commonwealth of massachusetts


[PDF]commonwealth of massachusetts - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

1 downloads 114 Views 416KB Size

COMMONWEALTH OF MASSACHUSETTS For Projects between $25,000 and 100,000 Subject to M.G.L. c. 149, s. 30-39m

Department of Fire Services Invitation for Bid

Project: Springfield Burn Building Rehabilitation Bid #: DFS-BurnBuilding-2014

Bid Package Issue Date: July 31, 2013

COMMONWEALTH OF MASSACHUSETTS For Projects between $25,000 and $100,000 Subject to M.G.L. 149, s. 30-39m

TABLE OF CONTENTS FOR BID PACKAGE PART I:

Bidder Checklist Instructions to Bidders Attachment A: Minimum Wage Rates Attachment B: Forms Used During Bidding • Form for General Bid • Bid Deposit/Bid Bond • Labor Warranty Statement

PART II:

Owner - Contractor Agreement Exhibit A: Additional Insurance Provisions, if any. Exhibit B: Sample Forms Used During Contract Award and Execution: • Payment Bond • Performance Bond • Corporate Information • Certificate of Corporate Vote • Certificate of Compliance with State Tax Laws • OSHA Training Certification • EO481- Contractor Certification (Undocumented Workers)

PART III:

Supplemental Terms & Conditions and Technical Specifications

PART IV:

General Conditions of the Contract

BID PACKAGE PART I

Bidder Checklist Instructions to Bidders Attachment A: Minimum Wage Rates Attachment B: Forms Used During Bidding •

Form for General Bid

BIDDER CHECKLIST This is not a contract document. It is provided to help bidders avoid common mistakes that can result in the rejection of bids. It does not modify the Contract Documents.

To ensure that your bids are acceptable to the Department, and are not rejected due to errors or omissions, we are providing this Checklist for your convenience.

…

1.

Have you used the correct bid form provided in Attachment B to the Instructions to Bidders?

…

2.

Are your bid amounts, as expressed in figures and words, consistent? The amount expressed in words will control.

…

3.

Have you acknowledged all addenda issued, and followed the instructions contained in each one?

…

4.

Have you added any information not called for, acknowledged an addendum that does not exist, or provided a price for an alternate not identified as part of your scope of work which can result in rejection of your bid?

…

5.

Is your Bid Form SIGNED and dated?

6.

Bid Deposits

…

a.

Is your bid deposit, if in the form of a bid bond, issued from a bonding company licensed to do business in the Commonwealth of Massachusetts? Is it signed by the contractor and the bonding company? Passbooks or Letters of Credit from a bank are not acceptable as a bid deposit.

…

b.

Is your bid deposit made payable to the Department of Fire Services? Bid deposits made payable to any other entity may cause the bid to be rejected.

…

c.

Is your bid deposit five (5%) of the highest possible bid amount, considering all alternates being accepted in order?

…

7.

Did you include a statement of your warranty for your work on this project?

…

8.

Are all of your bidding materials enclosed in a sealed envelope and labeled with the project information exactly as provided in the Instructions to Bidders?

…

9.

Your bid MUST be received by the Awarding Authority prior to the deadline.

COMMONWEALTH OF MASSACHUSETTS For Projects between $25,000 and $100,000 Subject to M.G.L. 149, s. 30-39m

INSTRUCTIONS TO BIDDERS Awarding Authority: Department of Fire Services Procurement Department 1 State Road, PO Box 1025 Stow, MA 01775 Office hours are 9:00 am – 5:00 pm, Monday through Friday Contacts: Dick Farrar, Deputy Director of Capital Asset Management, 978-567-3164 Nancy FitzGerald, Contract Specialist, 978-567-3147 Project: Springfield Burn Building Rehabilitation Bid # DFS-BurnBuilding-2014 Project Address: 100 Grochmal Avenue, Springfield, Massachusetts 01151 Project Scope: The project is to repair/refurbish/rehabilitate a concrete structure used primarily for the training of firefighters and other emergency responders. The work includes general masonry repairs, demolition/removing and rebuilding of interior walls or portions of interior walls. These walls are sacrificial walls designed to slowly deteriorate. The work will also include the replacement of missing mortar, repointing of cracks in interior and exterior walls, removal of loose grout around the bases of railing posts and patching same along with other items found in the engineering report and required as part of the building repair. Proper environmental disposal of all materials as applicable. This project consists of: • Base Bid Questions: Bidders submitting Questions, Requests for Information or Requests for Clarification must do so in writing, to Nancy FitzGerald @ [email protected], no later than Friday, August 16, 2013 at 12:00 pm.

