CITY OF BENTON HARBOR DPW SALT STORAGE BUILDING

Size: px
Start display at page:

Download "CITY OF BENTON HARBOR DPW SALT STORAGE BUILDING"

Transcription

1 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 ARCHITECT/ENGINEER: JULY 15, 2016 Project #: ABONMARCHE 95 WEST MAIN STREET BENTON HARBOR, MI (269)

2

3 TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS LIST OF DRAWING SHEETS PROJECT SCHEDULE INVITATION TO BID INSTRUCTIONS TO BIDDERS BID FORM SUPPLEMENT A - LIST OF ALTERNATIVES SUPPLEMENT A - LIST OF MAJOR SUBCONTRACTORS SUPPLEMENT J - NON-COLLUSION AFFIDAVIT SUPPLEMENT K - NON-ASBESTOS AFFIDAVIT CONTRACTING FORMS AND SUPPLEMENTS SUPPLEMENTARY CONDITIONS DIVISION 01 - GENERAL REQUIREMENTS SUMMARY PRICE AND PAYMENT PROCEDURES ALTERNATES ADMINISTRATIVE REQUIREMENTS QUALITY REQUIREMENTS TEMPORARY FACILITIES AND CONTROLS TEMPORARY EROSION AND SEDIMENT CONTROL PRODUCT REQUIREMENTS EXECUTION AND CLOSEOUT REQUIREMENTS CLOSEOUT SUBMITTALS DIVISION 03 - CONCRETE CAST-IN-PLACE CONCRETE DIVISION 04 - MASONRY UNIT MASONRY (ALTERNATE #1 & #3) DIVISION 05 - METALS METAL FABRICATIONS DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES WOOD TREATMENT ROUGH CARPENTRY SHOP-FABRICATED WOOD TRUSSES DIVISION 07 - THERMAL AND MOISTURE PROTECTION METAL WALL AND ROOF PANELS SHEET METAL FLASHING & TRIM MANUFACTURED GUTTERS AND DOWNSPOUTS JOINT SEALERS TABLE OF CONTENTS Page 1 City of Benton Harbor DPW Salt Sttorage Building 7/18/2016

4 DIVISION 09 - FINISHES PAINTING AND COATING DIVISION 26 - ELECTRICAL LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS CONDUIT BOXES IDENTIFICATION FOR ELECTRICAL SYSTEMS PANELBOARDS WIRING DEVICES INTERIOR LIGHTING EXTERIOR LIGHTING DIVISION 31 - EARTHWORK GRADING EXCAVATION TRENCHING FILL TERMITE CONTROL DIVISION 32 - EXTERIOR IMPROVEMENTS AGGREGATE BASE COURSES CONCRETE PAVING TABLE OF CONTENTS Page 2 City of Benton Harbor DPW Salt Sttorage Building 7/18/2016

5 SECTION LIST OF DRAWING SHEETS T1.1 TITLE SHEET C1.1 SITE PLAN S1.0 FOUNDATION & FRAMING PLANS A1.1 FLOOR PLAN, SECTION & ELEVATIONS A3.1 ALTERNATE PLAN VIEW & ALTERNATE CMU WALL DETAILS E1.1 ELECTRICAL POWER & LIGHTING PLAN END OF LIST OF DRAWINGS / City of Benton Harbor DPW Salt Sttorage Building LIST OF DRAWING SHEETS

6 / City of Benton Harbor DPW Salt Sttorage Building LIST OF DRAWING SHEETS

7 SECTION PROJECT SCHEDULE THE FOLLOWING PROJECT SCHEDULE PERTAINS TO THE PROJECT KNOWN AS CITY OF BENTON HARBOR DEPARTMENT OF PUBLIC WORKS SALT STORAGE BUILIDNG PROJECT (PROJECT # ). PLANS OUT FOR BID: JULY 15, PRE-BID CONFERENCE: A PRE-BID MEETING WILL BE HELD THURSDAY JULY 28, 2016 AT 10:00 A.M. MEET ON SITE AT 768 PAW PAW AVE., BENTON HARBOR, MI BID DUE DATE: THURSDAY, AUGUST 4, 2016 AT 2:00 P.M. LOCAL MICHIGAN TIME. ALL BIDS SHALL BE ADDRESSED TO CITY OF BENTON HARBOR, 200 E. WALL STREET, BENTON HARBOR, MI BIDS SHALL BE SEALED AND SHALL HAVE THE NAME AND ADDRESS OF THE BIDDER AND THE CONTRACT FOR WHICH THE BID IS BEING SUBMITTED ON THE OUTSIDE OF THE ENVELOPE. COUNCIL TO AWARD CONTRACT: AUGUST 15, CONSTRUCTION BEGINS: SEPTEMBER 19, 2016 (OR EARLIER). DATE OF SUBSTANTIAL COMPLETION: OCTOBER 21, (OR EARLIER) DATE OF FINAL COMPLETION INCLUDING PUNCH LISTS : OCTOBER 28, (OR EARLIER) END OF PROJECT SCHEDULE / City of Benton Harbor DPW Salt Sttorage Building PROJECT SCHEDULE

