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

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

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

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

ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY BOARD OF EDUCATION OPELIKA, ALABAMA

ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY BOARD OF EDUCATION OPELIKA, ALABAMA

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

ADDENDUM NUMBER ONE PROJECT NO January 2018

ADDENDUM NO. 3 February 28, 2017

The Housing Authority of the County of Marin ( MHA ) 4020 Civic Center Drive. San Rafael, CA Addendum #1. Released October 3, 2016

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

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

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

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

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

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

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

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

LSCC MISC. PROJECTS (PACKAGE D) MILLSAP BUILDING ROOF REPLACEMENT Addendum 3

ENGINEERING BUILDING ROOF REPLACEMENT

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

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form.

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

PAWLEYS ISLAND TOWN HALL

DEAN + TYLER + BURNS ARCHITECTURE

CITY OF MARSHALL, MINNESOTA

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

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

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

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

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

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

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

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

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

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until:

Addendum No. TWO Date:

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

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

HUNTLEY COMMUNITY SCHOOL DISTRICT 158 Addendum No. 5 to the Specifications for Roof Systems Replacement and Repairs BID# /24/17

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

DOCUMENT ADDENDUM

City of Eagle Point 2017 Paving Instruction to Bidders

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Main Building Auditorium

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018.

THE CITY OF MT. PLEASANT, MICHIGAN

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SECTION HANDRAILS AND RAILINGS. A. Section Metal Fabrications: Associated metal supports.

Update In Progress. Division 7 Thermal and Moisture Protection Page Section ROOFING AND WATERPROOFING

Hays CISD IH 35 Kyle, Texas ext August 2018

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

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CITY OF RICHMOND PINE CAMP COMMUNITY CENTER ROOF REPLACEMENT PROJECT RCS PROJECT NO

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

BID Addenda No. Date Issued Addenda No. Date Issued

TELEPHONE: (215) Addendum No. 03

PUBLIC WORKS DEPARTMENT

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

John Barton Architect, LLC

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.

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

DOCUMENT BID PROPOSAL

Addendum 1 Residential Reroofing at Multiple Public Housing Developments. Town of Chapel Hill, NC ZAKIA ALAM, PURCHASING & CONTRACTS MANAGER

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

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

HISD DAVILA ELEMENTARY SCHOOL ROOF REPLACEMENT ADDENDUM #1 JOB NO A PAGE 1

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

ADVERTISEMENT TO BID PARTIAL

BID ADDENDUM. 1 of 1. State Project No: H27-Z381 ADDENDUM NO.: PROJECT NAME: 1600 Hampton St. Building Roof Replacement

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

Project Number BID NO. CAG 18 2 ROOF REPLACEMENT FOR HARFORD COUNTY PUBLIC SCHOOLS NORTH HARFORD ELEMENTARY. Addendum # 2

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

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects

Thermoplastic Single Ply & Multi-Ply Roofing Systems

Addendum No. 1 Page 1 of 2

Tiger Drylac Canada Inc. Batching Room and Storage Addition 110 Southgate Drive, Guelph, ON December 4, 2017

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

City of Jacksonville Finance Department

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

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

City of Saco Bid Solicitation Windy Point Pump Station Building Expansion

Finance & Technology Administrator (815) ext 223

333-90TH STREET DALY CITY. CA ADDENDUM #1 CONTRACT BID DOCUMENTS FOR DOELGER SENIOR CENTER BOILER REPLACEMENT (101 LAKE MERCED BOULEVARD)

BASE BIDS 1. Raytown Administration Building Fully Adhered 60-mil TPO Membrane. ALTERNATE BIDS 1. Add Base Sheet under Base Bid #1 $

Transcription:

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 PROJECT NO. 17-163 BC # 2017300 A. The following changes and/or substitutions to the plans and specifications are hereby made a part of same and are incorporated in full force as part of the contract. B. Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form. C. Refer to the Advertisement For Bids: Revised Scope of Work for Each Proposal as follows; Proposal A : Remove the existing BUR and insulation down to existing tectum decking and attach rosin paper and a fiberglass base sheet to the existing tectum decking. Adhere new R25 polyiso insulation with a ½ wood fiber cover board in hot asphalt, and 3 plys of fiberglass felt and granule surface modified bitumen roofing. Furnish and install crickets, wood nailers, fascia and flashing as indicated. Raise all mechanical units and fans to achieve new roofing material height and slope. Existing gutters and downspouts shall be removed and reinstalled. Proposal B : Clean the existing BUR and overlay with a layer of ½ HD ISO with low rise foam and new fully adhered 60 mil TPO membrane roofing. Furnish, wood nailers, fascia and flashing. Existing gutters and downspouts shall be removed and reinstalled. Completion Time: All work for either Proposal shall be completed in 90 calendar days from the Notice To Proceed. The Main Building (center building on Sheet A1.1 and A1.2) shall be completed fist in this time frame. 631 South Hull Street Montgomery, Alabama 36104 334-834-9933

