Rebuilding Ohio s Public Construction Law: Construction Reform in House Bill 153
|
|
|
- Holly Wilkins
- 10 years ago
- Views:
Transcription
1 Rebuilding Ohio s Public Construction Law: Construction Reform in House Bill 153 October 2011 E. Rod Davisson, Esq., Schottenstein Zox & Dunn Co., LPA 250 West Street Columbus, Ohio [email protected]
2 BIDDING AND PREVAILING WAGE CHANGES
3 MUNICIPAL BIDDING THRESHOLDS Entity Statute Old Threshold New Threshold Village/No Administrator $ 25, $ 50, Village with Administrator $ 25, $ 25, City $ 25, $ 25,
4 PREVAILING WAGE THRESHOLDS Construction Type Old Threshold New 9/29/2011 9/29/2012 9/29/2013 Adjusted New Vertical $ 78, $ 125, $ 200, $ 250, Reconstruction Vertical $ 23, $ 38, $ 60, $ 75, New Horizontal $ 78, $ 78,258.00?? 1/1/2012 Reconstruction Horizontal $ 23, $ 23,447.00?? 1/1/2012 4
5 PREVAILING WAGE Horizontal Construction is Any new construction of a public improvement that involves roads, streets, alleys, sewers, ditches, and other works connected to road or bridge construction When estimating the cost of the improvement for the purpose of determining whether or not it meets the prevailing wage threshold, you must use prevailing wages to calculate the estimate. (No change in existing law). 5
6 NEW CONTRACTING POWERS
7 CODE OF HAMMURABI 1700 BCE If a builder build a house for some one and complete it, he shall give him a fee of two shekels in money for each sar of surface. (800 ft 2 for $10.00) Surgery = 10 shekels ($50.00) If a builder build a house for some one, and does not construct it properly, and the house which he built fall in and kill its owner, then that builder shall be put to death. If it kill the son of the owner the son of that builder shall be put to death. Byron s Multiplicative Property of Halfwittedness ½ + ½ = 1 NO ½ x ½ = ¼ YES 7
8 ORC MULTIPRIME (OLD METHOD) Rule in Ohio for more than 100 years Only four states still require (PA, ND, IL, NY) RC Municipal corporation authorized to contract for construction and required to take bids shall require separate and distinct bids for the following classes of work: (1) Plumbing and gas fitting; (2) Steam and hot-water heating, ventilating apparatus, and steampower plant; (3) Electrical equipment. By default creates, at least, a fourth contract with General Trades $5000 minimum Clerk of the Works, Limited Coordination 8
9 COORDINATION AND BIM 9
10 MULTI PRIME (OLD METHOD) Report of the Ohio Construction Reform Panel,
11 TRADITIONAL DESIGN-BID-BUILD Advantages well tested common usage reduced markup clear roles design completed before construction linear approach Disadvantages Cumbersome time consuming multiple responsibility flow-through liability claims process 11
12 NEW POWERS New ORC eliminates the requirement that multiple-prime contracting be used for public improvements, except for Ohio Turnpike Commission Projects. Public authorities will be able to enter into contracts with: Design-Build firms ( D/B firms ); Construction Managers at risk ( CMAR ); and General Contractors. 12
13 DELIVERY TIMELINE Report of the Ohio Construction Reform Panel,
14 DESIGN BUILD
15 DESIGN-BUILD Report of the Ohio Construction Reform Panel,
16 DESIGN-BUILD Greater Cincinnati Plumbing Contractors Association et al. vs. City of Blue Ash, 106 Ohio App. 3d 608 (1995) Upheld use of design-build process Design-build bidding process was a proper exercise of local self-government (Home-rule) power Process followed consistent with Charter Process followed constituted competitive bidding 16
17 DESIGN-BUILD THRESHOLD RC The selection process does not apply if: Fees expected to be less than $50,000 and: Must select from RC list of SOQ s within last year; AND Negotiate using rules of RC Emergency exception 17
18 DESIGN-BUILD: CRITERIA ARCHITECTS/ ENGINEERS RC [RC (I)]"Criteria architect or engineer" means the architect or engineer retained by a public authority to prepare conceptual plans and specifications, to assist the public authority in connection with the establishment of the design criteria for a design-build project, and, if requested by the public authority, to serve as the representative of the public authority and provide, during the design-build project, other design and construction administration services on behalf of the public authority, including but not limited to, confirming that the design prepared by the design-build firm reflects the original design intent established in the design criteria package. Owner shall use criteria A/E Can contract with them through RC Can use employee but must notify DAS CA can not work on project 18