8 / City of Benton Harbor DPW Salt Sttorage Building PROJECT SCHEDULE

9 SECTION INVITATION TO BID SEALED BIDS WILL BE RECEIVED UNTIL 2:00 P.M., LOCAL TIME, THURSDAY, AUGUST 4, 2016 AT THE CITY OF BENTON HARBOR CITY HALL, CLERKS OFFICE, 200 E. WALL STREET, BENTON HARBOR, MI AT WHICH TIME AND PLACE SAID BIDS WILL BE OPENED AND READ PUBLICLY FOR THE DEPARTMENT OF PUBLIC WORKS SALT STORAGE BUILDING PROJECT. ALL BIDS SHALL BE ADDRESSED TO CITY OF BENTON HARBOR, AT THE ABOVE ADDRESS. BIDS SHALL BE SEALED AND SHALL HAVE THE NAME AND ADDRESS OF THE BIDDER AND THE CONTRACT FOR WHICH THE BID IS BEING SUBMITTED ON THE OUTSIDE OF THE ENVELOPE. ALL BIDDERS SHALL BID IN ACCORDANCE WITH AND UPON THE BID FORMS INCLUDED IN THE CONTRACT DOCUMENTS. NO BIDS WILL BE RECEIVED AFTER THE DESIGNATED TIME STATED ABOVE. THE CONTRACT DOCUMENTS ARE ON FILE FOR INSPECTION AT ABONMARCHE, 95 W. MAIN STREET, BENTON HARBOR, MICHIGAN, (269) COPIES OF THE CONTRACT DOCUMENTS MAY BE OBTAINED FROM ABONMARCHE. A CERTIFIED CHECK, CASHIER'S CHECK OR BID BOND IN AN AMOUNT EQUAL TO FIVE PERCENT (5%) OF THE TOTAL AMOUNT OF THE BID, MADE PAYABLE TO CITY OF BENTON HARBOR WILL BE REQUIRED WITH EACH BID AS SECURITY FOR THE PROPER EXECUTION OF THE CONTRACT. A 100% LABOR AND PERFORMANCE BOND WILL BE REQUIRED OF SUCCESSFUL BIDDER. THERE WILL BE A PRE-BID CONFERENCE THURSDAY, JULY 28, 2016 AT 10:00 A.M. MEET ON SITE AT THE DPW BUILDING, 768 PAW PAW AVE., BENTON HARBOR. NO BID SHALL BE WITHDRAWN FOR A PERIOD OF SIXTY (60) DAYS AFTER THE SCHEDULED OPENING WITHOUT CONSENT OF THE OWNER. ALL BIDS SHALL BE SUBJECT TO THE NSP2 SECTION 3 MBE POLICY ATTACHED TO THE CURRENT CONTRACT. THE OWNER RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, WAIVE ANY INFORMALITIES IN BIDDING OR TO ACCEPT THE BID, CONSISTENT WITH LAW, WHICH BEST SERVES THE INTEREST OF THE OWNER. END OF SECTION / City of Benton Harbor DPW Salt Sttorage Building INVITATION TO BID

10 / City of Benton Harbor DPW Salt Sttorage Building INVITATION TO BID

11 SUMMARY 1.01 DOCUMENT INCLUDES SECTION INSTRUCTIONS TO BIDDERS A. Bid Documents and Contract Documents 1. Definitions 2. Contract Documents Identification 3. Availability 4. Examination 5. Inquiries/Addenda 6. Product/Assembly/System Substitutions B. Site Assessment 1. Site Examination C. Bid Submission 1. Submission Procedure 2. Bid Ineligibility D. Bid Enclosures/Requirements 1. Security Deposit 2. Consent of Surety 3. Performance Assurance 4. Insurance 5. Bid Form Requirements 6. Sales and Use Taxes 7. Fees for Changes in the Work 8. Bid Form Signature 9. Additional Bid Information 10. Selection and Award of Alternates E. Offer Acceptance/Rejection 1. Duration of Offer 2. Acceptance of Offer BID DOCUMENTS AND CONTRACT DOCUMENTS 2.01 DEFINITIONS A. Bid Documents: Contract Documents supplemented with Instructions to Bidders, Bid Form Supplements To Bid Forms and Appendices identified. B. Contract Documents: Defined in AIA A201 Article 1 including issued Addenda. C. Bid, Offer, or Bidding: Act of submitting an offer under seal. D. Bid Amount: Monetary sum identified by the Bidder in the Bid Form CONTRACT DOCUMENTS IDENTIFICATION A. The Contract Documents are identified as Project Number City of Benton Harbor DPW Salt Storage Building Project, as prepared by Architect, and with contents as identified in the Table of Contents AVAILABILITY A. Bid Documents may be obtained at the office of Architect which is located at 95 West Main Street, Benton Harbor, Michigan B. Printed Bid Documents can be obtained by bidders upon receipt of a payment, by cash or check, in the amount of for one set. C. 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 / City of Benton Harbor DPW Salt Sttorage Building INSTRUCTIONS TO BIDDERS