D. See the attached Revised Proposal Form A and Proposal Form B herein dated 07.17.17. A4.2 SPECIFICATIONS The following applies to Bid Proposal A and Bid Proposal B : A. Refer to Section 07600, Flashing and Sheet Metal: Delete reference to Gutters and Downspouts. C. Delete Section 05500, Steel Railings. A4.2 SPECIFICATIONS The following applies ONLY to Bid Proposal A : A. Refer to Section 07530, Modified Bituminous Sheet Roofing System, Revise scope as follows: A4.2 SPECIFICATIONS Remove the existing BUR and insulation down to existing tectum decking and attach rosin paper and a fiberglass base sheet to the existing tectum decking. Adhere new R25 polyiso insulation with a ½ wood fiber cover board in hot asphalt, and 3 plys of fiberglass felt and granule surface modified bitumen roofing. Furnish and install crickets, wood nailers, fascia and flashing as indicated. Raise all mechanical units and fans to achieve new roofing material height and slope. Existing gutters and downspouts shall be removed and reinstalled. Change as follows: Cap Sheet shall be a Grade G, granule cap sheet, delete reference to Grade S. The following applies ONLY to Bid Proposal B : A. See the attached Section 01011, Contingency Allowance (Revised 07.17.17) herein. B. Refer to Section 07500, TPO Membrane Roofing: Change scope as follows: Clean the existing BUR and overlay with a layer of ½ HD ISO with low rise foam and new fully adhered 60 mil TPO membrane roofing. Furnish, wood nailers, fascia and flashing. Existing gutters and downspouts shall be removed and reinstalled. 631 South Hull Street Montgomery, Alabama 36104 334-834-9933

A4.3 DRAWINGS Delete reference to the 115 mil fleece-back TPO and use a 60 mil TPO fully adhered membrane. The following applies to Bid Proposal A and Bid Proposal B : A. Refer to Sheet A1.1 and A1.2 issued in Addendum #2 and Detail Sheets A2.1 and A2.2: Delete the Guardrail locations and details indicated on these drawings and provide the following portable guardrail system described herein in lieu of the fixed guardrails shown on the drawings: Manufacturers: The following manufacturers products have been used to establish minimum standards for materials, workmanship and function: Safety Rail Company, Spring Park, MN Equal products of other manufacturers may be used in the work, provided such products have been approved by the Architect, not less than five (5) days prior to scheduled bid opening. NON-PENETRATING RAILING SYSTEM Roof Edge Protection: Provide Safety Rail Company freestanding pedestrian egress barrier system on roof, including pipe railings, uprights, bases, accessories and fittings. Product: ACCU-FIT Traditional Series Mobile Guard Rail System. (6 long sections 2 required, 4 long sections 2 required) a. System top and mid rail provided in accordance with OSHA Standards - 29 CFR 1910.29 (b)(1-14). b. Structural Load: 200 lb (90.7 kg), minimum, in any direction to all components in accordance with OSHA Regulation 29 CFR 1926.502. Height: 42 inches (1067 mm), minimum. Horizontal Railings: NPS 1-1/4 (DN 32) schedule 40 galvanized steel pipe 21 ft (6.4 m) lengths. Freestanding Mobile Base Plate - (5 required): 104 lbs (47.2 kg) Class 30 gray iron material cast with multiple post receivers. Provide rubber pads on bottom of bases. Receiver posts shall have drain holes. 631 South Hull Street Montgomery, Alabama 36104 334-834-9933