19 DESIGN-BUILD CONTRACTING RC RC (D)(1)(b) Describes qualifications of DB technical training, education, and experience of the design-build firm's personnel and key consultants technical training, education, and experience of the employees and consultants of the design-build firm who would be assigned to perform the services, including the proposed architect or engineer of record. RC (J) Defines Open Book Pricing DB provides the public authority, at the public authority's request, all books, records, documents, contracts, subcontracts, purchase orders, and other data in its possession pertaining to the bidding, pricing, or performance of a contract for designbuild services awarded to the design-build firm. 19
20 DESIGN-BUILD CONTRACTOR SELECTION RC (A) Encourage SOQ with regular updates RC (B) Evaluate SOQ with Criteria A/E RC Requires public announcement of contracts but can be sent to any of the following that Owner considers appropriate: Design-Build firms Associations News Media Any publication or public media (including electronic) 20
21 DESIGN-BUILD SELECTION RC Evaluate SOQ s with Criteria A/E Select and rank no less than three RC (A)(2) Provide additional information RC (A)(2)(h) Request pricing proposal RC (A)(3) Evaluate pricing proposals and hold discussions with each of three RC (A)(4) Rank 21
22 DESIGN-BUILD SELECTION RC RC (A)(5) Negotiate with proposer that is best value RC (B) Follow negotiation rules RC (C) If negotiations fail, notify DB in writing Negotiate with next ranked proposer and repeat if fail MUST USE DAS APPROVED CONTRACTS RC Allows Public Authority to set insurance requirements 22
23 DESIGN-BUILD SUBCONTRACTING RC RC (A) Public Authority may reject CMAR, DB, GC subcontracts if determine not responsible RC (B) Public Authority may authorize CMAR or DB to use design assist with no transfer of liability RC (C) If CMAR and DB self-perform, must submit sealed bid before opening bids for same work 23
24 DESIGN-BUILD SUBCONTRACTING RC RC (A) CMAR and DB establish prequalification criteria Subject to approval of public authority Consistent with DAS rules RC (B) CMAR and DB identify three prequalified bidders (unless exception approved by Public Authority) Public Authority must verify that bidders meet the prequalification criteria 24
25 DESIGN-BUILD SUBCONTRACTING RC RC (C) CMAR or DB solicits proposals from prequalified bidders Requires Open Book pricing method (9.33 or ) RC (D) Not required to award to low bidder MUST USE DAS CONTRACTS 25
26 CONSTRUCTION MANAGER AT RISK
27 CONSTRUCTION MANAGER AT RISK Report of the Ohio Construction Reform Panel,
28 CONSTRUCTION MANAGER AT RISK DEFINED RC 9.33(B)(1) "Construction manager at risk" means a person with substantial discretion and authority to plan, coordinate, manage, direct, and construct all phases of a project for the construction, demolition, alteration, repair, or reconstruction of any public building, structure, or other improvement and who provides the public authority a guaranteed maximum price as determined in section RC of the Revised Code. 28
29 CONSTRUCTION MANAGER AT RISK MISC. RC 9.331(A) Must advertise in newspaper and may advertise by electronic means pursuant to rules adopted by the director of administrative services RC 9.333(B) Requires CM at Risk to provide surety bond under new DAS rules 29
30 CONSTRUCTION MANAGER AT RISK SELECTION RC Advertise 30 days before proposals due RC 9.334(A) Public authority shall evaluate proposals and select no fewer than three CMAR s unless three qualified are not available RC 9.334(B) Public authority shall provide each of the above with: Description of the project Description of how GMP determined (with level of design) Form of CMAR contract Request for pricing proposal RC 9.334(C) CMAR submits pricing proposal RC 9.334(D) Public Authority evaluates the proposals and may meet to discuss proposals with CMAR s 30
31 CONSTRUCTION MANAGER AT RISK SELECTION RC 9.334(E) Rank the CMAR s based on value (pricing and qualifications); RC 9.334(F) Enter into negotiations with the best value (highest ranked) CMAR; and RC 9.334(G)(1) If negotiations fail with the highest ranked CMAR firm must notify that firm in writing of termination of negotiations RC (G)(2) Public Authority can begin negotiations with the next highest ranked CMAR. RC 9.334(H) If fail to reach GMP, can go forward Must use DAS prescribed contracts 31