12 D. Owner and Architect/Engineer may distribute digital copies of Bidding Documents via , website, or other electronic means for the purpose of maximizing availability to potential bidders, suppliers, and subcontractors. Bidders shall obtain printed copies of Bidding Documents from the Issuing Office. Owner and Architect/Engineer cannot be held responsible for any unreadable information contained in digital Bidding Documents or on any printed copy not obtained from the Issuing Office. E. Owner and Architect/Engineer cannot be held responsible for any inadequacies of bids resulting from partial plan distribution to subcontractors. All parties bidding whole or part of the project are required to review entire document set for consistency in bids and coordination EXAMINATION A. Bid Documents are available for viewing at the following: The office of the Architect/Engineer: Abonmarche Consultants, Inc., 95 West Main Street, Benton Harbor, Michigan, B. Bid Documents are also available at the following plan rooms: Builders Exchange of Grand Rapids - Builders Exchange of Lansing - Builders Exchange of Kalamazoo - MACIAF Planroom of South Bend, IN - McGraw-Hill/Dodge - C. Upon receipt of Bid Documents verify that documents are complete. Notify Architect should the documents be incomplete. D. Immediately notify Architect upon finding discrepancies or omissions in the Bid Documents INQUIRIES/ADDENDA A. Direct questions to the Project Coordinator, Jeffery Saylor, Abonmarche, telephone Fax B. Addenda may be issued during the bidding period. All Addenda become part of the Contract Documents. Include resultant costs in the Bid Amount. C. Verbal answers are not binding on any party. D. Clarifications requested by bidders must be in writing not less than 3 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 plan holders PRODUCT/ASSEMBLY/SYSTEM SUBSTITUTIONS A. Where the Bid Documents stipulate a particular product, substitutions will be considered up to 10 days before receipt of bids. B. When a request to substitute a product is made, Architect may approve the substitution and will issue an Addendum to known bidders. C. The submission shall provide sufficient information to determine acceptability of such products. D. Provide complete information on required revisions to other work to accommodate each proposed substitution. E. Provide products as specified unless substitutions are submitted in this manner and accepted. F. See Section Product Requirements for additional requirements. SITE ASSESSMENT 3.01 SITE EXAMINATION A. Contractors are required to visit the site before submitting a bid PREBID CONFERENCE A. A bidders conference has been scheduled for 10:00 a.m. on the 28th day of July, 2016 at the location of DPW builidng, 768 Paw Paw Ave., Benton Harbor. B. All general contract and subcontract bidders, subcontractors and suppliers are invited. C. Representatives of Architect will be in attendance / City of Benton Harbor DPW Salt Sttorage Building INSTRUCTIONS TO BIDDERS

13 D. Summarized minutes of this meeting will be circulated to attendees. These minutes will not form part of the Contract Documents. E. Information relevant to the Bid Documents will be recorded in an Addendum, issued to Bid Document recipients. BID SUBMISSION 4.01 SUBMISSION PROCEDURE A. Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed. B. Submit two copies of the executed offer on the Bid Forms provided, signed and sealed with the required security in a closed opaque envelope, clearly identified with bidder's name, project name and Owner's name on the outside. C. Improperly completed information, irregularities in security deposit, may be cause to declare the bid invalid or informal. D. An abstract summary of submitted bids will be made available to all bidders following bid opening BID INELIGIBILITY A. Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, may at the discretion of the Owner, be declared unacceptable. B. Failure to provide security deposit, affidavit, bonding or insurance requirements may, at the discretion of Owner, be waived. BID ENCLOSURES/REQUIREMENTS 5.01 SECURITY DEPOSIT A. Bids shall be accompanied by a security deposit as follows: 1. Certified check or Bid Bond in the amount of 5 % of the Bid. B. Endorse the Bid Bond in the name of the Owner as obligee, signed and sealed by the principal (Contractor) and surety. C. Endorse the certified check in the name of the Owner. D. The security deposit will be returned after delivery to the Owner of the required Performance and Payment Bond(s) by the accepted bidder. E. Include the cost of bid security in the Bid Amount. F. After a bid has been accepted, all securities will be returned to the respective bidders and other requested enclosures. G. If no contract is awarded, all security deposits will be returned PERFORMANCE ASSURANCE A. Accepted Bidder: Provide a Performance bond as described in Supplementary Conditions. B. Include the cost of performance assurance bonds in the Bid Amount INSURANCE A. Provide an executed "Undertaking of Insurance" on a standard form provided by the insurance company stating their intention to provide insurance to the bidder in accordance with the insurance requirements of the Contract Documents BID FORM REQUIREMENTS A. Complete all requested information in the Bid Form and Appendices SALES AND USE TAXES A. The Contractor shall pay all sales, consumer, use and other similar taxes required by law / City of Benton Harbor DPW Salt Sttorage Building INSTRUCTIONS TO BIDDERS

