delay by phone on the day on which the delay occurs and confirms it in writing within 20 days thereafter. Rainfall amount that is average or below average for the Project area for any month, according to U.S. Weather Bureau records, shall not be a cause for an extension of the Contract Time. Add the following: Contractor shall set his own time of completion as shown on the Bid Form. Owner shall consider the number of days required for completion in the awarding of the Contract. ARTICLE 9 - PAYMENTS AND COMPLETION Add the following to the end of Article 9.2.1: "Refer to Section "Submittals", for additional requirements for a Schedule of Values." Add the following: "Payment Retainage. Payment applications, reviewed and certified by the Architect through the issuance of a payment certificate, amounting to 95% of the cost of the work performed as of approximately the 25th day of each month will be paid to the Contractor by the Owner on or about the 10th day of the month following the month for which payment is requested. Progress payments will include 100% of materials and equipment stored in a bonded and insured warehouse. Submittal of an application for payment, signed by the Contractor or his legally authorized representative, shall constitute a certificate that the payment application represents the true cost of work performed and that 95% of all indebtedness incurred in all previous payment periods has been paid by him. Upon substantial completion of the project work, and Owner's receipt of a Release of Liens, 95% of the Contract amount will be payable to the Contractor. The remaining 5% retained percentage will not be certified for payment until all items on the final inspection punch list are taken care of by the Contractor." The normal retainage shall not be due the Contractor until after substantial completion and expiration of SUPPLEMENTARY CONDTIONS

29 the forty-five day lien period and submission to the Architect of a clear lien certificate invoice for retainage. Add the following: "Progress payments for materials stored on or off site shall be subject to payment retainage provisions as specified hereinbefore in Article ". Add the following: Progress payments will be made for work completed and materials delivered and properly stored in accordance with the General Conditions through the stipulated construction period. Stipulated construction period shall terminate when the number of calendar days for completion, as specified in the Bid Form or adjusted by Change Order, has elapsed. No progress payments will be made for work completed and materials delivered after the completion date has elapsed, until the final payment No progress payments will be made on applications for payment made later than twenty days prior to the Date of Substantial Completion." The first sentence is revised as follows: "When the Architect and the Contractor consider that the work, or a portion thereof which the Owner agrees to accept separately, is substantially complete, the Architect will prepare a comprehensive list of items to be completed or corrected; i.e. "punch list". Add the following: "Recordation of Certificate of Substantial Completion: Upon Substantial Completion of the Work and on the recommendation of the Architect, the Owner shall accept the work in accordance with the certificate of substantial completion (AIA Document G-704) and provisions as amended of Louisiana R.S. 38: (as to public works) or Louisiana R.S. 9: (as to private works). The Owner shall sign the Certificate of Substantial Completion of the work, and the Contractor shall cause the Certificate to be recorded in the Office of the Clerk of Court or Recorder of Mortgage of the Parish in which the work has been done" Final Completion and Final Payment Revised as follows: "Upon receipt of written notice that the work is ready for final inspection and acceptance and upon receipt of final Application for Payment, the Architect will promptly make such inspection. Upon making the inspection, if the Architect finds any work not complete, he will furnish the Contractor with a "punch list" of any items found incomplete or not in conformance with the Contract Document. The Contractor shall remedy such defects within thirty (30) days of his receipt of the list, and the Architect will make one subsequent inspection of the Work. A monetary value will be assigned to each item not completed on the "punch list" so that a special retainage can be withheld in addition to the normal retainage. Should additional inspections of the work be required due to failure of the Contractor to remedy defects listed, the Owner may deduct the expense of any additional inspections from the Contract amount. The additional expense will be based on the rate shown for additional service in the Owner/Architect agreement. When the Architect finds the work acceptable under the Contract Documents and the Contract fully performed, the Architect will promptly issue a final Certificate of Payment stating that to the best of the Architect's knowledge, information and belief, and on the basis of SUPPLEMENTARY CONDTIONS

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

Faculty Student Association

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

More information

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

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

More information

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital

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

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

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

More information

DEAN + TYLER + BURNS ARCHITECTURE

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

More information

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

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

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

More information

LIVINGSTON ELEMENTARY SCHOOL PARTIAL ROOF REPLACEMENT

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

More information

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

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

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

More information

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

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

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

More information

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

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

More information

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

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

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

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Title Page of. Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th Post Falls, Idaho 83854

Title Page of. Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th Post Falls, Idaho 83854 Title Page of Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th 83854 Owner Kootenai County Fire and Rescue 1590 E. Seltice Way Post Falls, Id 83854 Ph (208)777-8500

