DOCUMENT RESUME ED EF TITLE
|
|
|
- Thomasine McLaughlin
- 9 years ago
- Views:
Transcription
1 DOCUMENT RESUME ED EF TITLE Construction Management Guidelines for Capital Outlay Program Projects. INSTITUTION Georgia State Dept. of Education, Atlanta. Facilities Services Unit. PUB DATE NOTE 7p. PUB TYPE Guides Non-Classroom (055) EDRS PRICE DESCRIPTORS IDENTIFIERS MF01/PC01 Plus Postage. Capital Outlay (For Fixed Assets); *Construction Management; Educational Facilities; Educational Facilities Design; Educational Finance; Elementary Secondary Education; *Facility Guidelines; *State Regulation *Georgia ABSTRACT The Georgia State Department of Education recognizes two separate methods for utilizing construction management services by local school systems when state capital outlay funds are involved. This report details those two methods. The report first describes the Construction Management (CM)-Agency approach, which allows a CM-Agency manager to enter into a professional services contract similar to an architectural or engineering contract with the local board of education (LBOE). The CM-Agency performs no work with its own employees, receives no additional fees or profit margins from the project other than the fees or expenses provided for in the contract, and maintains a position in the project independent from the designer and the contractors. The report then explains the Construction Management-At Risk approach, which involves a construction services contract with the LBOE in which the CM-At Risk manager contracts the various components of the project the way in which a general contractor would. The CM-At Risk manager does not usually perform any portion of the work except for those items specified under the general conditions of the contract such as cleanup, layout, and security. (RJM) ******************************************************************************** Reproductions supplied by EDRS are the best that can be made from the original document. ********************************************************************************
2 ' CONSTRUCTION MANAGEMENT GUIDELINES for CAPITAL OUTLAY PROGRAM PROJECTS rn C GEORGIA DEPARTMENT OF EDUCATION FACILITIES SERVICES UNIT February PERMISSION TO REPRODUCE AND DISSEMINATE THIS MATERIAL HAS BEEN GRANTED BY L 4...uctmki) TO THE EDUCATIONAL RESOURCES INFORMATION CENTER (ERIC) 2 U.S. DEPARTMENT OF EDUCATION Office of Educational Research and Improvement EDUCATIONAL RESOURCES INFORMATION CENTER (ERIC) This document has been reproduced as received from the person or organization originating it. Minor changes have been made to improve reproduction quality. Points of view or opinions stated in this document do not necessarily represent official OERI position or policy.
3 GEORGIA DEPARTMENT OF EDUCATION CONSTRUCTION MANAGEMENT GUIDELINES The Georgia Department of Education shall recognize two separate and distinct methods of utilizing construction management (CM) services by local school systems when state capital outlay funds are involved in a project. These methods are delineated as follows. Construction Management - Agency Under this approach, the CM-Agency manager enters into a professional services contract with the local boards of education (LBOE) similar to an architectural or engineering contract. The CM-Agency performs no work with its own employees, receives no additional fees or profit margins from the project other than the fees and/or expenses provided for in the contract, and maintains a position in the project independent from the designer and contractors. Construction Management - At Risk Under this approach, the CM-At Risk enters into a construction services contract with the LBOE similar to an architectural or engineering contract. The CM-At Risk contracts the various components of the project similar to a general contractor. The CM-At Risk does not perform any portion of the work except for those items specified under the general conditions of the contract such as cleanup, layout, security, etc. except when certain conditions as described later in this guideline exist, and the CM-At Risk meets the criteria specified in this document. The CM-At Risk maintains a position in the project independent from the designers, but has a direct contractual relationship with all of the trade contractors. A LBOE choosing one of these two methods shall abide by the following requirements in order to receive state capital outlay grant funds. Construction Management - Agency A LBOE planning to use a CM-Agency on projects with state funds must meet the following requirements. 1. A predesign conference shall be held to discuss the conditions that will apply to construction projects with state funding when CM-Agency will be used. Participants in the predesign conference must be the local superintendent or a designated representative, the LBOE's architect of record, the CM-Agency representative and the Georgia Department of Education, Facilities Services, representative. Approval to proceed will be provided by the Georgia Department of Education, Facilities Services, when an understanding and agreement to operating conditions have been reached by all parties. 1 of 5