14 5.06 FEES FOR CHANGES IN THE WORK A. Include in the Bid Form, the overhead and profit fees on own Work and Work by subcontractors, applicable for Changes in the Work, whether additions to or deductions from the Work on which the Bid Amount is based BID FORM SIGNATURE A. The Bid Form shall be signed by the bidder, as follows: 1. Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" under the signature. Affix seal. 2. Partnership: Signature of all partners in the presence of a witness who will also sign. Insert the word "Partner" under each signature. Affix seal to each signature. 3. Corporation: Signature of a duly authorized signing officer(s) in their normal signatures. Insert the officer's capacity in which the signing officer acts, under each signature. Affix the corporate seal. If the bid is signed by officials other than the president and secretary of the company, or the president/secretary/treasurer of the company, a copy of the by-law resolution of their board of directors authorizing them to do so, must also be submitted with the Bid Form in the bid envelope. 4. Joint Venture: Each party of the joint venture shall execute the Bid Form under their respective seals in a manner appropriate to such party as described above, similar to the requirements of a Partnership ADDITIONAL BID INFORMATION A. Submit the following Supplements concurrent with bid submission: 1. Document SUPPLEMENT A - LIST OF MAJOR SUBCONTRACTORS: Include the names of all Subcontractors and the portions of the Work they will perform. 2. Document SUPPLEMENT A - LIST OF ALTERNATIVES: Include the cost variation to the Bid Amount applicable to the Work described in Section Document Supplement J - Non-Collusion Affidavit. Fill-in all required information specifically requested on the Form. 4. Document Supplement K - Non-Asbestos Affidavit. Fill-in all required information requested on the Form SELECTION AND AWARD OF ALTERNATES A. Indicate variation of bid price for Alternates listed on the Bid Form. Unless otherwise indicated, indicate Alternatives as a difference in bid price by adding to or deducting from the base bid price. B. Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. C. More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. D. Bids will be evaluated on the base bid price. After determination of a successful bidder, consideration will be given to Alternates and bid price adjustments. E. In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. F. In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities / City of Benton Harbor DPW Salt Sttorage Building INSTRUCTIONS TO BIDDERS

15 proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. G. Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents. H. If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. OFFER ACCEPTANCE/REJECTION 6.01 DURATION OF OFFER A. Bids shall remain open to acceptance and shall be irrevocable for a period of 60 days after the bid closing date ACCEPTANCE OF OFFER A. Owner reserves the right to accept or reject any or all offers. B. After acceptance by Owner, Architect on behalf of Owner, will issue to the successful bidder, a written letter of Contract Award. END OF INSTRUCTIONS TO BIDDERS / City of Benton Harbor DPW Salt Sttorage Building INSTRUCTIONS TO BIDDERS

16 / City of Benton Harbor DPW Salt Sttorage Building INSTRUCTIONS TO BIDDERS

17 THE PROJECT AND THE PARTIES TO: A. City of Benton Harbor (Owner) 200 E. Wall Street Benton Harbor, MI FOR: SECTION BID FORM A. Project: City of Benton Harbor DPW Salt Sttorage Building B. Owner's Project Number: BID DUE DATE: AUGUST 4, 2016 SUBMITTED BY: (BIDDER TO ENTER INFORMATION) OFFER Bidder's Full Name Address City, State, Zip Contact Person Contact Phone Address Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by Abonmarche for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: Salt Storage Building and associated work: DOLLARS ($ ), IN LAWFUL MONEY OF THE UNITED STATES OF AMERICA. We have included the required security Bid Bond as required by the Instruction to Bidders. We acknowledge visiting the site before making an offer to the City of Benton Harbor: Bidder: All applicable federal taxes along with permit fees are included and State of Michigan sales taxes are included in the Bid Sum. ACCEPTANCE This offer shall be open to acceptance and is irrevocable for sixty days from the bid closing date. If this bid is accepted by Owner within the time period stated above, we will: Execute the Agreement within thirteen days of receipt of acceptance of this bid. Indicate that work will commence at the appointed time. In the event our bid is not accepted within the time stated above, the required security deposit shall be returned to the undersigned, in accordance with the provisions of the Instructions to Bidders; unless a mutually satisfactory arrangement is made for its retention and validity for an extended period of time. CONTRACT TIME Substantial Completion: October 21, / City of Benton Harbor DPW Salt Sttorage Building BID FORM