32 GENERAL CONTRACTING
33 GENERAL CONTRACTING Report of the Ohio Construction Reform Panel,
34 GENERAL CONTRACTING RC (A)(5) "General contracting" means constructing and managing an entire public improvement project, including the branches or classes of work specified in division (B) of this section, under the award of a single aggregate lump sum contract. 34
35 GENERAL CONTRACTING RC Municipalities award under lowest and best standard RC Public Authority may reject GC subcontracts if determines bidder not responsible Must use DAS forms for subcontractsonly No guidance for selection so use RC , ,
36 CHARTER MUNICIPALITIES
37 CHARTER MUNICIPALITIES Q. What does HB 153 mean for you? A. Not much so long as you have the right charter language. Example Purchase of supplies, materials, equipment and printing for the City shall be made pursuant to specifications through open competitive bidding under such rules, consistent with this Charter as the Council may establish by ordinance. Formal advertising, bidding and public opening and tabulation of bids shall be required for all purchases with estimated cost exceeding the limitations provided for by State law. G.C. Charter Section
38 CHARTER MUNICIPALITIES Exercises of authority by a charter municipality that involve powers of local self-government thus prevail over general state laws. It is therefore clear that the Home Rule Amendment to the Ohio Constitution confers a significantly high degree of sovereignty upon municipalities. [T]he powers of local self-government which are granted under Section 3 of Article XVIII are essentially those powers of government which, [i]n view of their nature and their field of operation, are local and municipal in character. Trucco Constr. Co., Inc. v. Columbus, Not Reported in N.E.2d, 2006 WL (Ohio App. 10 Dist.,2006). 38
39 CHARTER MUNICIPALITIES The determination of whether a municipality has superseded a state statute by its home rule power involves a two-part test: (1) whether the municipality has through its charter set forth a reservation of intent to exercise home rule power and (2) whether the municipality has properly exercised that power. (1) Usually comes from the Charter (2) Usually comes from an ordinance Great Plains Exploration, L.L.C. v. Willoughby, Not Reported in N.E.2d, 2006 WL , Ohio App. 11 Dist.,
40 BONDING & IMPLEMENTATION
41 BONDING CHANGES RC Public Contract Bonding Statute Not applicable to RC (CMAR) or RC (DB) RC (A) Treats DB same as Principal Contractor for bond claims for 90 day Statement of Amount Due letter to surety; includes CM in definition of Principal Contractor 41
42 DEPARTMENT OF ADMINISTRATIVE SERVICES RC No later than June 30, 2012, DAS shall adopt rules for: (A) Procedures and criteria for best value selection of CMAR/DB (B) Prequalification criteria for use by CMAR/DB (C) Form contracts for CMAR/DB/GC subcontracts (D) Form contracts for CMAR/DB and Owners 42
43 IMPLEMENTATION RULES PROGRESS
44 D.A.S. PREREQUISITES FOR BECOMING EFFECTIVE Draft Rules Posted for Comments JCARR Filing Public Hearing Effective/ Available Surety Bonding Rule (Design-Build, CM at Risk) 10/11/ /11/2011 (filed) 11/14/ /22/2011 Contract Form Rule (Design-Build, CM at Risk) 10/11/ /11/2011 (filed) 11/14/ /22/2011 Subcontract Form Rule (Design-Build, CM at Risk, General Contracting) 10/11/ /11/2011 (filed) 11/14/ /22/2011 Prequalification (Design-Build, CM at Risk) TBD 11/04/2011 (tentative) TBD TBD Best Value (Design-Build, CM at Risk) TBD 11/04/2011 (tentative) TBD TBD Electronic Advertising (CM, CM at Risk) TBD 11/04/2011 (tentative) TBD TBD Electronic Bidding (Multi-Prime, General Contracting) TBD TBD TBD TBD 44
45 SURETY BONDING (DRAFT RULES) CMAR and DB must provide: Prior to contract separate performance and payment bonds with penal sum 100% of contract sum Requires surety approval of increase as condition for payment of increase 21 days to replace bankrupt sureties Bonds must be on DAS forms 45
46 CMAR CONTRACT FORM (DRAFT RULES) The State of Ohio Standard Requirements for Public Facility Construction (State Architect) Office/ListofStandardRequirementsDocuments.aspx AIA Contract Documents Option 1: Contract form: A133 General conditions: A201 Architect/engineer agreement: B103 or B103 46