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

A. Remove Table of Contents and insert new attached Table of Contents.

A. Remove Table of Contents and insert new attached Table of Contents. ADDENDUM NO. 01 PROJECT Colby Glass E.S. Window Upgrades and ADA Work PROJECT NO. 16043 DATE February 07, 2018 TO: All Prime Contract Bidders and all others to whom Drawings and Specifications have been

More information

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

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

More information

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

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

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 012900 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 01 Specifications Sections apply

More information

Project Manual April 20, 2015

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

More information

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER Mechanical Systems Installation Bid #2014-10 10435 Downsville Pike Hagerstown, Maryland Washington County Public Schools PROJECT MANUAL August 26,

More information

CITY OF BENTON HARBOR DPW SALT STORAGE BUILDING

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

More information

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

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

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

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

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

More information

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

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office. INSTRUCTIONS TO BIDDERS PART ONE: GENERAL 1.1 Bid Proposals/Invitation to Tender 1.1.1 Sealed proposals shall be addressed to: For legal address, contact contracting office. and delivered enclosed in a

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

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

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

More information

PROJECT SPECIFICATIONS VOL. I: ARCHITECTURAL & STRUCTURAL APRIL 25, 2011 BIRKS RESIDENCE AT BIRCH COVE COLCHESTER, VERMONT

PROJECT SPECIFICATIONS VOL. I: ARCHITECTURAL & STRUCTURAL APRIL 25, 2011 BIRKS RESIDENCE AT BIRCH COVE COLCHESTER, VERMONT PROJECT SPECIFICATIONS VOL. I: ARCHITECTURAL & STRUCTURAL APRIL 25, 2011 COLCHESTER, VERMONT ARCHITECT CIVIL ENGINEER Brad Rabinowitz Architect 200 Main Street Burlington, VT 05401 (802) 658-0430 Krebs

More information

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER

WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER WASHINGTON COUNTY PUBLIC SCHOOLS ADMINISTRATIVE CENTER Renovations to the WCPS Bid #2014-13 10435 Downsville Pike Hagerstown, Maryland Washington County Public Schools PROJECT MANUAL September 4, 2013

More information

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

More information

Partial Roof Replacement Welborn Academy

Partial Roof Replacement Welborn Academy Project Manual For Partial Roof Replacement Welborn Academy 1710 McGuinn Drive High Point, North Carolina 27265 Owner Representative: David Kemp Project Manager Guilford County Schools 3920 Naco Road Greensboro,

More information

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

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

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

INVITATION TO BID (Request for Proposal)

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

More information

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

More information

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

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

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

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

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

More information

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

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

More information

FORRENCE RECREATION CENTER ROOF REPLACEMENT

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

More information

OSNI PONCA OFFICE REMODEL

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

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

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

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

More information

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project TM Document B105 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

Professional Practice 544

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

More information

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

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

More information

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

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

More information

INVITATION TO BID CITY OF HOPKINSVILLE

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

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6 PROJECT MANUAL for: FRANKLIN VILLAGE APARTMENTS Building I Morristown, NJ 07960 Block: 3901 Lots: 4,5,6 Owner: Atlantic Health Investment Corp. 200 American Road Morris Plains, NJ 07950 Architect NETTA

More information

Construction Contract Basics

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

More information

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

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

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

More information

PROJECT MANUAL FOR: 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

Project Location: 2220 E. League City Parkway, League City, Texas 77573

Project Location: 2220 E. League City Parkway, League City, Texas 77573 DOCUMENT 00020 - INVITATION TO BIDDERS TO FROM ALL INVITED BIDDERS Houston Methodist Medical Office Buildings 6550 Fannin Street, Suite SM201 Houston, Texas 77030 The bidders list for this Project has

More information

Chapter 6, Construction

Chapter 6, Construction Chapter 6, Construction CHAPTER CONTENTS 6.1 OWNER-CONTRACTOR AGREEMENT A. Preparation B. Owner Signature C. Award 6.2 PRE-CONSTRUCTION CONFERENCE A. Administration B. Attendees C. Pre-Construction Conference

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

City of Jacksonville Finance Department

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

More information

G , Request for Proposal Land Survey

G , Request for Proposal Land Survey G601 1994, Request for Proposal Land Survey AIA Document G601 1994 allows owners to request proposals from a number of surveyors based on information deemed necessary by the owner and architect. G601 1994

More information

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to:

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-1 INSTRUCTIONS TO BIDDERS PART ONE: GENERAL 1.1 Bid Proposals/Invitation to Tender 1.1.1 Sealed proposals shall be addressed to: and delivered enclosed in

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

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

Construction Document Specifications. SMC Niles Phase V Southwestern Michigan College Niles, Michigan Construction Document Specifications November 27, 2017 SMC Niles Phase V Southwestern Michigan College Niles, Michigan Prepared by: ABONMARCHE 95 W. Main St. Benton Harbor, MI 49022 269.927.2295 ACI Project

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

Pre-Construction Conference Discussion Guide

Pre-Construction Conference Discussion Guide Pre-Construction Conference Discussion Guide This guide is a summary of the topics normally required at the Pre-Construction Conference based upon the Tennessee Board of Regents Designers Manual standard

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

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

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

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

ADDENDUM NUMBER ONE. January 27, 2017

ADDENDUM NUMBER ONE. January 27, 2017 MRI / CT / URGENT CARE FACILITY for CULLMAN REGIONAL ADPH PROJECT #B-16-066 CULLMAN, ALABAMA ADDENDUM NUMBER ONE January 27, 2017 PROJECT: MRI /CT /URGENT CARE FACILITY for CULLMAN REGIONAL GMC PROJECT

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION Section 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Invitation

More information

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

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

More information

Plainview ISD High School Addition and Renovations 1501 Quincy Avenue Plainview, Texas

Plainview ISD High School Addition and Renovations 1501 Quincy Avenue Plainview, Texas August 8, 2011 Plainview ISD High School Addition and Renovations 1501 Quincy Avenue Plainview, Texas Chapman Harvey Architects, Inc. 612 Broadway Lubbock, Texas 79401 806-749-1153 CHA, Inc. Project #1029

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

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017 Addendum No. 1 DATE: October 16, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: IT Office Remodel JJC PROJECT NO.: B17027

More information

DIVISION 0 - CONDITIONS OF THE CONTRACT

DIVISION 0 - CONDITIONS OF THE CONTRACT SECTION 00200 - INSTRUCTIONS TO BIDDERS Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT Described below are general and specific instructions provided to assist

More information

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018 Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018 POST-BID ADDENDUM 1 CONSTRUCTION MANAGEMENT PACKAGE - Bidding

More information

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR 1. PROJECT TICE PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR York Hall Biology/Chemistry Renovation UNIVERSITY OF CALIFORNIA SAN DIEGO a) BNBuilders, Inc. (BNB) intends to award lump sum contracts

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

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project

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

More information

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

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

More information

Facility Expansion/Renovation for: CLEVELAND EYE & LASER SURGERY CENTER Fairview Corporate Center Fairview Park, Ohio DSCA Project No.: 11.

Facility Expansion/Renovation for: CLEVELAND EYE & LASER SURGERY CENTER Fairview Corporate Center Fairview Park, Ohio DSCA Project No.: 11. Facility Expansion/Renovation for: Fairview Corporate Center Fairview Park, Ohio DSCA Project No.: 11.058 Project Manual Permit Issue Date: April 14, 2011 DSCA #11.058 FACILITY EXPANSION/RENOVATION FOR

More information

Erwin Montessori School

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

More information

Finance & Technology Administrator (815) ext 223

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

More information

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services Appendix D University of Maine System Supplementary Requirements to AIA Document B201-2007 Standard Form of Architect s Services This document provides the Architect s scope of services only and must be

More information

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

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

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

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

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

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

More information

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:.

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:. DOCUMENT 004120 - BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) BID INFORMATION Bidder:. Project Name: Remodeling for Urban Style Apartments 409 N. Broadway Green Bay, WI 54303 Owner: Architect:

More information

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty...

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty... TABLE OF CONTENTS SECTION TITLE PAGE Forms Notice to Contractors... 1 Bid Proposal... 4 A. Unit Price Schedule... 5 B. Bid Form... 10 C. Reservation... 10 D. Subcontractors... 10 E. Notice... 10 F. Disclosure...

More information

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA SECTION 000010 INVITATION FOR BIDS Bids for will be received in the office of Church Development Construction Services, 708 S. Rosemont Road, Suite #101,, until 12:00 noon Local Prevailing Time on Friday,

More information

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School. WINDOW REPLACEMENT FOR ARCHITECT'S NO. 2638 NORWOOD ELEMENTARY SCHOOL DOCUMENT 00 9113A - ADDENDUM NO. 1 1.1 PROJECT INFORMATION A. Project Name: Window Replacement for Norwood Elementary School. B. Owner:

More information