18 Totally Complete the Work (Including Punch List Items): October 28, CHANGES TO THE WORK When Architect establishes that the method of valuation for Changes in the Work will be net cost plus a percentage fee in accordance with General Conditions, our percentage fee will be: Overhead: % Profit: % Bond: % On work deleted from the Contract, our credit to Owner shall be Architect-approved net cost plus % profit and overhead percentage. ADDENDA The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum. Addendum # Dated. Addendum # Dated. Addendum # Dated. Addendum # Dated. BID FORM SUPPLEMENTS The following information is included with Bid submission: The following Supplements are attached to this Bid Form and are considered an integral part of this Bid Form: Document Supplement A - Alternatives: Include the cost variations to the Bid Sum applicable to the Work as described in Section Document Supplement J - Non-Collusion Affidavit Document Supplement K - Non-Asbestos Affidavit Document SUPPLEMENT A - LIST OF MAJOR SUBCONTRACTORS: Include the names of all Subcontractors and the portions of the Work they will perform. BID FORM SIGNATURE(S) The Corporate Seal of (Bidder - print the full name of your firm) was hereunto affixed in the presence of: (Authorized signing officer, Title) (Seal) (Authorized signing officer, Title) IF THE BID IS A JOINT VENTURE OR PARTNERSHIP, ADD ADDITIONAL FORMS OF EXECUTION FOR EACH MEMBER OF THE JOINT VENTURE IN THE APPROPRIATE FORM OR FORMS AS ABOVE. END OF BID FORM / City of Benton Harbor DPW Salt Sttorage Building BID FORM

19 PARTICULARS SECTION SUPPLEMENT A - LIST OF ALTERNATIVES THE FOLLOWING IS THE LIST OF ALTERNATES REFERENCED IN THE BID SUBMITTED BY: (BIDDER) TO (OWNER ): CITY OF BENTON HARBOR DATED AUGUST 4, 2015 AND WHICH IS AN INTEGRAL PART OF THE BID FORM. ALTERNATES LIST THE FOLLOWING AMOUNTS SHALL BE TOTAL STAND ALONE COSTS FOR EACH PARTICULAR ALTERNATE LISTED AND SHALL NOT BE COSTS TO BE ADDED OR DEDUCTED FROM THE BASE BID AMOUNT. REFER TO SECTION ALTERNATIVES: SCHEDULE OF ALTERNATIVES. ALTERNATE #1 (ADD) MASONRY LINER WALLS $ ALTERNATE #2 (ADD) 512 SF ADDITION $ ALTERNATE #3 (ADD) 512 SF ADDITION WITH MASONRY LINER WALL $ VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: VOLUNTARY ALTERNATES: (ADD) (DEDUCT) $ Description: END OF ALTERNATE SUPPLEMENT / City of Benton Harbor DPW Salt Sttorage Building SUPPLEMENT A - LIST OF ALTERNATIVES

20 / City of Benton Harbor DPW Salt Sttorage Building SUPPLEMENT A - LIST OF ALTERNATIVES

21 PARTICULARS SECTION SUPPLEMENT A - LIST OF MAJOR SUBCONTRACTORS HEREWITH IS THE LIST OF SUBCONTRACTORS REFERENCED IN THE BID SUBMITTED BY: (BIDDER) 1.01 TO (OWNER ): CITY OF BENTON HARBOR DATED AND WHICH IS AN INTEGRAL PART OF THE BID FORM. THE FOLLOWING WORK WILL BE PERFORMED (OR PROVIDED) BY SUBCONTRACTORS AND COORDINATED BY US: (FILL IN ONLY THOSE REQUIRED BY CONTRACT) LIST OF SUBCONTRACTORS WORK SUBJECT SUBCONTRACTOR NAME (ONE NAME ONLY) SITE EXCAVATION CONTRACTOR PAVING CONTRACTOR BUILDING CONCRETE CONTRACTOR - FOUNDATION AND SLABS ROOFING CONTRACTOR SIDING CONTRACTOR FRAMING CONTRACTOR MASONRY CONTRACTOR ELECTRICAL CONTRACTOR END OF SUPPLEMENT FORM / City of Benton Harbor DPW Salt Sttorage Building SUPPLEMENT A - LIST OF MAJOR SUBCONTRACTORS

22 / City of Benton Harbor DPW Salt Sttorage Building SUPPLEMENT A - LIST OF MAJOR SUBCONTRACTORS