Instructions to Bidders Page 1 of 5

A Pre-Bid Conference will be held at the Springfield Department of Fire Services, 100 Grochmal Avenue, Springfield, Massachusetts at 9:30am on Tuesday, August 13, 2013. If the Department of Fire Services should be closed for any reason, the pre-bid conference will be held the next business day the Department of Fire Services is open at the same scheduled time. The Bid Deadline is 3:00 pm on August 27, 2013. If the Department of Fire Services should be closed for any reason on the deadline date, the bid deadline will be the next business day the Department of Fire Services is open at the same scheduled time. The minimum Prevailing Wage Rate requirements for this Contract are located in Attachment A to these Instructions to Bidders. Bonding: A 50% Payment Bond and a 50% Performance Bond will be required at Contract Award. Insurance: Bidder shall purchase and maintain liability, worker’s compensation and automobile insurance coverage during the full term of this project. The Commonwealth of Massachusetts/Department of Fire Services shall be listed as an additional insured. A Certificate of Insurance must be submitted from a reputable insurance company upon contract award. The time for completion of the work is specified in Article 2 of the Owner-Contractor Agreement. Liquidated damages for failure to complete on time are as stated in Article 7 of the Owner-Contractor Agreement. Bid Documents may be examined at the above address, and copies may be obtained at the Department of Fire Services, 1 State Road, Stow, MA 01775. (978-567-3147) Bid Submissions are to be mailed or hand delivered prior to the deadline to: Department of Fire Services, Purchasing Department, 1 State Road, PO Box 1025, Stow, MA 01775. SECTION I - BIDDER'S REPRESENTATION 1.1 Each general bidder making a bid (hereinafter sometimes referred to as "Bid") represents and warrants that Bidder has visited and examined the Site and the Contract Documents, that Bidder is familiar with the local conditions under which the Work is to be performed, that Bidder has correlated personal observations with the requirements of the Contract Documents, and that where the Contract Documents require, in any part of the Work, a given result to be produced, the Contract Documents are adequate and that Bidder will produce the required result within the Bid price and that the Bid is made in accordance therewith. 1.2 Failure to so examine the Contract Documents and the Site will not relieve any Bidder from any obligation under the Bid as submitted. The Commonwealth will not be responsible for errors, omissions and/or charges for extra work arising from Bidder's failure to familiarize itself with the Contract Documents or existing conditions. SECTION 2 - REQUESTS FOR INTERPRETATION 2.1 Any questions by prospective Bidders concerning interpretation of the Contract Documents must be submitted in writing to the Awarding Authority and should be in its possession at least ten Instructions to Bidders Page 2 of 5

working days before the date set for the receipt of general Bids. The Awarding Authority will mail any addenda or written interpretations that it deems necessary to Bidders who have taken out plans at the address given by them before the date set for the receipt of affected Bids. Bidders may not rely upon oral communications or interpretations from the Awarding Authority and the Awarding Authority shall not be bound by them. 2.2 It is the sole responsibility of the Bidder to ascertain the existence of any addenda issued by the Awarding Authority, whether or not the same are mailed to, or received by, Bidder. Copies of addenda will be made available for inspection at the locations listed in the Advertisement where the Contract Documents are on file. 2.3 Wherever in the Contract Documents reference is made to Massachusetts General Laws, it shall be construed to include all amendments thereto effective as of the date of the issuance of the invitation to bid on the proposed work. SECTION 3 - PREPARATION OF BIDS 3.1 Bids shall be submitted on the Form for General Bid included in Attachment B to these Instructions to Bidders. 3.2 All entries on the Bid form shall be typewritten or in ink. 3.3 Where so indicated on the Bid form, sums shall be expressed in both words and numerals. Where there is a discrepancy between the Bid sum expressed in words and the Bid sum expressed in figures, the Bid sum expressed in words shall control unless the intention of the Bidder is clear as determined by the Awarding Authority in its sole discretion. 3.4 Each Bid must be accompanied by a bid deposit in the form of a bid bond; cash; or a check certified by, or a treasurer's or cashier's check issued by, a responsible bank or trust company, payable to the Department of Fire Services. Any bid bond shall be (a) in a form satisfactory to the Awarding Authority, (b) with a surety company qualified to do business in the Commonwealth and (c) conditioned upon the faithful performance by the principal of the agreements contained in the Bid. Bid deposits of the three (3) lowest responsible and eligible bidders shall be retained until the execution and delivery of the Owner-Contractor Agreement. 3.5 The amount of such bid deposit shall be 5% five per cent of the value of the Bid. 3.6 A signed Labor Warranty Statement must be included with the bid. SECTION 4 - SUBMISSION OF BIDS 4.1 Each Bid, including the bid deposit and warranty statement, shall be enclosed in a sealed envelope with the following plainly marked on the outside: Bid for: Department of Fire Services, Project No. DFS-BurnBuilding-2014 Title: Springfield Burn Building Rehabilitation Bidders name, business address, and telephone number Instructions to Bidders Page 3 of 5

4.2 All Bids must be received by the Awarding Authority at the address specified on page 1 of these Instructions to Bidders no later than the applicable date and time specified on page 2 of these Instructions to Bidders. Any Bid not received by the applicable deadline will not be accepted. 4.3 Timely delivery of a bid at the locations designated shall be the full responsibility of the Bidder. SECTION 5 - WITHDRAWAL OF BIDS; REJECTION OF BIDS 5.1 Any Bid may be withdrawn prior to the specified deadline for the receipt of Bids provided that the withdrawal shall be made by a written request signed by a person having the authority to bind the Bidder. The written request must be hand delivered or otherwise delivered to the Awarding Authority’s Purchasing Department addressed to the attention of the Purchasing Supervisor and must be received on or before the date and time appointed as the deadline for the receipt of Bids. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids. 5.2 A Bidder may withdraw its Bid without penalty at any time up to the time of Award as defined below in subsection 6.1 only upon demonstrating to the satisfaction of the Awarding Authority that a death or disability has occurred or a bona fide clerical error or mechanical error of a substantial nature was made during the preparation of the bid. Failure to demonstrate conclusively that a bona fide clerical error or mechanical error of a substantial nature was made may result in forfeiture of the Bid deposit. 5.3 The Awarding Authority reserves the right to waive any informality in or to reject any and all Bids if it is in the public interest to do so. SECTION 6 - CONTRACT AWARD 6.1 "Award" means the determination, selection, and notification of the lowest, responsible and eligible Bidder by the Awarding Authority. 6.2 The Awarding Authority will award the Contract within thirty days, Saturdays, Sundays, and legal holidays excluded after the opening of Bids in accordance with M.G.L. c.149 §44A. 6.3 The Awarding Authority reserves the right to waive any informality in or to reject any and all Bids if it is in the public interest to do so. 6.4 The Awarding Authority also reserves the right to reject any bid if it determines that such bid does not represent the bid of a person competent to perform the work as specified or if less than three (3) available bids are received. 6.5 The term "lowest responsible and eligible Bidder" shall mean the Bidder (1) whose Bid is the lowest of those Bidders who possess the skill, ability, and integrity necessary for the faithful performance of the work; (2) who shall certify that they are able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (3) who, where the provisions of Section 8B of Chapter 29 apply, shall have been determined to be qualified there under; and (4) who obtains within 10 calendar days of the notification of contract award the security by bond required under Section 29 of Chapter 149. Instructions to Bidders Page 4 of 5