4 2. The LBOE shall have a written contract with the CM-Agency that shall have prior approval from the Georgia Department of Education, Facilities Services. The architectural contract and the CM-Agency contract shall not be in conflict as to services to be rendered. 3. The CM-Agency shall purchase and maintain the following insurance: a) Workers compensation for the CM employees. b) Protection of the owner from public liability due to injury or destruction of tangible property including the loss resulting therefrom. c) Professional liability to include errors and omissions for services to be performed. d) If the CM-Agency is to be responsible for payments to contractors on behalf of the LBOE, it shall be covered by a payment bond in the amount of the individual contract(s) for which payment is to be made. 4. The LBOE shall publicly and competitively bid all work and submit the documentation of bids received as well as the contracts to be awarded to the Georgia Department of Education, Facilities Services Unit. All contractors shall be backed by a 100 percent performance and 100 percent payment bond for work to be performed and shall carry the necessary liability insurance as required by the bid documents. All bidding procedures shall be in compliance with State Board of Education rules. 5. The CM-Agency and its subsidiaries are only eligible to perform work under the general conditions portion of the state-approved project documents. All other work shall be publicly and competitively bid with documentation of bids received submitted to the Georgia Department of Education for approval prior to contracting. (CM-Agency is not eligible to bid on any of the bid packages.) 6. General contractors may submit bids for any bid package in the project. 7. All work (to include any change orders) completed under the CM-Agency contract shall have prior approval of the architect of record, the LBOE, and the Georgia Department of Education. 8. All rules in Chapter of the Georgia Department of Education, Facilities Services Section, which apply to construction of schools ( ,-.11,-.15,-.16,-.18), shall be followed for each project. 9. The CM-Agency firm and architectural firm (and their employees) shall not enter into a contract with each other to perform any services related to the project. Neither the architect of record nor the CM-Agency firm (nor their employees) shall have any vested interest in the other's business. 2 of 5
5 10. All requests for periodic reimbursements of state funds shall be submitted to the Georgia Department of Education by the LBOE and shall be consolidated and submitted in the format and manner prescribed by the department. Construction Management - At Risk A LBOE planning to use CM-At Risk on projects with state funds must meet the following requirements: 1. A predesign conference shall be held to discuss the conditions that will apply to any construction project with state funding when CM-At Risk is to be used. Participants in the predesign conference must be the local superintendent or designated representative, the local board of education's architect of record, the CM-At Risk representative and the Georgia Department of Education, Facilities Services, representative. 2. The LBOE shall have a written contract with the CM-At Risk that shall have prior approval by the Georgia Department of Education, Facilities Services Unit. This agreement shall be a single construction contract with the CM-At Risk holding all other construction contracts for the project. The contract shall specify the general conditions work to be performed and other responsibilities of the CM-At Risk. 3. The CM-At Risk contract shall be backed by a 100 percent performance and 100 percent payment bond and carry the necessary project liability insurance as required by State Board of Education rules plus professional liability insurance. 4. The CM-At Risk and its subsidiaries are only eligible to perform work under the general conditions portion of the project unless the following conditions exist: a) The conditions under which the LBOE may allow the CM-At Risk to use its own forces to perform the work in a bid package are described in the instructions to bidders. b) The CM-At Risk's Guaranteed Maximum Price (GMP) and a line item amount for each of the bid packages that includes any overhead and profit must be presented to the LBOE and approved by the LBOE prior to opening any bids. (The CM-At Risk is not eligible to submit a competitive bid on any of the bid packages.) c) All work (other than the general conditions) must be publicly and competitively bid, and documentation of the bids received must be submitted to the Georgia Department of Education for approval prior to contracting. d) After bids have been opened, the CM-At Risk may (with written permission from the LBOE) perform the work included in a bid package with its own forces IF: i) The lowest responsible and responsive bid received for a package of work exceeds the line item amount in the CM-At Risk's approved GMP and any 3 of 5 5
