EXHIBIT A INDEX TO TECHNICAL SPECIFICATIONS DOCUMENT FOLLOWS

Similar documents
EXHIBIT A INDEX TO TECHNICAL SPECIFICATIONS DOCUMENT FOLLOWS

CONSTRUCTION DOCUMENTS Part 1

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT B , STANDARD FORM OF ARCHITECT S SERVICES: DESIGN AND CONTRACT ADMINISTRATION

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

Pre-Construction Conference Discussion Guide

OSNI PONCA OFFICE REMODEL

A62 UT PRE-CONSTRUCTION MEETING AGENDA

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

A62 PRE-CONSTRUCTION MEETING AGENDA

SECTION USACE QUALITY CONTROL SYSTEM (QCS)

DeKalb County Library Dunwoody Library Staff Area Renovation

Document B252TM 2007

G , Request for Proposal Land Survey

The construction phase, of course, is the execution of the work as required by the contract documents when the building is finally built.

BID NO FOOD SERVICEE

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

ATTACHMENT D SCOPE OF SERVICES

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

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

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

AIA Contract Documents: Retail Price List

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

SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT BUSINESS PROCESSES

APPENDIX D CONSTRUCTION PHASE CRITERIA

INVITATION FOR BID (IFB):

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

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

UNIFIED FACILITIES GUIDE SPECIFICATIONS

USDA - RURAL DEVELOPMENT. Construction Bid, Contracts, Meetings, Change Orders, Closeout

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information

Chapter 6, Construction

CLEAN WATER SERVICES AND CAROLLO ENGINEERS, INC. RECITALS. 1. District and Consultant previously entered into the Master Contract.

EXHIBIT 6 Preconstruction Work

SECTION SUPPLEMENTARY GENERAL CONDITIONS

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

INSTRUCTIONS TO BIDDERS

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

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

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

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

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

PROJECT MANUAL VOLUME ONE EOP Project # August 17, 2018

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

A101 Standard form of agreement between Owner and Contractor-Stipulated sum with instruction sheet wrapped (2017) $55.98

1ARCHITECTURE TABLE OF CONTENTS

DOCUMENT POST BID INTERVIEW

Bidding Conditions Attachment C

Standard Form of Agreement Between Owner and Contractor where the basis

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

AIA Contract Documents

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

County of Elko, Nevada Requirements, Specifications and Contract Documents. Mechanical System Upgrade, Project Manuel. Jackpot, Elko County, Nevada

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

AIA Contract Documents

Bidders Name: DOCUMENT 330 BID FORM

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

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

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

AIA Paper Contract Documents Price List, prices as of March 1, 2014

Specific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16.

Document Price List Prices effective June 1, 2016

TECHNOLOGY SPECIFICATIONS

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

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

AIA Contract Documents Price List

Chapter 4 State Requirements for Educational Facilities Section 4.1

DEAN + TYLER + BURNS ARCHITECTURE

VAE VIEW ELEMENTARY WINDOW REPLACEMENT West 1600 North Layton, UT Specifications. Construction Documents

UNIFIED FACILITIES GUIDE SPECIFICATIONS

INSTRUCTIONS FOR USING THE MICHIGAN SCHOOL BUSINESS OFFICIALS ( MSBO ) PROTOTYPE FORM OWNER/ARCHITECT AGREEMENT WITH CONSTRUCTION MANAGER COORDINATION

AIA Arizona Document Price List Prices effective April 2013

CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services

1) Unified School District No. 489 reserves the right to reject any or all bids and to waive any informalities in the bid procedure.

PROJECT MANUAL. Bleacher Addition Rigby High School School District No. 251 Rigby, Idaho. Set No. F o r t h e C o n s t r u c t i o n o f :

CONTRACTOR PRE-QUALIFICATION DOCUMENTS. For Construction of the. Baxley WWTP Solar Array

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

Construction Activity Descriptions April, 2018

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

SSM Project: Centennial School District Issued for Bid AC Unit Replacements 05/16/2014 Klinger and Log College Middle Schools

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

Invitation for Bid (IFB)

SECTION PAYMENT PROCEDURES

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT PROJECT MANUAL. Commonwealth Architects

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

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia PROJECT MANUAL BID SET April 4, 2018

FOGARTY MEMORIAL SCHOOL Plumbing Renovations

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

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

SECTION BID FORM

Owner: Metropolitan Park District of Tacoma

ISU Liberal Arts Chiller Replacement DPW # February 2018

TRIAD ENGINEERING CONSULTANTS, INC.