6.6 Should the Contract Documents require submission of special data to accompany the Bid, the Awarding Authority reserves the right to rule the Bidder's failure to submit such data an informality and to receive said data subsequently within a reasonable time as set by the Awarding Authority, provided that no such ruling shall result in an unfair advantage to the Bidder. SECTION 7 - EXECUTION OF CONTRACTS 7.1 Upon receipt of the Award, the Bidder awarded the Contract shall submit one (1) properly executed original of each of the following documents prior to execution of the Contract by the Awarding Authority. All such documents shall be in the form prescribed by the Awarding Authority. • • • • • • • • •

Owner-Contractor Agreement Corporate Information Certificate of Corporate Vote 50% Performance and Payment Bonds with power of attorney attached Certificates of Insurance evidencing coverages in amounts required by the Contract Documents Certificate of Compliance with State Tax Laws OSHA Training Certification EO481- Contractor Certification (Undocumented Workers) Any other documents that the Awarding Authority may reasonably require in connection with the Contractor's execution of the Contract.

SECTION 8 - RETURN OF BID DEPOSITS 8.1 All Bid deposits, except those of the three (3) lowest responsible and eligible general Bidders, shall be returned within five days, Saturdays, Sundays and legal holidays excluded, after the opening of the general Bids. The Bid deposits of the three (3) lowest responsible and eligible general Bidders shall be returned upon the execution and delivery of the General Contract or, if no award is made, upon the expiration of the time prescribed in M.G.L. c. 149, s. 44A for making an award; except that, if any general Bidder fails to perform its agreement to execute the Contract and furnish performance and payment bonds as stated in its Bid, then said general Bidder's Bid deposit shall become the property of the Commonwealth as liquidated damages; provided that the amount of the Bid deposit that becomes the property of the Commonwealth shall not exceed the difference between the Contractor's Bid price and the Bid price of the next lowest responsible and eligible Bidder; and provided further that, in the case of death, disability, bona fide clerical or mechanical error of a substantial nature, or other similar unforeseen circumstances affecting the general Bidder, such general Bidder's Bid deposit shall be returned. 8.2 In addition to the provisions for the return of Bid deposits as provided above, upon receipt of a Bid Bond in an amount not less than the amount of the required Bid deposit, the Awarding Authority shall return any Bid deposit of a Bidder forthwith after the public opening of Bids.

Instructions to Bidders Page 5 of 5

ATTACHMENT A PREVAILING WAGE SCHEDULE The minimum wage rates provided in the following pages have been provided by the Division of Occupational Safety of the Massachusetts Department of Labor and Workforce Development. The Awarding Authority is not responsible for errors or omissions in such wage rates. M.G.L. c. 149, s. 26 and 27 provide as follows: ". . . Payments by employers to health and welfare plans, pension plans and supplementary unemployment benefit plans under collective bargaining agreements or understandings between organized labor and employers shall be included for the purpose of establishing minimum wage rates as herein provided. . . . The aforesaid rates of wages in the schedule of wage rates shall include payments by employers to health and welfare plans, pension plans and supplementary unemployment benefit plans as provided in said section twenty-six, and such payments shall be considered as payments to persons under this section performing work as herein provided. Any employer engaged in the construction of such works who does not make payments to a health and welfare plan, a pension plan and a supplementary unemployment benefit plan, where such payments are included in said rates of wages, shall pay the amount of said payments directly to each employee engaged in said construction "

ATTACHMENT B FORMS USED DURING BIDDING

The following must be submitted in a sealed envelope for this Bid:

1. Form for General Bid (Signed, Acknowledging addenda, if any) 2. Bid deposit meeting the requirements of Section 3.4 and 3.5 of the Instructions to Bidders. 3. Labor warranty statement. (A signed letter indicating the contractor’s warranty on their work.)

FORM FOR GENERAL BID To the Awarding Authority: Department of Fire Services (DFS) A. The undersigned proposes to furnish all labor and materials required for Project #DFSBurnBuilding-2014 in Springfield, Massachusetts, in accordance with the accompanying specifications prepared by the Department of Fire Services, for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes Addenda numbered _______________________________________. C. BASE BID The proposed total Lump Sum Bid contract price is as follows: Item 1- The work of the General Contractor: $_________________________________________________ dollars ($____________________) Total Base Bid sum in words Total Base Bid sum in numerals D. The undersigned agrees that, if he is selected as general contractor, he will within ten (10) calendar days, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price. E. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work and that he will comply fully with all laws and regulations applicable to awards made subject to section forty-four A of Chapter 149 of the General Laws. F. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. G. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. H. The undersigned further certifies under penalties of perjury that the undersigned is not debarred from doing public construction work under any law, rule or regulation of the federal government. I. The undersigned hereby declares that the undersigned has carefully examined the Advertisement, Instructions to Bidders, Owner - Contractor Agreement, General Conditions of the Contract, Supplemental Conditions, Specifications, all other Contract Documents, and also the Site upon Form for General Bid - Page 1 of 3