a. Membrane roofing. Receiver Stanchion Posts: Provided with construction pipe to support horizontal railing pipes. Receiver posts shall have drain holes. Traditional Series (straight). Base Mover Accessory: Provide Base Mover, Part No. 400062 twowheeled steel cart to transport one base unit. Finish: Steel surfaces. a. Factory finished powder coat paint. b. Color: Safety Yellow. C. Refer to Sheet A2.1 and A2.2, Details: Change as follows: The lower piece of the existing metal fascia shall remain in-place. The Contractor shall cleat a new upper metal fascia to this existing lower piece. Existing gutters and downspouts shall be removed and reinstalled. Delete reference to new gutters and downspouts. D. Refer to Sheet A1.1 and A1.2 issued in Addendum #2: A4.3 DRAWINGS Delete reference to new Splash Blocks. The following applies ONLY to Bid Proposal B : A. Refer to Sheet A1.2 issued in Addendum #2, change as follows: Delete reference to crickets on Sheet A1.2. Clean the existing BUR and overlay with a layer of ½ HD ISO with low rise foam and new fully adhered 60 mil TPO membrane roofing. Furnish, wood nailers, fascia and flashing. Existing gutters and downspouts shall be removed and reinstalled. END OF ADDENDUM FOUR 631 South Hull Street Montgomery, Alabama 36104 334-834-9933

PROPOSAL FORM A (REVISED 07.17.17) ABC Form C-3 August 2001 REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA PROJECT NO. 17-163 Proposal A : Remove the existing BUR and insulation down to existing tectum decking and attach rosin paper and a fiberglass base sheet to the existing tectum decking. Adhere new R25 polyiso insulation with a ½ wood fiber cover board in hot asphalt, and 3 plys of fiberglass felt and granule surface modified bitumen roofing. Furnish and install crickets, wood nailers, fascia and flashing as indicated. Raise all mechanical units and fans to achieve new roofing material height and slope. Existing gutters and downspouts shall be removed and reinstalled. This project pursuant to Act 2013-205 shall not include sales tax in the General Contractors Base Bid Proposal or any Unit Prices or Alternates. Items eligible for exemption from sales and use tax are building materials, construction materials and supplies and other tangible personal property that becomes part of the structure. To: Date: (Awarding Authority) In compliance with your Advertisement for Bids and subject to all the conditions thereof, the undersigned (Legal Name of Bidder) hereby proposes to furnish all labor and materials and perform all work required for the construction of WORK in accordance with Drawings and Specifications, dated, prepared by, Architect/Engineer. The Bidder, which is organized and existing under the laws of the State of, having its principal offices in the City of, is: a Corporation a Partnership n individual (other). LISTING OF PARTNERS OR OFFICERS: If Bidder is a Partnership, list all partners and their addresses; if Bidder is a Corporation, list the names, titles, and business addresses of its officers: BIDDER S REPRESENTATION: The Bidder declares that it has examined the site of the Work, having become fully informed regarding all pertinent conditions, and that it has examined the Drawings and Specifications (including all Addenda received) for the Work and the other Bid and Contract Documents relative thereto, and that it has satisfied itself relative to the Work to be performed. Page 1 of 3

ABC Form C-3 August 2001 ADDENDA: The Bidder acknowledges receipt of Addenda Nos. through inclusively. UNIT PRICES: The below Unit Price establish Unit Prices that the Owner can delete/add quantities from the Contract as required. UNIT PRICE #1: For the removal, disposal and replacement of 1,000 Square Feet of deteriorated and/or damaged tectum wood fiber decking (3 thick): 1,000 Square Feet @ $ SF Equals $ UNIT PRICE #2: For the removal and disposal of 1,000 Square Feet of deteriorated and/or damaged tectum wood fiber decking and replacement with a ¾ plywood base sheet screwed into the flanges at 8 O.C. along with a 2 ¼ layer of polyiso insulation to achieve the thickness of the existing tectum decking: 1,000 Square Feet @ $ SF Equals $ The above Unit Price establishes Unit Prices that the Owner can delete/add quantities from the Contract as required. This Contractor shall compute the Base Bid Proposal with separate line items and a final total amount as follows (lowest combined Base Bid Total with Unit Pricing shall determine the low bidder): 1) Furnishing and installation only of the removal of the existing BUR down to existing tectum decking and attaching the rosin paper and a fiberglass base sheet to the existing tectum decking and the 3 plys of fiberglass felt and granule surface modified bitumen roofing and new metal fascia/drip edge. $ PLUS 2) Furnishing and installation of adhering the new R25 polyiso insulation with a ½ wood fiber cover board in hot asphalt and the crickets, wood nailers and associated flashing. Raise all mechanical units and fans to achieve new roofing material height and slope. Existing gutters and downspouts shall be removed and reinstalled. $ BASE BID TOTAL: Amount to complete all work indicated in Contract Documents including the Unit Prices listed above and the separate line Item pricing for the sum of: Dollars $ BID SECURITY: The undersigned agrees to enter into a Construction Contract and furnish the prescribed Performance and Payment Bonds and evidence of insurance within fifteen calendar days, or such other period stated in the Bid Documents, after the contract forms have been presented for signature, provided such presentation is made within 30 calendar days after the opening of bids, or such other period stated in the Bid Documents. As security for this condition, the undersigned further agrees that the funds represented by the Bid Bond (or cashier s check) attached hereto may be called and paid into the account of the Awarding Authority as liquidated damages for failure to so comply. Page 2 of 3