47 CMAR CONTRACT FORM (DRAFT RULES) ConsensusDOCS Combined contract form and general conditions: ConsensusDOCS 500 Architect/engineer agreement: ConsensusDOCS 240 CMAA Contract Documents Contract form: CMAR-1 General conditions: CMAR-3 Architect/engineer agreement: CMAR-4 47
48 CMAR CONTRACT FORM MODIFICATIONS When using contract documents under paragraph (B) of this rule for a construction manager at risk project, a public authority shallincorporate applicable requirements of federal, state, or local law and may include supplemental terms and conditions or modify the contract documents to include project-specific terms and conditions. Must use DAS subcontract forms 48
49 DESIGN-BUILD CONTRACT FORM (DRAFT RULES) The State of Ohio Standard Requirements for Public Facility Construction (State Architect s Office) AIA Contract Documents Contract form and terms and conditions: A33 Criteria architect/engineer agreement: B142 Architect/engineer of record agreement: B143 ConsensusDOCS Combined contract form and general conditions: ConsensusDOCS 410 Criteria architect/engineer agreement: ConsensusDOCS 245 Architect/engineer of record agreement: ConsensusDOCS
50 DESIGN-BUILD CONTRACT FORM (DRAFT RULES) DBIA Contract Documents Contract form: Document No. 530 General Conditions: Document No. 535 Criteria architect/engineer agreement: Document No. 501 Architect/engineer agreement: Document No. 540 EJCDC Contract Documents Contract form: D-525 General Conditions: D-700 Criteria architect/engineer agreement: D-500 Architect/engineer of record agreement: D
51 DESIGN-BUILD CONTRACT FORM (DRAFT RULES) When using contract documents under paragraph (B) of this rule for a design-build project, a public authority shall incorporate applicable requirements of federal, state, or local law and may include supplemental terms and conditions or modify the contract documents to include project-specific terms and conditions. Must use DAS subcontract form 51
52 CMAR/DB/GC SUBCONTRACTS (DRAFT RULES) Must use the DAS subcontract form May supplement with public Authority terms if no conflict May supplement with dickered terms if no conflict Subcontract precedence over all parts of contract between contractor and sub If fail to use form, State terms still apply and control 52
53 CMAR/DB/GC SUBCONTRACTS (DRAFT RULES) Required Terms Conditions Concurrent: Flow Down and perform in accordance with Contract Documents Contingent Assignment: Subcontract may be assigned to Owner Intended Third Party Beneficiary: Owner with no subcontractor rights unless assigned Insurance: Subcontractor to maintain insurance in accordance with the Contract Documents Right to Audit: Public Authority right to audit Subcontractor s books (3 years after Work) Indemnity: Subcontractor shall indemnify from all claims for bodily injury or property (other than work) 53
54 CMAR/DB/GC SUBCONTRACTS (DRAFT RULES) Required Terms Prompt Pay: Constructor shall at a minimum make payments to the Subcontractor in accordance with applicable law, including Ohio Revised Code Section Retainage: equal to or less than the percentage retained from the Constructor Warranty: Subcontractor fully warrants and guarantees, for the benefit of the Public Authority, the effectiveness, fitness for the purpose intended, quality, and merchantability of any Work performed or item provided or installed by the Subcontractor 54
55 CMAR/DB/GC SUBCONTRACTS (DRAFT RULES) Required Terms Non Waiver of Lien Rights: No waiver of rights under Section 1311 of the Revised Code Non-Discrimination: Subcontractor to comply with Applicable Law regarding equal employment opportunity, including Section of the Revised Code and all Executive Orders issued by the Governor of the state of Ohio. 55
56 MODIFYING FORM DOCUMENTS Form contracts need to be modified! Know what you need Know the law Coordination is key 56
57 CONSENSUS To the fullest extent permitted by law, the Design-Builder shall indemnify and hold harmless the Owner, Owner's officers, directors, members, consultants, agents and employees (the Indemnitees) from all claims for bodily injury and property damage (other than to the Work itself and other property required to be insured under Paragraph 11.5), including reasonable attorneys' fees, costs and expenses, that may arise from the performance of the Work, but only to the extent caused by the negligent acts or omissions of the Design-Builder, Subcontractors or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. The Design-Builder shall not be required to indemnify or hold harmless the Indemnitees for any negligent acts or omissions of the Indemnitees. 57