which the proposed work is to be performed. The undersigned further declares that in regard to the conditions affecting the work to be done and the labor and materials needed, this proposal is based solely on the undersigned's own investigation and research and not in reliance upon any representation of any employee, officer or agent of the Commonwealth. J. The undersigned further certifies under the penalties of perjury that: • this bid is in all respects bona fide, fair and made without collusion or fraud with any other person; • we are the only persons interested in this proposal; • that it is made without any connection with any other person making any bid for the same work and without directly or indirectly influencing or attempting to influence any other person to bid, to refrain from bidding or to influence the amount of the bid of any other person or corporation; • that no person acting for, or employed by, the Commonwealth of Massachusetts is directly or indirectly interested in this proposal, or in any contract which be made under it, or in expected profits to arise therefrom. As used above the word "person" shall mean natural person, joint venture, partnership, corporation or other business or legal entity. K. The undersigned certifies that it shall comply with the provisions of the Equal Employment Opportunity, Non-Discrimination, and Affirmative Action Program, if any, set forth in Article 1.12 of the General Conditions of the Contract. L. Should the Contract Documents require submission of special data to accompany the bid, the Awarding Authority reserves the right to rule the bidder's failure to submit such data an informality and to receive said data subsequently within a reasonable time as set by the Awarding Authority. __________________________________________________________ (Printed Company Name of General Bidder) By__________________________________________________________ (Signature) (Date) __________________________________________________________ (Printed Name of Person Signing Bid above and Title) __________________________________________________________ (Street Address) __________________________________________________________ (City, State, Zip) ____________________________ (Business Telephone)

__________________________ (Business Fax)

Form for General Bid - Page 2 of 3

I certify that I am authorized to sign and enter into contractual obligations on the behalf of the company listed above. If selected for a contract award, I will execute a contract and provide 50% Performance and Payment Bonds each in the sum of the contract price. ____________________________________ Signature ____________________________________ Printed Name ____________________________________ Title ____________________________________ Date

Form for General Bid - Page 3 of 3

BID PACKAGE PART II

Owner - Contractor Agreement Exhibit A: Additional Insurance Provisions, if any. Exhibit B: Forms Used During Contract Award and Execution: • • • • • • • • •

Payment Bond Performance Bond Corporate Information Certificate of Corporate Vote Certificate of Compliance with State Tax Laws OSHA Training Certification Executive Order 481- Contractor Certification (Undocumented Workers) Certificate of Compliance with Prevailing Wage Laws Weekly Payroll Reports

COMMONWEALTH OF MASSACHUSETTS Subject to M.G.L. 149, s. 30-30m OWNER - CONTRACTOR AGREEMENT Awarding Authority: DEPARTMENT OF FIRE SERVICES Department Code: DFS

This agreement ("Contract") is made as of the _______ day of __________, 2013, by and between the Commonwealth of Massachusetts acting by and through the Awarding Authority identified above with a principal place of business at 1 State Road, Stow, Massachusetts 01775, hereinafter called the "Owner", and _________________________, a corporation with a principal place of business at _______________________________________________, hereinafter called the "Contractor". Terms used in this Owner - Contractor Agreement which are defined in the General Conditions of the Contract shall have the meanings designated therein.

The Awarding Authority and the Contractor agree as follows:

Article 1. Scope of Work. The Work under this Contract is defined as all work required by the Contract Documents for the Springfield Burn Building Rehabilitation, at the Department of Fire Services Springfield facility, Bid #DFS-BurnBuilding-2014, in accordance with and as described in the Plans and Specifications prepared by the Department of Fire Services in conjunction with Elliott, LeBoeuf & McElwain, as modified by Addendum #__ dated ______.

Article 2. Time for Completion. The Contractor shall commence the Work under this Contract upon receipt of a Notice to Proceed, and shall, within 30 days from the Notice to Proceed, bring the Work to Substantial Completion and to the point at which a Certificate of Agency Use and Occupancy may be issued. Contractor shall bring the Work to Final Acceptance within 14 calendar days after the date specified for Substantial Completion.

Owner Contractor Agreement

Page 1 of 4

Article 3. Contract Price. The Awarding Authority shall pay the Contractor, in current funds, for the performance of the Work, subject to additions and deductions by Approved Change Order(s), the Contract Price of ____________________________________________ ($______________.00).

Article 4. Approved Subcontractors. The filed Subcontractors listed in the Contractor's General Bid submitted by the Contractor have been approved for the performance of the specified portions of the Work subject to the Commonwealth's verification that they have complied with state corporation and partnership registration laws. No other filed Subcontractors and no non-filed Subcontractors shall be used for these or any other portions of the Work without the prior written approval of the Awarding Authority.

Article 5. Certifications. Pursuant to M.G.L. c. 62(c), s.49 (a), the individual signing this Contract on behalf of the Contractor hereby certifies, under the penalties of perjury, that to the best of his or her knowledge and belief the Contractor has complied with any and all applicable state and federal tax laws. The individual signing this Contract on behalf of the Contractor further certifies under penalties of perjury that the Contractor is not presently debarred from doing public construction work in the Commonwealth under the provisions of M.G.L. c. 29, s. 29F, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder and is not presently debarred from doing public construction work by any agency of the United States.

Article 6. The Contract Documents: The following documents form the Contract, are incorporated by reference herein, and are referred to as the "Contract Documents:" -The Instructions to Bidders -The General Bid Form submitted by the Contractor -This Owner – Contractor Agreement, including Exhibit A, if any. -The General Conditions of the Contract -The Supplemental Terms and Conditions -The Technical Specifications and Appendix A, including Addenda identified in Article 1 above -All Approved Change Orders issued after execution of this Owner - Contractor Agreement

Article 7. Liquidated Damages. For the purposes of Article 3 of the General Conditions of the Contract, liquidated damages for delay shall be as follows: The Department of Fire Services shall be entitled to Liquidated Damages in the amount of $200.00 per calendar day starting on the day after Final Acceptance was due, until and including the day that all work, punchlist items and cleanup is complete and Final Acceptance is made by the Department of Fire Services Representative. If applicable, manufacturers’ warranty paperwork and return of hazmat disposal manifest(s) must be submitted for Final Acceptance.