6 value engineering or redesign permitted fails to reduce the cost to an amount equal to or less than the CM-At Risk's line item amount. When these conditions exist, the CM-At Risk may perform the work described in that bid package with its own forces (with the approval of the LBOE) for the lump sum amount stated as a line item for such work in the CM-At Risk's approved GMP. The lump sum amount stated as a line item in the CM-At Risk's approved GMP shall include any overhead and profit. ii) iii) No responsible and responsive bid is received for a package of work. When this condition exists, the CM-At Risk may perform the work described in that package of work with its own forces (with the approval of the LBOE) for the lump sum amount stated as a line item for such work in the CM-At Risk's approved GMP. The lump sum amount stated as a line item in the CM-At Risk's approved GMP shall include any overhead and profit. The line item amount for a package of work as stated in the CM-At Risk's approved GMP shall be deemed to be a bid from the CM-At Risk for the work to be performed by the CM-At Risk only if the conditions described in 4. d) i) or 4. d) ii) exist. e) Except for General Condition items and/or under the conditions described in 4. f) of this guideline, the CM-At Risk shall not be entitled to a CM fee for any work performed with its own forces. The CM fee shall be reduced by the line item amount in the CM-At Risk's GMP for each package of work that the CM-At Risk performs with its own forces. f) The CM-At Risk may with its own forces perform work encompassed within any Trade Contract between the CM-At Risk and any Trade Contractor upon the termination of such Trade Contract by the CM-At Risk by reason of the default or abandonment of the work by the Trade Contractor. The CM-At Risk shall perform such work or the balance thereof remaining at the time of termination for an amount not exceeding the remaining unexpended balance of the Trade Contract at the time of termination. If the CM performs work with its own forces in accordance with the conditions described in this paragraph, the CM's fee shall not be reduced. 5. General contractors may submit competitive bids for any bid package in the project. 6. All work (including change orders) completed under the CM-At Risk shall have the approval of the architect of record, the local board of education, and the Georgia Department of Education. 7. All rules in Chapter of Georgia Department of Education, Office of Administrative Services, Facilities Services Unit, which apply to construction of schools ( , -.11, -.15, -.16, -.18), shall be followed for each project. 4 of 5
7 8. The CM-At Risk and architectural firm (and their employees) shall not enter into a contract with each other to perform any services related to the project. Neither the architectural firm nor the CM firm (nor their employees) shall have any vested interest in the other's business. 9. All requests for periodic reimbursements of state funds shall be submitted to the Georgia Department of Education by the LBOE and shall be consolidated and submitted in the format and manner prescribed by the department. Architect of Record (CM-Agency and CM-At Risk) The use of CM does not negate the requirement for an architect of record to be contracted with by the local board of education. All communication and required approvals shall flow from the CM firm through the architect of record through the local board of education to the Georgia Department of Education. Pay requests, change orders, and work approval will not be accepted by the Georgia Department of Education without prior approval of the architect of record and the local board of education. 5 of 5 7
8 U.S. DEPARTMENT OF EDUCATION Office of Educational Research and improvement (OERI) Educational Resources Information Center (ERIC) ERIC NOTICE REPRODUCTION BASIS This document is covered by a signed "Reproduction Release (Blanket)" form (on file within the ERIC system), encompassing all or classes of documents from its source organization and, therefore, does not require a "Specific Document" Release form. This document is Federally-funded, or carries its own permission to reproduce, or is otherwise in the public domain and, therefore, may be reproduced by ERIC without a signed Reproduction Release form (either "Specific Document" or "Blanket"). (9/92)
DESIGN & CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),
DESIGN & CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year), Between the Owner: And the Designer/Architect: For the Project: Contact Primary Full
Reproductions supplied by EDRS are the best that can be made from the original document.