58 ANOTHER WAY? 13. Defense and Indemnification: The Contractor agrees, to the fullest extent permitted by law, to indemnify, defend, and hold harmless the City and its agents and employees from and against all claims, suits, judgments, proceedings, damages, losses or expenses, proven or not, including attorney s fees, arising out of or relating, directly or indirectly, to its performance of the Work. The Contractor also agrees to pay any and all attorney s fees incurred by the City, its agents, or its employees in enforcing any of the Contractor s defense or indemnification obligations. In any and all claims against the City or any of its agents or employees by any employee of the Contractor, or anyone directly or indirectly employed by the Contractor, or anyone for whose acts the Contractor is liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by the Contractor under Workers Compensation Acts, disability benefit acts, or other employee benefits acts. 58
59 CONSENSUS To the fullest extent permitted by law, the Owner shall indemnify and hold harmless the Design-Builder, its officers, directors or members, Subcontractors or anyone employed directly or indirectly by any of them or anyone for whose acts any of them may be liable from all claims for bodily injury and property damage, other than property insured under Paragraph 11.5, including reasonable attorneys' fees, costs and expenses, that may arise from the performance of work by Others, but only to the extent caused by the negligent acts or omissions of Others. Secret Code: six, one, four, 462, two, two, two, nine 59
SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)
Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT
Introduction/Background. Competitive Bidding- Statutory Requirements. Competitive Bidding- Charter/Code Requirements
Public Works Contracts in Missouri Presented September 8, 2008 by Joe Lauber 2008 Missouri Municipal League Annual Conference Introduction/Background Bidding the project New construction safety training
INDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects
Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
Kentucky Department of Education Version of Document A312 2010
Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal
SECTION 3 AWARD AND EXECUTION OF CONTRACT
SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that
AIA Document A310 TM 2010
AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections
STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION
STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter
AIA Document A312 - Electronic Format. Performance Bond
AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
Construction Delivery Methods for Texas school districts
Construction Delivery Methods for Texas school districts Pfluger Associates Architects, P.L.L.C. ARCHITECTS / PLANNING CONSULTANTS History Prior to 1995, public school districts were required to utilize
Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information
Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document
FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874
ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
Document A312 TM SURETY. (Name, legal status and principal place of business)
Payment Bond Document A312 TM 2010 CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) Uninterruptible
IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
Bond Form Commentary and Comparison
Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond
Know Your Indemnity Obligation Know Your Risk Know Your Insurance Company
Know Your Indemnity Obligation Know Your Risk Know Your Insurance Company by KEVIN R. CARLIN, ESQ. Roadmap Key Points to Take From This Presentation: Type I, Type II &Type III indemnity How to identify
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)
CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: School District Board + OFCC Project Name Wellington New K-8 EM/MS Response Deadline
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) Administration of Project: School District Board + OFCC Project Name Groveport Madison High School Response Deadline 10/17/2014 4:00pm local time Project
said subcontractor initiates his work.