Owner Contractor Agreement

Page 2 of 4

Article 8. Additional Insurance Provisions. The insurance requirements set forth in Article 7 of the General Conditions of the Contract are supplemented by the provisions, if any, appearing in Exhibit A attached hereto and incorporated herein.

In witness whereof, the parties hereto have caused this instrument to be executed as of the date set forth above.

CONTRACTOR: By: _________________________________________________ (Signature) Printed Name: ________________________________________ Title: _______________________________________________ Date: _______________________________________________

AWARDING AUTHORITY: By executing this Agreement, the undersigned authorized signatory of the Awarding Authority, who incurs no personal liability by reason of the execution hereof or anything herein contained, hereby certifies under penalties of perjury that this Contract is executed in accordance with a prior approval of the Division of Capital Asset Management and Maintenance, and further certifies under the penalties of perjury that all the applicable provisions of M.G.L. c. 149, s. 44J, have been complied with.

By: _________________________________________________ (Signature) Printed Name: ________________________________________ Title: _______________________________________________ Date: _______________________________________________

Owner Contractor Agreement

Page 3 of 4

EXHIBIT A Additional Insurance Provisions

(Insert provision specifying deductible amounts if any - NONE)

None

Owner Contractor Agreement

Page 4 of 4

Exhibit B Forms Used During Contract Award and Execution

• • • • • • • • •

50% Payment Bond 50% Performance Bond Corporate Information Certificate of Corporate Vote Certificate of Compliance with State Tax Laws and Unemployment OSHA Training Certification Executive Order 481- Contractor Certification (Undocumented Workers) Certificate of Compliance with Prevailing Wage Laws Weekly Payroll Reports

CORPORATE INFORMATION The following information is furnished by the Bidder for the information of DFS. Is Bidder a corporation? ________________________________________________________________ If so, incorporated in what state?__________________________________________________________ President_____________________________________________________________________________ Secretary or Clerk _____________________________________________________________________ Treasurer_____________________________________________________________________________ If Bidder is a foreign corporation, is it registered to do business in Massachusetts? _______________ If Bidder is a foreign corporation and is selected, Bidder is required under M.G.L. c. 30, s. 39L to obtain from the Massachusetts Secretary of State, One Ashburton Place, 17th floor, a certificate stating that the corporation is registered to do business in Mass., and to furnish said certificate to the awarding authority prior to the award. Is Bidder a general partnership or joint venture? _____________________ If so, name each partner or venturer ___________________________________________________________ Is Bidder a limited partnership? ______________________________________________ Is Bidder registered in Massachusetts? ________________________________________ If so, name each general partner _____________________________________________ ________________________________________________________________________ If Bidder is a foreign limited partnership and is selected, Bidder is required under M.G.L. c. 30, s. 39L to obtain from the Massachusetts Secretary of State, One Ashburton Place, 17th floor, a certificate stating that the partnership is registered to do business in Massachusetts, and to furnish said certificate to the awarding authority prior to the award. For each general partner or venturer that is a corporation, provide the following information (use additional sheets if necessary): Name of corporation ______________________________________________________ State of incorporation______________________________________________________ President________________________________________________________________ Secretary or Clerk ________________________________________________________ Treasurer________________________________________________________________ Name of corporation ______________________________________________________ State of incorporation______________________________________________________ President________________________________________________________________ Secretary or Clerk ________________________________________________________ Treasurer________________________________________________________________ Is Bidder an individual? ____________________________________________________ Residence Address________________________________________________________ Name under which Bidder does business_______________________________________ ________________________________________________________________________ Business Address_________________________________________________________ If selected Bidder is an individual doing business under a different name then Bidder must furnish evidence of any required DBA filing.

CERTIFICATE OF CORPORATE VOTE _______________________ 20 ____ I hereby certify that I am the ____ clerk, _____, assistant clerk, of ___________________________________________ (the “Corporation”) and that at a (Name of Corporation) duly authorized meeting of the Board of Directors of the Corporation held on _____________________________ in ____________________ at which a quorum was (Date) (Location) present and voting it was voted to authorize _____________________________________ , (Name) ________________________________________________ of the Corporation to execute (Officer Title) and deliver on behalf of the Corporation the following contract and to act as principal to execute bonds in connection therewith, which contract and bonds were presented to and made a part of the records of said meeting: Department of Fire Services Project No. _DFS-BurnBuilding-2014___________ Project Title: _______Springfield Burn Building Rehabilitation____________________ I further certify that ______________________________ is the duly qualified and acting (Name of Corporate Officer) of the Corporation and that said vote has not been (Officer Title) repealed, rescinded or amended. _______________________________________ Name ________________________________________ Date (CORPORATE SEAL) SUBSCRIBED AND SWORN TO THIS ____ DAY OF ________, 20____ BEFORE ME ___________________________________ Notary Public My Commission Expires: _________

CERTIFICATE OF COMPLIANCE WITH STATE TAX LAWS AND WITH UNEMPLOYMENT COMPENSATION CONTRIBUTION REQUIREMENTS

Pursuant to M.G.L., Ch. 62C, s. 49A and M.G.L., Ch. 151A, s. 19A, I, ____________________ ________________________________________________ authorized signatory for ________________________________________________ whose principal place of business is at _______________________________________________________ do hereby certify under penalties of perjury that ___________________________________ has filed all state tax returns and paid all taxes as required by law and has complied with all state laws pertaining to contributions to the unemployment compensation fund and to payments in lieu of contributions.