ABC Form C-3 August 2001 Attached hereto is a: (Mark the appropriate box and provide the applicable information.) Bid Bond, executed by as Surety, a cashier s check on the Bank of, for the sum of Dollars ($ ) made payable to the Awarding Authority. BIDDER S ALABAMA LICENSE: State License for General Contracting: License Number Bid Limit Type(s) of Work CERTIFICATIONS: The undersigned certifies that he or she is authorized to execute contracts on behalf of the Bidder as legally named, that this proposal is submitted in good faith without fraud or collusion with any other bidder, that the information indicated in this document is true and complete, and that the bid is made in full accord with State law. Notice of acceptance may be sent to the undersigned at the address set forth below. The Bidder also declares that a list of all proposed major subcontractors and suppliers will be submitted at a time subsequent to the receipt of bids as established by the Architect in the Bid Documents but in no event shall this time exceed twenty-four (24) hours after receipt of bids. Legal Name of Bidder Mailing Address * By (Legal Signature) * Name (type or print) (Seal) * Title Telephone Number * If other than the individual proprietor, or an above named member of the Partnership, or the above named president, vice-president, or secretary of the Corporation, attach written authority to bind the Bidder. Any modification to a bid shall be over the initials of the person signing the bid, or of an authorized representative. Page 3 of 3

PROPOSAL FORM B (REVISED 07.17.17) ABC Form C-3 August 2001 REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA PROJECT NO. 17-163 Proposal B : Clean the existing BUR and overlay with a layer of ½ HD ISO with low rise foam and new fully adhered 60 mil TPO membrane roofing. Furnish, wood nailers, fascia and flashing. Existing gutters and downspouts shall be removed and reinstalled. This project pursuant to Act 2013-205 shall not include sales tax in the General Contractors Base Bid Proposal or any Unit Prices or Alternates. Items eligible for exemption from sales and use tax are building materials, construction materials and supplies and other tangible personal property that becomes part of the structure. To: Date: (Awarding Authority) In compliance with your Advertisement for Bids and subject to all the conditions thereof, the undersigned (Legal Name of Bidder) hereby proposes to furnish all labor and materials and perform all work required for the construction of WORK in accordance with Drawings and Specifications, dated, prepared by, Architect/Engineer. The Bidder, which is organized and existing under the laws of the State of, having its principal offices in the City of, is: a Corporation a Partnership n individual (other). LISTING OF PARTNERS OR OFFICERS: If Bidder is a Partnership, list all partners and their addresses; if Bidder is a Corporation, list the names, titles, and business addresses of its officers: BIDDER S REPRESENTATION: The Bidder declares that it has examined the site of the Work, having become fully informed regarding all pertinent conditions, and that it has examined the Drawings and Specifications (including all Addenda received) for the Work and the other Bid and Contract Documents relative thereto, and that it has satisfied itself relative to the Work to be performed. Page 1 of 2