DOCUMENT RESUME ED 468 842 AUTHOR TITLE INSTITUTION PUB DATE NOTE AVAILABLE FROM PUB TYPE EDRS PRICE DESCRIPTORS IDENTIFIERS RC 023 695 Henderson, Jason R. Are High-Growth Entrepreneurs Building the Rural
SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and
SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER
RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February
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
STANDARD FORM OF AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor and Subcontractor Share Risk of Owner Payment)
State License #CGC048773 STANDARD FORM OF AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor and Subcontractor Share Risk of Owner Payment) This Agreement is made this day of, 200, by and
Construction Management At-Risk
Oconee County Schools P.O. Box 146, 34 School Street Watkinsville, GA 30677 706-769-5130 706-769-3513 REQUEST FOR PROPOSALS ISSUE DATE: March 10, 2016 RFP REF: Construction Management At-Risk Construction
TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM CHAPTER 1--FEDERAL ACQUISITION REGULATION
TEGL 0400 Attachment 5 [Code of Federal Regulations] [Title 48, Volume 1, Chapter 1 (Parts 1 to 51)] [Revised as of October 1, 1999] From the U.S. Government Printing Office via GPO Access [CITE: 48CFR42]
Recommended Best Practices for the Use of Construction Management/General Contractor on Highway and Transportation Projects in the Public Sector
Recommended Best Practices for the Use of Construction Management/General Contractor on Highway and Transportation Projects in the Public Sector Approved March 23, 2011 Purpose: While the traditional Design-Bid-Build
The BASICS of CONSTRUCTION ACCOUNTING Workshop GLOSSARY
The BASICS of CONSTRUCTION ACCOUNTING Workshop GLOSSARY From Financial Management & Accounting for the Construction Industry, CFMA. 2014 Matthew Bender and Company, Inc., a member of the LexisNexis Group.
RESELLER AGREEMENT. WHEREAS, DW is in the business of, among other things, designing, creating and hosting websites;
RESELLER AGREEMENT This Reseller Agreement ( Agreement ), dated as of the day of Month, Year, is made by and between DW Data, Inc., a Delaware corporation ( DW ), and the person or entity who registers
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
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES Part I: Proposal Information A. General Information The Berwick Area School District is soliciting proposals for construction management services
STANDARD SERVICES CONTRACT FOR USE WITH USAID FUNDS
STANDARD SERVICES CONTRACT FOR USE WITH USAID FUNDS This document is only for guidance purposes. The Logistics Officer MUST CONSULT the legal office and Finance department alongside the must current USAID
The South African Council for the Project and Construction Management Professions. Guideline Scope of Services and Tariff of Fees
The South African Council for the Project and Construction Management Professions Guideline Scope of Services and Tariff of Fees For Persons Registered in terms of the Project and Construction Management
12 LC 33 4535 A BILL TO BE ENTITLED AN ACT
Senate Bill 418 By: Senators Orrock of the 36th, Henson of the 41st, Tate of the 38th, Fort of the 39th, Davis of the 22nd and others A BILL TO BE ENTITLED AN ACT 1 2 3 4 5 6 7 8 9 To amend Title 33 of
ENGINEERING AGREEMENT
ENGINEERING AGREEMENT STATE OF LOUISIANA PARISH OF JEFFERSON This Agreement is made and entered into on this day of, 200 by and between the Parish of Jefferson, State of Louisiana, acting herein by and
Office of the State Treasurer 200 Piedmont Avenue, Suite 1204, West Tower Atlanta, Georgia 30334-5527 www.ost.ga.gov
Office of the State Treasurer 200 Piedmont Avenue, Suite 1204, West Tower Atlanta, Georgia 30334-5527 www.ost.ga.gov INVESTMENT POLICY FOR THE OFFICE OF THE STATE TREASURER POLICY December 2015 O.C.G.A.
Reproductions supplied by EDRS are the best that can be made from the original document
DOCUMENT RESUME ED 476 680 JC 030 288 AUTHOR Seppanen, Loretta TITLE The New Transfer Student--Students Completing Job Preparatory Programs with a Transfer Goal. INSTITUTION Washington State Board for
Performance Bond. Business):
Performance Bond CONTRACTOR (Name and Address): (Name and Address of Principal Place of Business): OWNER (Name and Address): City of Cedar Rapids City Clerk, 101 First Street SE Cedar Rapids, IA 52401
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
Unity Community Center Metal Roof Installation. Request for Bids
Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box 381 32 School Street
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
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach
PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR
PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR This agreement for the provision of financial advisory services ( Agreement ) has been entered into this 21 st day of April, 2015 ( Effective Date
NOTICE OF INTENT TO SELL $9,900,000 ROCHESTER COMMUNITY SCHOOL BUILDING CORPORATION FIRST MORTGAGE BONDS, SERIES 2015
APPENDIX i NOTICE OF INTENT TO SELL $9,900,000 ROCHESTER COMMUNITY SCHOOL BUILDING CORPORATION FIRST MORTGAGE BONDS, SERIES 2015 Upon not less than twenty-four (24) hours notice given by telephone by
Reproductions supplied by EDRS are the best that can be made from the original document.