The Business Organization Social Security Number or Federal Identification Number is ________________________.

Signed under the penalties of perjury the __________ day of ________________ 20 ____. Signature: _______________________________________ Name and Title: ________________________________________

OSHA TRAINING CERTIFICATION Project # DFS-BurnBuilding-2014 Pursuant to M.G.L. c. 30, §39S(a), the undersigned bidder hereby Certifies that: i.

he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work;

ii.

all employees to be employed at the worksite will have successfully completed a course in Construction Safety and Health approved by the Unites States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee, and;

iii. all employees to be employed in the work subject to this bid have successfully completed a course in Construction Safety and Health approved by the Unites States Occupational Safety and Health Administration that is at least 10 hours in duration.

Signed under the pains and penalties of perjury, this ________ day of _______________, 20_____.

Authorized Signatory: ___________________________________________________________

Printed Name: __________________________________________________________________

Company Name:________________________________________________________________

Company Address:______________________________________________________________

Telephone Number:_____________________________________________________________

COMMONWEALTH OF MASSACHUSETTS

Issued March 2007

EXECUTIVE ORDER 481 - CONTRACTOR CERTIFICATION PROHIBITING THE USE OF UNDOCUMENTED WORKERS ON STATE CONTRACTS

CONTRACTOR LEGAL NAME: CONTRACTOR VENDOR/CUSTOMER CODE:

INSTRUCTIONS: Executive Order 481 applies to all state agencies in the Executive Branch, including all executive offices, boards, commissions, agencies, departments, divisions, councils, bureaus, and offices, now existing and hereafter established. As it is the policy of the Executive Branch to prohibit the use of undocumented workers in connection with the performance of state contracts, all contracts entered into after February 23, 2007 require that contractors, as a condition of receiving Commonwealth funds under any Executive Branch contract, make the following certification: CONTRACTOR CERTIFICATION: As evidenced by the signature of the Contractor’s Authorized Signatory below, the Contractor certifies under the pains and penalties of perjury that the Contractor shall not knowingly use undocumented workers in connection with the performance of all Executive Branch contracts; that pursuant to federal requirements, the Contractor shall verify the immigration status of all workers assigned to such contracts without engaging in unlawful discrimination; and that the Contractor shall not knowingly or recklessly alter, falsify, or accept altered or falsified documents from any such worker(s). The Contractor understands and agrees that breach of any of these terms during the period of each contract may be regarded as a material breach, subjecting the Contractor to sanctions, including but not limited to monetary penalties, withholding of payments, contract suspension or termination.

_____________________________________________ Contractor Authorizing Signature

Date:____________________

_____________________________________________ Print Name Title:

Telephone:

Fax:

Email:

The Contractor is required to sign this Certification only once and may provide a copy of the signed Certification for any contract executed with an Executive Branch Department. A copy of this signed Certification must be attached to the “record copy” of all contracts with this Contractor that are filed with the contracting Department.

WEEKLY PAYROLL RECORDS REPORT & STATEMENT OF COMPLIANCE In accordance with Massachusetts General Law c149, section 27B, a true and accurate record must be kept of all persons employed on the public works construction project for which the enclosed rates have been provided. The Weekly Payroll Report Form includes all the information required to be kept by law. Every contractor or subcontractor is required to keep these records and preserve them for a period of three years from the date of completion of the project. In addition, every contractor and subcontractor is required to submit a copy of their weekly payroll records to the awarding authority. This is required to be done on a weekly basis. Once collected, the awarding authority is also required to preserve those records for three years. In addition, each such contractor, subcontractor or public body shall furnish to the Executive Office of Labor within fifteen days after completion of its portion of the work a statement, executed by the contractor, subcontractor or public body who supervises the payment of wages, in the following form:

STATEMENT OF COMPLIANCE Date: _____ / ______ / 20____

I, ________________________________, ________________________________ (Print Name of signatory party)

(Title)

do hereby state: That I pay or supervise the payment of the persons employed by

______________________________ on the _______________________________ (Contractor, subcontractor or public body)

(Building or project)

and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twentyseven of chapter one hundred and forty nine of the General Laws.

Signature _____________________________

Title _________________________________

BID PACKAGE PART III

Supplemental Terms & Conditions Technical Specifications prepared by the Department of Fire Services •

Appendix A: Technical Specifications and Plans prepared by Elliott, LeBoeuf & McElwain

Springfield Burn Building – Supplemental Terms & Conditions Bid # DFS-BurnBuilding-2014 Work Times and Restrictions The Contractor may work on the building from 7:00 am to 5:00 pm Monday through Friday and, if necessary, Saturday with proper notification to the DFS Representative. Contractor is responsible for arranging access and lockup with the DFS Representative, for work outside of normal business hours. Contractor must supply the number of consecutive days needed to complete the project. The Department of Fire Services training schedule may need to be altered to accommodate the building schedule. Miscellaneous A.

All conditions and dimensions are approximate. Contractor is solely responsible for field verification of all conditions and dimensions, furnishing of proper materials in sufficient quantities, and installation of all units in a proper and professional manner.

B.

No smoking is allowed at any time in any building, in storage areas, on the property, or in the vicinity of flammable gasses. Contractor is responsible for enforcement of this provision with his crews and subcontractors.

C.

Contractor shall not place any materials, vehicles, trailers, dumpsters, debris or anything else, within 8 feet of any exit in use. Contractor will not close or obstruct exits.

D.

Space covered by this specification will be utilized by ongoing operations. The Contractor shall cause the minimum possible interference with the operations of the Facility. Do not interrupt owner operations unless written approval is received from the Department of Fire Services.