ABC Form C-3 August 2001 ADDENDA: The Bidder acknowledges receipt of Addenda Nos. through inclusively. BASE BID: Amount to complete all work indicated in Contract Documents for the sum of: Dollars $ BID SECURITY: The undersigned agrees to enter into a Construction Contract and furnish the prescribed Performance and Payment Bonds and evidence of insurance within fifteen calendar days, or such other period stated in the Bid Documents, after the contract forms have been presented for signature, provided such presentation is made within 30 calendar days after the opening of bids, or such other period stated in the Bid Documents. As security for this condition, the undersigned further agrees that the funds represented by the Bid Bond (or cashier s check) attached hereto may be called and paid into the account of the Awarding Authority as liquidated damages for failure to so comply. Attached hereto is a: (Mark the appropriate box and provide the applicable information.) Bid Bond, executed by as Surety, a cashier s check on the Bank of, for the sum of Dollars ($ ) made payable to the Awarding Authority. BIDDER S ALABAMA LICENSE: State License for General Contracting: License Number Bid Limit Type(s) of Work CERTIFICATIONS: The undersigned certifies that he or she is authorized to execute contracts on behalf of the Bidder as legally named, that this proposal is submitted in good faith without fraud or collusion with any other bidder, that the information indicated in this document is true and complete, and that the bid is made in full accord with State law. Notice of acceptance may be sent to the undersigned at the address set forth below. The Bidder also declares that a list of all proposed major subcontractors and suppliers will be submitted at a time subsequent to the receipt of bids as established by the Architect in the Bid Documents but in no event shall this time exceed twenty-four (24) hours after receipt of bids. Legal Name of Bidder Mailing Address * By (Legal Signature) * Name (type or print) (Seal) * Title Telephone Number * If other than the individual proprietor, or an above named member of the Partnership, or the above named president, vice-president, or secretary of the Corporation, attach written authority to bind the Bidder. Any modification to a bid shall be over the initials of the person signing the bid, or of an authorized representative. Page 2 of 2

SECTION 01011 CONTINGENCY ALLOWANCES (REVISED 07.17.17) The General Contractor shall include in his bid proposal the following sums: 1. Ten Thousand Dollars ($10,000.00) as a contingency to cover unforeseen conditions or minor changes that are necessary to correct or supplement the work as detailed in the Contract Documents. The Contractor shall include in his bid proposal all costs of office, job supervision, overhead, profit, and bond on this Contingency Allowance, because no such costs will be paid to Contractor for work performed under this Contingency Allowance. Only the direct costs of performing work under this provision shall be paid under and charged against the Contingency Allowance; such cost includes costs o materials and delivery, installation labor, payroll taxes and insurance, equipment expense, and the cost of subcontracted work (subcontractor s cost may include a maximum of 15% mark-up for overhead and profit). After unknown conditions are identified and examined and the scope of work and method of repair determined, or request for a proposal to cover additional work has been issued by the Owner, the Contractor shall submit a proposal for such work to the Architect for the Owner s approval. If the Owner approves of such proposal, he will issue written authorization to the Contractor to perform the work and charge the related costs to the Contingency Allowance. At the Owner s option, work performed under this provision may be ordered done on a time and material basis, in which case; the Contractor shall keep accurate records of all time and materials used and submit such records to the Architect for his approval at the end of each day s work. An accounting of the costs charged against this Contingency Allowance shall be mutually maintained by the Contractor, Architect, and Owner throughout the course of the project. Any of this Contingency Allowance not spent shall be credited to the Owner by Change Order at close out of the project, refer to Contingency Allowance Form attached to this Section. Provide for payment. The Contractor shall include a line item in the Schedule of Values entitled Contingency Allowance. The estimated value of work completed pursuant to fully executed Contingency Allowance Authorizations may be included in the Contractor s monthly Applications for Payment. Payments under this Contingency Allowance shall not exceed the net, total of fully executed Contingency Allowance Authorizations. 17-163 CONTINGENCY ALLOWANCES (REVISED 07.17.17) 01011-1

RE-ROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA PROJECT NO. 17-163 BC Project No. 2017300 CONTINGENCY ALLOWANCE AUTHORIZATION AUTHORIZATION No. DATE In accordance with Specification Section 01011 CONTINGENCY ALLOWANCE, the Contractor, is hereby authorized to proceed with the changes in Work as are described below and is to be paid for the performance of these changes as provided in Specification Section 01011. This Authorization shall become effective when it is signed by the Contractor and the Owner s representative and it is understood and agreed that the amount(s) stipulated below constitute full compensation for these changes in Work. TOTAL AMOUNT OF THIS AUTHORIZATION $ ORIGINAL AMOUNT OF THE CONTINGENCY ALLOWANCE $ NET TOTAL OF PREVIOUS AUTHORIZATIONS $ PREVIOUS REMAINING CONTINGENCY ALLOWANCE $ TOTAL AMOUNT OF THIS AUTHORIZATION $ CONTINGENCY ALLOWANCE REMAINING AFTER THIS CONTINGENCY $ Recommended By: Authorized By: Accepted By: Architect Cleburne County B.O.E. Contractor END OF SECTION 01011 (REVISED 07.17.17) 17-163 CONTINGENCY ALLOWANCES (REVISED 07.17.17) 01011-2