68 1701. Definitions. As used in Sections 1701 through 1707 of this title: 1. "Contractor" includes all prime and general contractors, subcontractors, independent contractors and persons engaged in contract
Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
Doniphan-Trumbull Public School BP 902.05 Page 1 of 6 CONSTRUCTION MANAGEMENT AT RISK SCHOOL CONSTRUCTION ALTERNATIVE
Page 1 of 6 CONSTRUCTION MANAGEMENT AT RISK SCHOOL CONSTRUCTION ALTERNATIVE The school district adopts this policy in the event it resolves to use the construction management at risk (CM at risk) construction
Stephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
INDEPENDENT CONTRACTOR AGREEMENT. Currituck (hereinafter County ) and, RECITALS
INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT is made the day December, 2015, between the County of Currituck (hereinafter County ) and, (hereinafter Contractor ). RECITALS County is a body corporate
ON-TIME AND ON-BUDGET: KEY ISSUES IN NEGOTIATING CONSTRUCTION CONTRACTS
ON-TIME AND ON-BUDGET: KEY ISSUES IN NEGOTIATING CONSTRUCTION CONTRACTS ACC REAL ESTATE COMMITTEE PRESENTATION SEPTEMBER 17, 2009 SEAN T. BOULGER, ESQ. WILMER CUTLER PICKERING HALE AND DORR LLP I. Introduction
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
AIA Document A312 TM 1984
Performance Bond AIA Document A312 TM 1984 CONTRACTOR (Name and Address): H. B. Barnard, General Corporation 53 West Jackson Boulevard Suite 235 OWNER (Name and Address): The Chicago Society of Alpha Delta
RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204
RFQ REQUEST FOR QUALIFICATIONS Architectural/Engineering Services MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 Issued: January 28, 2015 Submission Deadline: February 26, 2015 @ Noon Att: Joanne
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Campus Elevator Upgrades Response Deadline 9/03/13
Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement
Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following
Retaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
How To Get Construction Procurement Services
Construction Procurement William C. Charvat, AIA, CSI Excerpt from The Architect s Handbook of Professional Practice, 13th edition 2000 The procurement of construction services brings together the team
PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION
REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS
The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES
STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES Document No 501 Second Edition, 2010 Design-Build Institute of America Washington, D.C. TABLE OF CONTENTS Article Name Page Article 1 Consultant
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) Administration of Project: Local Higher Education Project Name FAES- Student Success Center Response Deadline 03/04/2013 4:30 pm local time Project Location
STANDARD FORM OF AGREEMENT BETWEEN OWNER AND DESIGN- BUILDER - LUMP SUM
DC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND DESIGN- BUILDER - LUMP SUM Document No. 525 Second Edition, 2010 Design-Build Institute of America Washington, Design-Build Institute of America - Contract
REQUEST FOR PROPOSAL. Design Services
Ventura County Community College District Ventura College Parking Lot Renovation REQUEST FOR PROPOSAL Design Services Proposals due by: 2:00 p.m. December 15, 2003 Deliver to: Project Director The JCM
City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property
TERMS AND CONDITIONS FOR ONLINE TRANSACTIONS TO PURCHASE GP PROPERTY (VIA GOINDUSTRY DOVEBID) By submitting a bid to purchase the Property (as defined below), BUYER (as defined below) agrees that the following
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,
NPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions
PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents
COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).
COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with
INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS
INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES
REQUEST FOR QUALIFICATIONS Project Number 105A, 106A City College of San Francisco DSA - Inspector of Record Services for: Balboa Reservoir Development Site Work Academic Joint Use Facility (Revised 5/12/08)
T34 - PUBLIC WORK IN MASSACHUSETTS, UNDERSTANDING CHAPTER 149 AND CHAPTER 149A
T34 - PUBLIC WORK IN MASSACHUSETTS, UNDERSTANDING CHAPTER 149 AND CHAPTER 149A PANELISTS: Deborah Anderson, Esq. Office of the Attorney General Laura Wernick, FAIA, REFP, LEED AP HMFH Architects, Inc.
Subcontractor Insurance & Licensing Requirements Please provide the items below
Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed
BID BOND CITY OF EAST POINT, GEORGIA
BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,
REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District
Introduction: REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Pursuant to Utah Code Ann. 63G-6-701, it is the policy of the Provo City
REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES
City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL
Evaluating Project Delivery Options
Evaluating Project Delivery Options Scot A. Bini Vice President, URS August 24, 2004 Design-Bid-Build Overview Design Build Construction Management at Risk Owner Representation Terminology Project Manager
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department
5.2 Insurance Requirements The Highway Commissioner shall determine the minimum acceptable amounts for the following types of insurance--(1) Bodily Injury Liability and (2) Property Damage Liability. There
FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES
Request For Price. Work Schedule The project shall commence within a reasonable time of the request.
Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,
Design-Bid-Build v. Guaranteed Maximum Price Contracting: The Basics for Owner's Counsel
Page 1 of 6 ALM Properties, Inc. Page printed from: New York Law Journal Back to Article Design-Bid-Build v. Guaranteed Maximum Price Contracting: The Basics for Owner's Counsel James E. Hughes New York
Document A312 TM SURETY. (Name, legal status and principal place of business)
Performance Bond Document A312 TM 2010 CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) Uninterruptible
REQUEST FOR QUALIFICATIONS RFQ NO. 011-04 ARCHITECTURAL/ENGINEERING SERVICES GOLDEN WEST COLLEGE INFRASTRUCTURE MASTER PLAN & UPGRADE PROGRAM
REQUEST FOR QUALIFICATIONS RFQ NO. 011-04 ARCHITECTURAL/ENGINEERING SERVICES GOLDEN WEST COLLEGE INFRASTRUCTURE MASTER PLAN & UPGRADE PROGRAM Physical Facilities Department 1370 Adams Avenue Costa Mesa,
Cayo Software Reseller Agreement
Cayo Software Reseller Agreement Reseller Company Name: Contact Email Address: Phone: Website: Coverage Area: This agreement is between Cayo Software, LLC an Ohio Limited Liability Corporation (the VENDOR
OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.
OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager
CHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
UNIVERSITY OF MINNESOTA
UNIVERSITY OF MINNESOTA Bond Number CONTRACTOR: «Vendor_Name» «Address_1» «Address_2» 00620PAY PAYMENT BOND SURETY (Name and Address as listed in the current Federal Register): OWNER: Regents of the University
NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT
CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT This Agreement is entered into by and between the County of Carver, 600 East 4 th Street, Chaska, Minnesota 55318, through (Division),
SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address
Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter
ADVERTISING, SALE & AWARD
ADVERTISING, SALE & AWARD PRIMARY ROLES & RESPONSIBILITIES PRIMARY TASK ODOT LPA DEVELOP BID PROPOSAL If project estimate exceeds $500,000, submit engineer estimate to LPA Coordinator to obtain DBE goal.
1070, 3.02 INSURANCE REQUIREMENTS: Add the following sentence at the end of 1, 2, and 3: Waiver of Subrogation in favor of CITY is required.
INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 6, 2015 The contract documents for each construction project will identify the standards specifications to be used for that specific
EXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide
STATE OF TEXAS CONTRACT FOR SERVICES COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, located in Dallas County, Texas (hereinafter
SAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified
REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations.
OP-B-11-C2 CONSTRUCTION MANAGER SELECTION PROCESS SPECIFIC AUTHORITY Sections 1001.74(28), 1013.46, F. S. OBJECTIVE To provide guidelines for the selection of construction managers. OVERVIEW This procedure
COC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
CONSTRUCTION MANAGEMENT AT RISK A NEW CONSTRUCTION DELIVERY METHOD For PUBLIC SCHOOLS
CONSTRUCTION MANAGEMENT AT RISK A NEW CONSTRUCTION DELIVERY METHOD For PUBLIC SCHOOLS Senate Bill 914, ratified by the General Assembly December 6, 2001, made more changes to the public bidding and construction
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Shideler Hall Renovation Response Deadline 12/20/13
ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION
INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as
Contract Guide Course for Design Professionals: Part II
Contract Guide Course for Design Professionals: Part II Presented by: J. Kent Holland, J.D. ConstructionRisk, LLC [email protected] 703-623-1932 1 AIA Registered Course This program is registered
CALIFORNIA Strict Indemnity Language. CALIFORNIA Intermediate Indemnity Language
CALIFORNIA Strict Indemnity Language Contractor (Indemnitor) shall indemnify, defend, and hold harmless Authority, its officers, officials, employees, and volunteers from and against any and all liability,
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San