E.

Staging areas shall be limited to those approved by the DFS Representative. The Contractor will be permitted to park the passenger cars of any employees in designated DFS parking areas during construction, at vehicle owner’s risk. The Department of Fire Services will not be responsible for any vehicles or contents while parked on DFS property.

F.

The Contractor shall confine his apparatus, material storage, and operations to those areas designated or as directed by the DFS Representative. The Contractor shall provide his own storage and disposal trailers as necessary, to be located only as directed by the DFS Representative.

G.

Electricity and Lighting Utilities - DFS will furnish the power for lighting and small tools at no cost to the Contractor for energy, but Contractor must employ a licensed electrician to make all connections and do all work including removal of temporary wiring. Any additional utility work necessary for the completion of this project will be considered part of the Contract. Water for this project is available on site at no charge to the Contractor.

H.

Sanitary Facilities – Employees of the Contractor and of subcontractors working under this project shall be allowed to use the restrooms in the building, as long as the privilege is not abused. If the DFS Representative determines that use of the DFS restroom facilities has been abused by any person on site under this contract, the DFS Representative may, at his sole discretion, terminate this privilege and order the Contractor to immediately provide separate, portable sanitary facilities for Supplemental Terms & Conditions and Technical Specifications Page 1 of 7

all project workers, as required by sanitation codes. The additional cost of this utility shall be borne by the Contractor at no additional cost to the Department of Fire Services. I.

All workers under this contract shall conduct themselves in a professional, respectful manner while on DFS Property. Workers shall refrain from conversing with Students while on DFS Property. Unprofessional, disrespectful or lewd remarks, gestures, whistles or solicitations by any person on site under this project shall be cause for Owner to notify Contractor of permanent ejection of said person from DFS property and this project. Contractor shall comply with such Notice immediately, without protest or recourse.

Safety and Security A. All materials work and equipment must comply with the Massachusetts Building Code, Electrical Code, Massachusetts DEP, Massachusetts DOS, U.S. EPA and OSHA standards. This project is subject to compliance with Public Law 91-596 Occupational Safety and Health Act of 1970 (OSHA), with respect to all rules and regulations pertaining to construction, including Volume 36, numbers 75 and 105, of the Federal Register, as amended, and as published by the U.S. Department of Labor. B. Contractor will be responsible for cordoning or barricading the work areas and staging areas as necessary to prevent injury or loss to bystanders, pedestrians, vehicles, etc. Contractor will be responsible for total and complete security of the work areas and staging areas during the contract period to prevent damage to the premises, materials, or equipment. The contractor assumes responsibility for injury or loss to any person resulting from the work performed under this project, and shall hold the Department of Fire Services harmless by reason thereof. C. Contractor shall inform all personnel on the project site of the locations of fire extinguishers, location of the nearest telephone, telephone number of the local fire department, and shall be instructed in emergency procedures. D. The contractor is required to comply with the Right to Know and all applicable Federal and State guidelines. Facilities Notification and Worker IDs The Contractor is responsible for contacting the DFS Representative in advance to: A. Provide written documentation of employees’ names, the hours they will be working on DFS property, and the location of their work site. B. Notify Dick Farrar at 978-567-3164 at least 24 hours in advance of any changes to the work schedule previously provided. C. Contractor shall provide the DFS Representative with a complete list of subcontractors working on this project, whether sub-bidders or not. Posting of Wage Rates A.

Work under this contract must conform to all rules and regulations of the State Division of Occupational Safety. Supplemental Terms & Conditions and Technical Specifications Page 2 of 7

B.

Prevailing Wage Rates apply to this work, and are included in Attachment A.

C.

Contractor must conspicuously post current wage rates on the job site and expeditiously replace them if they are missing.

Debris, Regulated Waste, Hazardous Waste and Other Waste This project includes management of all waste generated. Debris shall not be permitted to accumulate and the work site shall at all times be kept satisfactorily clean. The Department of Fire Services will provide a dumpster for disposal. Any hazardous waste must be properly disposed of and the disposal manifest must be submitted to DFS as a condition for final payment. Notification and Permits The contractor shall procure, in a timely manner, all required permits and licenses, pay all associated charges including notification costs, legal advertising, fees and taxes and shall give all notices necessary and incidental to the due and lawful prosecution of the work. Failure to submit Notifications or Permit applications in a timely manner shall not be cause for an extension of time. All costs for permits shall be included in the lump sum cost proposal. Copies of all required notifications, permits and licenses shall be filed with the DFS representative prior to the beginning of the work. The contractor shall, in the performance of his work under this contract, comply with all laws, ordinances, codes, rules and regulations of all local and state government authorities, as well as the rules of the National Fire Protection Association having jurisdiction over the premises and of any public utilities specified. However, requirements in the specifications shall be followed when in excess of local and state minimum requirements. If any work is performed and changes are necessary to confirm to the ordinances, etc. as aforesaid, these changes shall be made at the contractor’s expense. If applicable, a Building Permit shall be obtained from the Massachusetts Department of Public Safety, 165 Liberty Street, Springfield, MA 01103, Attn: Harold Leaming, State Building Inspector, 617-908-2933, [email protected]. Contractor shall use the new Building Permit Application for a State Owned Building from DPS, available from DFS. Contractor shall provide the Certificate of Occupancy, if applicable, as a condition of final payment. a. Document Submittal Requirements For Building Permits: i. Send Hard Copy to Building Inspector: 1. Hard copy completed original Building Permit Application 2. Check ii. Leave with DFS Representative for Building Inspector : 1. 1 stamped set of drawings and specifications. 2. A CD with: -Drawings in .pdf format (provided by Designer) -Specifications in .pdf format (provided by Designer) -Scanned completed Application in .pdf format -any other required supporting documentation in .pdf format iii. Maintain on site: 1. 1 stamped set of drawings and specifications 2. Permit Hazardous Material Communications Supplemental Terms & Conditions and Technical Specifications Page 3 of 7

A.