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

24 / City of Benton Harbor DPW Salt Sttorage Building SUPPLEMENT J - NON-COLLUSION AFFIDAVIT

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

26 / City of Benton Harbor DPW Salt Sttorage Building SUPPLEMENT K - NON-ASBESTOS AFFIDAVIT

27 PART 1 GENERAL SECTION CONTRACTING FORMS AND SUPPLEMENTS 1.01 CONTRACTOR IS RESPONSIBLE FOR OBTAINING A VALID LICENSE TO USE ALL COPYRIGHTED DOCUMENTS SPECIFIED BUT NOT INCLUDED IN THE PROJECT MANUAL AGREEMENT AND CONDITIONS OF THE CONTRACT A. The Agreement is based on AIA A101. B. The General Conditions are based on AIA A201. C. Copies of the General Conditions and Agreement to follow end of this section FORMS A. Use the following forms for the specified purposes unless otherwise indicated elsewhere in the Contract Documents. B. Post-Award Certificates and Other Forms: 1. Schedule of Values Form: AIA G Application for Payment Form: AIA G702 and G703. C. Clarification and Modification Forms: 1. Change Order Form: AIA G701. D. Closeout Forms: 1. Certificate of Substantial Completion Form: AIA G REFERENCE STANDARDS A. AIA A101 - Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum; B. AIA A201 - General Conditions of the Contract for Construction; C. AIA G701 - Change Order; D. AIA G702 - Application and Certificate for Payment; E. AIA G703 - Continuation Sheet; F. AIA G704 - Certificate of Substantial Completion; G. AIA G710 - Architect's Supplemental Instructions; PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION / City of Benton Harbor DPW Salt Sttorage Building CONTRACTING FORMS AND SUPPLEMENTS

28 / City of Benton Harbor DPW Salt Sttorage Building CONTRACTING FORMS AND SUPPLEMENTS

29 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) and the Contractor: (Name, legal status, address and other information) for the following Project: (Name, location and detailed description) «Sample A101» The Architect: (Name, legal status, address and other information) ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A , General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. The Owner and Contractor agree as follows. ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:43 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 1

30 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) If, prior to the commencement of the Work, the Owner requires time to file mortgages and other security interests, the Owner s time requirement shall be as follows: 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( ) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work.) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:43 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 2

31 Portion of Work Substantial Completion Date, subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work.) ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor s performance of the Contract. The Contract Sum shall be ($ ), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) 4.3 Unit prices, if any: (Identify and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price Per Unit ($0.00) 4.4 Allowances included in the Contract Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.) Item Price ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Provided that an Application for Payment is received by the Architect not later than the day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the day of the month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than ( ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor s Applications for Payment. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:43 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 3

32 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of percent ( %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section of AIA Document A , General Conditions of the Contract for Construction;.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of percent ( %);.3 Subtract the aggregate of previous payments made by the Owner; and.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A The progress payment amount determined in accordance with Section shall be further modified under the following circumstances:.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section of AIA Document A requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.).2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section of AIA Document A Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections and above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Except with the Owner s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when.1 the Contractor has fully performed the Contract except for the Contractor s responsibility to correct Work as provided in Section of AIA Document A , and to satisfy other requirements, if any, which extend beyond final payment; and.2 a final Certificate for Payment has been issued by the Architect The Owner s final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect s final Certificate for Payment, or as follows: AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:43 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 4

33 ARTICLE 6 DISPUTE RESOLUTION 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A , unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A , the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) [ ] Arbitration pursuant to Section 15.4 of AIA Document A [ ] Litigation in a court of competent jurisdiction [ ] Other (Specify) ARTICLE 7 TERMINATION OR SUSPENSION 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A The Work may be suspended by the Owner as provided in Article 14 of AIA Document A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of AIA Document A or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) % 8.3 The Owner s representative: (Name, address and other information) 8.4 The Contractor s representative: (Name, address and other information) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:43 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 5

34 8.5 Neither the Owner s nor the Contractor s representative shall be changed without ten days written notice to the other party. 8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below The Agreement is this executed AIA Document A , Standard Form of Agreement Between Owner and Contractor The General Conditions are AIA Document A , General Conditions of the Contract for Construction The Supplementary and other Conditions of the Contract: Document Title Date Pages The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Date Pages The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Number Title Date The Addenda, if any: Number Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article Additional documents, if any, forming part of the Contract Documents:.1 AIA Document E , Digital Data Protocol Exhibit, if completed by the parties, or the following: AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:43 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 6

35 .2 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor s bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A ) Type of insurance or bond Limit of liability or bond amount ($0.00) This Agreement entered into as of the day and year first written above. OWNER (Signature) CONTRACTOR (Signature) (Printed name and title) (Printed name and title) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:43 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 7