PROJECT MANUAL. TMC BCM Baylor College of Medicine Houston, Texas

Amounts Fee: $ Reimbursement: Reimbursables: $

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

1.4 USE OF EXISTING ELEVATORS FOR CONSTRUCTION PURPOSES (NO ELEVATOR CONTRACTOR IS CONTRACTED FOR THE PROJECT)

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

Midlands Technical College Wade Martin Chiller Replacement

Transcription:

EXHIBIT A INDEX TO TECHNICAL SPECIFICATIONS (Attach list of Technical Specifications.) DOCUMENT FOLLOWS Exhibit A

EXHIBIT B LIST OF DRAWINGS (Attach List of Drawings) DOCUMENT FOLLOWS Exhibit B

EXHIBIT C ESTIMATED MONTHLY DRAW-DOWN SCHEDULE (Attach Contractor s Estimated Monthly Draw-down Schedule) DOCUMENT FOLLOWS Exhibit C

Invitation to Bid No. APS Contract No. EXHIBIT D-1 MODIFICATION/CHANGE REQUEST PROJECT NAME: Contract Architect: Contract Architect s Consultant: MC/R LOG NUMBER: General Contractor: PROJECT NUMBER: CURRENT DATE: REQUESTED BY OWNER USER CONTRACTOR DESIGN PROFESSIONAL OTHER NAME/ORGANIZATION: INITIAL DESCRIPTION OF CHANGE ATTACHMENT(S) YES NO DESCRIPTION HERE (First Why, Then How) OWNER REVIEW OF CONTENT AND/OR FEASIBILITY DO NOT PROCEED PROCEED WITH ESTIMATE OF COSTS ONLY (within 10 calendar days of receipt of this MCR)! PROCEED WITH WORK, ESTIMATES OF COSTS TO FOLLOW (estimate within 10 days of receipt of this MCR)! Authorized APS Representative A/E-ESTIMATED COST OF REQUIRED DESIGN WORK: (estimated within 5 days; Include breakdown of costs) $ Initial Project DP Date PROCEED WITH DESIGN: (Forward proposed costs of work to OWNER for approval, include GRT) APPROVED AMOUNT $ Initial For APS: CONTRACTORS PROPOSED COST: (Include backup, include GRT) APPROVED AMOUNT $ Initial For APS: MUST BE COMPLETED TO FINALIZE: PROCEED WITH MODIFICATION OF WORK AND TO CONTRACT SUM (INCLUDE IN CHANGE ORDER) REJECTED BUT REPLACED BY MCR# REJECTED STOP ALL ACTION ON THIS REQUEST Date Date Date Exhibit D-1 (Revised 07/06/2010)

EXHIBIT D-2 CHANGE ORDER Albuquerque Public Schools PROJECT: DATE: Distribution to: Contractor Design Professional APS FDC CHANGE ORDER NO: APS Procurement Other CONTRACTOR: NOT VALID UNTIL SIGNED BY ALBUQUERQUE PUBLIC SCHOOLS. Signature of the Contractor indicates agreement herewith, including any adjustment in the Contract Sum or Contract Time. The Original Contract Sum was...$ Net change by previously authorized Change Orders...$ The Contract Sum prior to this Change Order was...$ The Contract Sum will be increased/decreased/unchanged by this Change Order in the amount of...$ The new Contract Sum including this Change Order will be...$ The Contract Time will be increased/decreased/unchanged by days The date of Substantial Completion as of the date of this Change Order therefore is Otherwise, Parties agree by checking here : that at the time of this Change Order, there is no agreement on adjustment to the Contract Time related to MCR(s). The Contractor, without prejudice and without waiving any rights to such claim for adjustment to Contract Time in relation these MCR(s), agrees to postpone claim in accordance with Paragraph 7.3 of the General Conditions. This CHANGE ORDER encompasses the following: MCR # SHORT DESCRIPTION DISTRICT AMOUNT TOTAL By: Karen Alarid, Director APS FDC ALBUQUERQUE PUBLIC SCHOOLS Date: By: Date: By: Date: Exhibit D-1

CONTRACT DATED: PROJECT NAME: EXHIBIT E CERTIFICATE OF SUBSTANTIAL COMPLETION WORK SUBSTANTIALY COMPLETE: SUBSTANTIAL COMPLETION is defined, in accordance with Article 9 of the General Conditions, as the date certified by the Design Professional when all the Work, or portion of the Work, is complete except for minor items so that the Owner can completely occupy or fully utilize the Work for it s intended use. The Design Professional also certifies that Contractor s Punch List of items to be completed or corrected prior to Final Completion, to the best of the Design Professional s knowledge, information and belief, is accurate and includes as a subset, the Punch List of Close-Out Work, in accordance with Subparagraph 9.10.2 of the General Conditions, as well as, a schedule, in accordance with Subparagraph 9.10.2 of the General Conditions, clearly stating when all Work will be complete and when Final Completion will occur in accordance with the General Conditions. The Design Professional and the Contractor certify that the Contractor has attached any agreed upon modifications or exceptions to Warranties stated in the Contract Documents. The DESIGN PROFESSIONAL therefore has determined that the Date of Substantial Completion for that Work defined above was, 20. DESIGN PROFESSIONAL: By: Date: The CONTRACTOR certifies that the above is true and in agreement and to be responsible for any Liquidated Damages due related to Substantial Completion date in accordance with the Contract Documents. The amount due for Liquidated Damages is (say in words) $. CONTRACTOR: By: Date: The OWNER hereby accepts the above defined Work as being Substantially Complete on said date. By: Karen Alarid, Director, APS FDC DISTRICT REPRESENTIVE ALBUQUERQUE PUBLIC SCHOOLS Date: Distribution to: District Representative Design Professional of Record APS Procurement Other Exhibit E