DOCUMENT RESUME ED 449 089 SO 032 464 TITLE INSTITUTION The Distinction between Civil and Criminal Law: A Lesson Plan for High School Law-Related Educators To Support "Understanding the Federal Courts."
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
HAWAII STANDARD GENERAL CONDITIONS FOR FORM OF AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR
HAWAII STANDARD GENERAL CONDITIONS FOR FORM OF AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR TABLE OF ARTICLES 1 AGREEMENT 2. SCOPE OF WORK 3. SUBCONTRACTOR S RESPONSIBILTIES 4. CONTRACTOR'S RESPONSIBILITIES
REQUEST FOR PROPOSAL. Design Services
Ventura County Community College District Ventura College Parking Lot Renovation REQUEST FOR PROPOSAL Design Services Proposals due by: 2:00 p.m. December 15, 2003 Deliver to: Project Director The JCM
CITY OF COMMERCE CITY BID BOND
BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($
REQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
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
The programming, design
Understanding Project Delivery for the Design and Construction of Public Buildings architecture The programming, design and construction of important public buildings require the coordinated efforts of
DEMO Version. Owner and Contractor OCNMP103
Page 1 of 12 AGREEMENT made as of the in the year of (In words, indicate day, month and year) day of BETWEEN the Owner: (Name, address and other information) DEMO Version and the Contractor: (Name, address
AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR
DB-BIM Contract No. 5890 07/14 Project No. 02-3210 AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR 1 DB-BIM Contract
AIA Document A141 TM - 2004 Standard From of Agreement Between Owner and Design- Builder
AIA Document A141 TM - 2004 Standard From of Agreement Between Owner and Design- Builder AGREEMENT made as of the day of in the year of (In words, indicate day, month and year) BETWEEN the Owner: (Name,
NEW JERSEY ANGEL INVESTOR TAX CREDIT FREQUENTLY ASKED QUESTIONS (FAQ)
NEW JERSEY ANGEL INVESTOR TAX CREDIT FREQUENTLY ASKED QUESTIONS (FAQ) 7/9/2013 Summary of Changes from original version posted 6/11/2013: 1) 6/18/2013 Added new Question 47, now 51. 2) 6/27/2013 a) Question
Contracting Strategy of a Project
Page : 1 of 8 KLM Technology www.klmtechgroup.com January 2013 KLM Technology #03-12 Block Aronia, Jalan Sri Perkasa 2 Taman Tampoi Utama 81200 Johor Bahru Malaysia Karl Kolmetz KLM Technology 4 Page 2
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
The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:
AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering
AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE
AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and
Considered: 05/24/2016
EXECUTIVE SUMMARY SANTA CLARA COUNTY CIVIC CENTER PROPOSED MASTER DEVELOPMENT AGREEMENT Revised May 2, 2016 County Team County, Office of Asset and Economic Development, Office of the County Executive
OWNER-ARCHITECT AGREEMENT FOR DESIGN AND ADMINISTRATION SERVICES
OWNER-ARCHITECT AGREEMENT FOR DESIGN AND ADMINISTRATION SERVICES MICHIGAN STATE HOUSING DEVELOPMENT AUTHORITY 735 East Michigan Avenue, Lansing, Michigan 48912 THIS AGREEMENT made on by and between (the
DOCUMENT RESUME ED 429 209 CE 078 457 TITLE
DOCUMENT RESUME ED 429 209 CE 078 457 TITLE Tech Prep Ohio Progress Report. INSTITUTION Ohio Board of Regents, Columbus.; Ohio State Dept. of Education, Columbus. PUB DATE 1999-03-00 NOTE 16p. PUB TYPE
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
MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON
OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS
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 the administration of construction
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
The Consultant is a person or an entity engaged by the Client or the Architect to provide services supplementary to those provided by the Architect.