36

37 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) «Blank A » THE OWNER: (Name, legal status and address) THE ARCHITECT: (Name, legal status and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 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. 3 CONTRACTOR 4 ARCHITECT 5 SUBCONTRACTORS 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 7 CHANGES IN THE WORK 8 TIME 9 PAYMENTS AND COMPLETION 10 PROTECTION OF PERSONS AND PROPERTY 11 INSURANCE AND BONDS 12 UNCOVERING AND CORRECTION OF WORK 13 MISCELLANEOUS PROVISIONS 14 TERMINATION OR SUSPENSION OF THE CONTRACT 15 CLAIMS AND DISPUTES ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:36:33 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 1

38 INDEX (Topics and numbers in bold are section headings.) Acceptance of Nonconforming Work 9.6.6, 9.9.3, 12.3 Acceptance of Work 9.6.6, 9.8.2, 9.9.3, , , 12.3 Access to Work 3.16, 6.2.1, 12.1 Accident Prevention 10 Acts and Omissions 3.2, 3.3.2, , 3.18, 4.2.3, 8.3.1, 9.5.1, , , , 13.7, 14.1, 15.2 Addenda 1.1.1, Additional Costs, Claims for 3.7.4, 3.7.5, 6.1.1, , 10.3, Additional Inspections and Testing 9.4.2, 9.8.3, , 13.5 Additional Insured Additional Time, Claims for 3.2.4, 3.7.4, 3.7.5, , 8.3.2, Administration of the Contract 3.1.3, 4.2, 9.4, 9.5 Advertisement or Invitation to Bid Aesthetic Effect Allowances 3.8, All-risk Insurance , Applications for Payment 4.2.5, 7.3.9, 9.2, 9.3, 9.4, 9.5.1, 9.6.3, 9.7, 9.10, Approvals 2.1.1, 2.2.2, 2.4, 3.1.3, , , , , 4.2.7, 9.3.2, Arbitration 8.3.1, , , , 15.4 ARCHITECT 4 Architect, Definition of Architect, Extent of Authority 2.4.1, , 4.1, 4.2, 5.2, 6.3, 7.1.2, 7.3.7, 7.4, 9.2, 9.3.1, 9.4, 9.5, 9.6.3, 9.8, , , 12.1, , , , , , , Architect, Limitations of Authority and Responsibility 2.1.1, , , , 4.1.2, 4.2.1, 4.2.2, 4.2.3, 4.2.6, 4.2.7, , , , 5.2.1, 7.4, 9.4.2, 9.5.3, 9.6.4, , 15.2 Architect s Additional Services and Expenses 2.4.1, , , , , Architect s Administration of the Contract 3.1.3, 4.2, 3.7.4, 15.2, 9.4.1, 9.5 Architect s Approvals 2.4.1, 3.1.3, 3.5, , Architect s Authority to Reject Work 3.5, 4.2.6, , Architect s Copyright 1.1.7, 1.5 Architect s Decisions 3.7.4, 4.2.6, 4.2.7, , , , , 6.3, 7.3.7, 7.3.9, 8.1.3, 8.3.1, 9.2, 9.4.1, 9.5, 9.8.4, 9.9.1, , 15.2, 15.3 Architect s Inspections 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.8.3, 9.9.2, , 13.5 Architect s Instructions 3.2.4, 3.3.1, 4.2.6, 4.2.7, Architect s Interpretations , Architect s Project Representative Architect s Relationship with Contractor 1.1.2, 1.5, 3.1.3, 3.2.2, 3.2.3, 3.2.4, 3.3.1, 3.4.2, 3.5, 3.7.4, 3.7.5, 3.9.2, 3.9.3, 3.10, 3.11, 3.12, 3.16, 3.18, 4.1.2, 4.1.3, 4.2, 5.2, 6.2.2, 7, 8.3.1, 9.2, 9.3, 9.4, 9.5, 9.7, 9.8, 9.9, , 10.3, , 12, , 13.5, 15.2 Architect s Relationship with Subcontractors 1.1.2, 4.2.3, 4.2.4, 4.2.6, 9.6.3, 9.6.4, Architect s Representations 9.4.2, 9.5.1, Architect s Site Visits 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.5.1, 9.9.2, , 13.5 Asbestos Attorneys Fees , , Award of Separate Contracts 6.1.1, Award of Subcontracts and Other Contracts for Portions of the Work 5.2 Basic Definitions 1.1 Bidding Requirements 1.1.1, 5.2.1, Binding Dispute Resolution 9.7, , , , , , , , Boiler and Machinery Insurance Bonds, Lien , , Bonds, Performance, and Payment , 9.6.7, , , 11.4 AIA Document A Copyright 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:36:33 on 04/29/2013 under Order No _1 which expires on 05/30/2013, and is not for resale. User Notes: ( ) 2