CONTRACT DATED: PROJECT NAME: EXHIBIT F CERTIFICATE OF FINAL COMPLETION SUBSTANTIAL COMPLETION DATE: FINAL COMPLETION is defined, in accordance with Article 9 of the General Conditions, as the date certified by the Design Professional when all the Work of the Project is fully complete, the Close-Out requirements of Paragraph 9.10 of the General Conditions have been completed, including the Close-Out Meeting and approval of Close-Out by the Design Professional, in accordance with Subparagraph 9.10.2, and the Contract fully performed in accordance with the Contract Documents, and the Contractor entitled to final payment. The DESIGN PROFESSIONAL has inspected the Work and has determined that the Date of Final Completion was, 20. DESIGN PROFESSIONAL: By: Date: ONE YEAR INSPECTION: Approximately thirty days prior to, the one-year anniversary of the Date of Substantial Completion, the Design Professional, the Owner, and the Contractor shall conduct an inspection of the Project to determine any correction of the Work which may be required at that time. The CONTRACTOR certifies that the Work is fully completed and was completed on or before, and submits herewith: CONTRACTOR: Application for Final Payment (AIA G702, or equal) Affidavit of Payments (AIA G706, or equal) Consent of Surety (AIA G707, or equal) Release of Liens (AIA G706A, or equal) By: Date: The OWNER hereby accepts the Work as fully complete and will make final payment. By: Karen Alarid, Director, APS FDC DISTRICT REPRESENTIVE ALBUQUERQUE PUBLIC SCHOOLS Date: Distribution to: District Purchasing Agent Design Professional APS Procurement Other Exhibit E

General Requirements: EXHIBIT G APS PROJECT MANAGEMENT SYSTEM ELECTRONIC DATA REQUIREMENTS a. The Contractor shall provide at a minimum, the following to its staff: i. Computer: Minimum Intel Pentium 4 Processor 2.4 GHz or equivalent processor with 512 MB of RAM; recommended Centrino Duo Processors 1.6 GHz or equivalent with 2GB or RAM, or higher. ii. Computer Operating System: Windows XP, Windows Vista, or Windows 7 iii. Web Browser: Microsoft Internet Explorer 9 iv. Work and Spreadsheet Processors: Microsoft Office Word, Excel and Outlook v. Scheduling Software: Microsoft Project or Primavera vi. Internet Service Provider: A reliable ISP in the area of the Project vii. Connection Speed/Minimum Bandwidth: DSL, ADSL, or T1 Line for transferring a minimum of 3Mbps Downstream and 512 Kbps Upstream viii. Have or install a scanner minimum 800 x 600 pixels, and a digital camera minimum resolution of one (1) megapixel. b. Contractor shall provide its management personnel assigned to this Project with access to personal computers and the Internet on a daily basis. Project Web Requirements: a. This project will utilize a web based project management tool called e-builder Enterprise. This web based application is a collaboration tool, which will allow project team members continuous access through the Internet to important project data as well as up to the minute decision and approval status information. b. Contractor shall have the responsibility for visiting the Project web site on a daily basis, and as necessary to be kept fully appraised of the Project developments, for correspondence, assigned tasks and other matters that transpire on the site. These may include but are not limited to: Contracts, Contract Exhibits, Contract Amendments, Drawing Issuances, Addenda, Bulletins, Permits, Insurance & Bonds, Safety Program Procedures, Safety Notices, Accident Reports, Personnel Injury Reports, Schedules, Site Logistics, Progress Reports, Daily Logs, Non- Conformance Notices, Quality Control Notices, Punch Lists, Meeting Minutes, Requests for Information, Submittal Packages, Substitution Requests, Monthly Payment Request Applications, Supplemental Instructions, Owner Variation Directives, Potential Variation Orders, Variation Order Requests, Variation Orders, and the like. All supporting data including but not limited to shop drawings, product data sheets, manufacturer data sheets and instructions, method statements, safety MSDS sheets, Substitution Requests and the like will be submitted in digital format via e- Builder Enterprise. Electronic File Requirements: a. In addition to the standard closeout submittal requirements detailed elsewhere in the Contract Documents, the Contractor shall also submit all closeout documents including As-Built Drawings, catalog cuts and Owner s Operation and Maintenance manuals in digital format. All documents (including as-built drawings) shall be converted or scanned into the Adobe Acrobat (.pdf) file format and uploaded to e-builder Enterprise.

e-builder Enterprise User Licenses: The Contractor is required to purchase and maintain for the life of the project at least one annual e-builder Enterprise user license as part of basic services. e-builder Inc. will facilitate user license acquisition.