Definitions Additional Services Additional Services are those professional services which are not contemplated at the time of execution of the contract and therefore cannot be identified then as being
Town of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
By accepting this work engagement, consultant certifies that they are not currently working for any state or federal government agency.
Consultant Consultant SS No. (or Tax ID No.) Street Address City, State, Zip Employee Requiring Service Department Term of Agreement When to use this form: This standard agreement may be used for engaging
Florida Division of Emergency Management ITB-DEM-14-15-023 Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)
Florida Division of Emergency Management ITB-DEM-14-15-023 Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD) 1) How can the Division attempt to procure Disaster Recovery Services valued
COSTS AND RETAINER AGREEMENT
COSTS AND RETAINER AGREEMENT BETWEEN: AND: K M SPLATT & ASSOCIATES ("the Firm") Administration Client ("the Client") of ("the Client") This document is divided into two parts. Part 1: Costs Disclosure
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
AKA Which Is? Used When? Who s Responsible?
Open Proprietary Descriptive Performance Reference Cash Allowance Closed Prescriptive Base Bid Specifications AKA Which Is? Used When? Who s Responsible? Several (3-5) appropriate material/product/systems
Document Comparative
Document Comparative AIA Documents A401 2007 and A401 2007 SP AIA Document A401 2007 SP, Standard Form of Agreement Between Contractor and Subcontractor, for use on a Sustainable Project, establishes the
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
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK MD ANDERSON AGREEMENT No. This Agreement is made as of, 20xx (the Effective Date ), by and between The Owner: M D Anderson Cancer Center c/o Sourcing
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
1.4 Licenses, Permits, Fees and Assessments.
PROFESSIONAL SERVICES AGREEMENT THIS CONTRACT SERVICES AGREEMENT (herein Agreement ), is made and entered into this day of, 2012, by and between the Anaheim Transportation Network, a California non-profit
THIS AGREEMENT is made effective as of this day of in the year of.
STANDARD FORM OF CONSTRUCTION MANAGEMENT AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER (Where the basis of payment is Cost of the Work with a guaranteed maximum price) THIS AGREEMENT is made effective
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 Contact: Mr. Tom Brown, Senior Construction Project Manager Facilities Services,
Construction Performance Bond. THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of. Sample Preview CONTRACTOR: Address
Construction Performance Bond THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of [which is one hundred percent of the Contract Price], and is entered into by and between the parties
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
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to
EXHIBIT D. Insurance and Bond Requirements
EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar
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
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
Terms and Conditions for the Delivery and Maintenance of Software Products
1 Terms and Conditions for the Delivery and Maintenance of Software Products I. Delivery of Software Products 1 Scope of Contract 1.1 The software products (hereinafter referred to as the programs ) shall
REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES. PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No.
REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No. FY15-805-67 Manchester-Boston Regional Airport is soliciting Proposals from qualified
REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING
Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering
Construction Management Agency (CMa) Services Request for Qualifications Hermantown Schools ISD #700
Construction Management Agency (CMa) Services Request for Qualifications Hermantown Schools ISD #700 Response Due: February 21, 2014 4:00 PM Submit to: Brad Johnson, Superintendent Hermantown Schools ISD
Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
Document A101 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the in the year (In words, indicate day, month and year.)
Discussion Note. Feedback from IAAust members is encouraged and should be forwarded to the LIWMPC (care of Allen Truslove).
Discussion Note Application of AS1.04, AASB 1038 & AASB 139: Effect of Margin on Services Valuation on Friendly Societies Discussion Note Status This Discussion Note was prepared by the Life Insurance
Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds
Page 1 of 5 Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds The Owner may use any form of agreement mutually agreed upon by the
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
MAJOR EQUIPMENT PURCHASE CONTRACT
MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract