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

SAINT JOSEPH PUBLIC SCHOOLS HIGH SCHOOL COMPETITIVE GYM DOOR REPLACEMENT

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

More information

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

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

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

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

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

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

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

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

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

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement TABLE OF CONTENTS: BID DOCUMENTS: Document Name Document Number Pages Table of Contents 1-3 Advertisement for Bids 1 1 Instructions to Bidders 2 3-8 Supplemental Instructions to Bidders 3 9 Description

More information

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement TABLE OF CONTENTS: BID DOCUMENTS: Document Name Document Number Pages Table of Contents 1-3 Advertisement for Bids 1 1 Instructions to Bidders 2 3-8 Supplemental Instructions to Bidders 3 9 Description

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

SECTION ADVERTISEMENT FOR BIDS

SECTION ADVERTISEMENT FOR BIDS George FROM: SECTION 00 1113 ADVERTISEMENT FOR BIDS 1.01 THE OWNER (HEREINAFTER REFERRED TO AS OWNER): A. Ogden School District B. 1950 Monroe Boulevard C. Ogden, Utah 84401 1.02 AND THE ARCHITECT (HEREINAFTER

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

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

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

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

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

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

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

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

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

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

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

More information

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

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

More information

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

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

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 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

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

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

INSTRUCTIONS TO BIDDERS

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

More information

CITY OF 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

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

Athletic Annex West Office Renovation 55 Eagle Street Terre Haute, Indiana 47807

Athletic Annex West Office Renovation 55 Eagle Street Terre Haute, Indiana 47807 Project Manual: Athletic Annex West Office Renovation 55 Eagle Street Terre Haute, Indiana 47807 A/E & Project Manager: Department of Facilities Management 951 Sycamore Street Terre Haute, Indiana 47809

More information

IOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS

IOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS PROJECT MANUAL IOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS DES MOINES, IOWA K/O Project No. 160802.00 KEFFER/OVERTON ASSOCIATES, INC. ARCHITECTS 650 SOUTH PRAIRIE VIEW DRIVE,

More information

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

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

More information

Document 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

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

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 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

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

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

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

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

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

More information

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

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

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

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

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

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

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

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

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

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents. PROJECT NO. 13-130.03 Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No. 13-130.03 OWNER: City of Pell City 1905 First Ave. North Pell City, AL 35125 ph. (205)338-2244

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

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

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

More information

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

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

DESIGN ARCHITECTS, INC.

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

More information

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

CONSTRUCTION DOCUMENTS Part 1

CONSTRUCTION DOCUMENTS Part 1 Audio Presentation Session 4 CONSTRUCTION DOCUMENTS Part 1 Project Delivery Education Program Construction Document Technology (CDT) Preparatory Course 2011 The Construction Specifications Institute www.csinet.org

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

LORD Erie Robinson Road Relocation Project Exterior Sitework 2455 Robison Road

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

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

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

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

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

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

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

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

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

More information

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY 140 John James Audubon Parkway, Suite 201, Amherst, New York 14228 P 716.688.0766 F 716.625.6825 ADDENDUM NO. 1 Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley,

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

Addendum No. 1 Page 1 of 2

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

More information

PREQUALIFICATION AND ADVERTISEMENT FOR BIDS

PREQUALIFICATION AND ADVERTISEMENT FOR BIDS PREQUALIFICATION AND ADVERTISEMENT FOR BIDS Sealed Bid Proposals for UAB Project No. 170177 Honors College Building located at 1321 10th Avenue South, Birmingham AL 35205 will be received by The Facilities

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

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

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

More information

JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO

JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO. 2825 AES, BES, CES, PGES, SRES B.C. NO. 2018554 DOCUMENT 00 9113A - ADDENDUM NO. A 1.1 PROJECT INFORMATION A. Project Name: JEFCO Gym HVAC Additions to AES,

More information

Building E 2017 RTU Replacement

Building E 2017 RTU Replacement Building E 2017 RTU Replacement 8900 US Hwy 14 Crystal Lake, Illinois 60012 PROJECT MANUAL January 31, 2017 20/10 Engineering Group, LLC 1216 Tower Road Schaumburg, Illinois 60173 847-882-2010 Fax (847)

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

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 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

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

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

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

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

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department ADDENDUM No. 2 DATED JULY 2, 2013 TO THE PROJECT MANUAL and PLANS

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

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

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

More information

City of Ketchum and Sun Valley Water and Sewer District

City of Ketchum and Sun Valley Water and Sewer District City of Ketchum and Sun Valley Water and Sewer District CITY OF KETCHUM AND SUN VALLEY, ID Headworks Improvements - Screen and Washer/Compactor Procurement Issued for Bid February 2018 HDR Project No.

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

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

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

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

More information

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

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

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

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

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