DFS maintains a Hazard Communication (HazCom)/Chemical Hygiene Program for its employees and outside contractors at this facility. Material Safety Data Sheets (MSDSs) and a copy of the written program are available for review. This complies with 29 CFR Part 1910.1200 (b)(6)(e)(iii) and 29 CFR 1910.1450 of the OSHA regulations.

B.

Upon request, the Contractor will be: 1. Provided with an opportunity to review available MSDSs for materials located in areas of anticipated work; 2. Explained his/her rights in accordance with the HazCom Standard; 3. Explained the DFS policies in areas where chemical products are used or stored; 4. Instructed what to do in case of an emergency. The contractor agrees to adhere to all applicable requirements designated in the written HazCom plan and DFS policies.

C.

Upon request, the contractor agrees to notify the Department of Fire Services of any hazardous material to be used by him/her on DFS property under this Contract, and provide DFS with the MSDS for each hazardous material brought onto DFS property, in compliance with Contractor’s duty under Federal, State and Local Regulations.

Contractor Responsibility A. On completion of the project, the copies of required permits and records of disposal of all waste generated from the project will be presented to DFS as a condition of final payment. B. Closeout Submittal Requirements - Contractor is required to submit the following documentation (where applicable) to the DFS Representative before final payment can be made: 1. 2. 3. 4. 5. 6.

Building Permit, signed off by Building Inspector. Certificate of Occupancy Manufacturer’s standard written warranty Any remaining Certified Payrolls. Final invoice showing any approved Change Orders. As a condition of Final Acceptance, the Contractor shall submit to the Department of Fire Services representative, the completed marked-up field set of project drawings, indicating the location, type and condition of the work upon completion, which shall serve as the As-Built plans, and receipt of which Final Payment shall be contingent upon.

Quality Control A. Contractor and subcontractors shall be experienced in type of work described. B. All work shall be quality work performed according to the best standards of the industry, and to the complete satisfaction of DFS. Clean-Up After completion of the work, all tools, equipment, and containers, shall be removed from the site. All excess materials and refuse shall be removed and the site left clean. Supplemental Terms & Conditions and Technical Specifications Page 4 of 7

Documentation A.

The Contractor shall maintain one set of approved project drawings on the job site, and the foreman shall mark-up the plans daily, indicating modifications made to the project work, and corrections to the original component locations and diagrams.

B.

As a condition of Final Acceptance, the Contractor shall submit to the Department of Fire Services representative, the completed marked-up field set of project drawings, indicating the location, type and condition of the work upon completion, which shall serve as the As-Built plans, and receipt of which Final Payment shall be contingent upon.

Warranty A signed statement of your company’s labor warranty must be submitted with your General Bid Form. As a condition of Final Acceptance, Contractor shall provide the DFS Representative with a written Manufacturer’s standard Warranty, for all parts and labor under this project. Contractor shall transmit to the DFS Representative all product documentation, literature, and warranty information. Substitutions An item equal to that named or described in the said specifications may be furnished; and an item shall be considered equal to the item so named or described if, in the opinion of the awarding authority: (1) it is at least equal in quality, durability, appearance, strength and design, (2) it will perform at least equally the function imposed by the general design for the public work being contracted for or the material being purchased, and (3) it conforms substantially, even with deviations, to the detailed requirements for the item in the said specifications. Severability and Governing Provisions A. If any part, provision or clause of the Contract Documents should be determined to be invalid, all other parts, provisions and clauses shall remain in full force and validity. B. If any provisions or requirements of the contract documents are found to contradict or disagree, the requirements which provide the greatest benefit to the Department of Fire Services shall govern. Payment Policy The Commonwealth of Massachusetts/Department of Fire Services’ payment policy is net 30 days upon final acceptance and after a completed invoice is received with all necessary attachments including Weekly Payroll Reports. Specific Requirements Refer to Technical Specifications prepared by the Department of Fire Services and the Structural Survey and Evaluation prepared by Elliott, LeBoeuf & McElwain dated 4/26/13 and attached hereto in Appendix A for specific requirements.

Supplemental Terms & Conditions and Technical Specifications Page 5 of 7

Springfield Burn Building – Technical Specification Bid# DFS-BurnBuilding-2014 I.

Overview:

The Department of Fire Services is seeking responses from experienced and qualified contractors for the purpose of repairing/refurbishing/rehabilitating a concrete structure that is used primarily for the training of firefighters and other emergency responders in safe and effective ways to extinguish fires within a structure. A typical fire is set using straw and pallets to create a real fire which includes temperatures of 800 to 1000 degrees regularly during the training evolutions. All repairs must comply with NFPA standards which are the criteria or standards used for the construction, repair, and/or periodic inspections of these types of buildings and are contained within nationally recognized NFPA Standards, specifically “NFPA 1403, Standard on Live Fire Training Evolutions.” The building is located at 100 Grochmal Avenue in Springfield, Massachusetts on the site of the former Springfield Fire Department Training facility. Throughout this document, we will be referring to this building and project as the Springfield Burn Building project. Included within these technical specifications is the complete engineering study done by Elliott, LeBoeuf & McElwain dated April 26, 2013 and identified as Appendix A. This project includes but is not limited to, general masonry repairs, the tearing down and rebuilding of portions or all of some interior walls (sacrificial walls designed to slowly deteriorate), replacement of missing mortar in several areas of the building, repointing cracks in both interior and exterior walls, removal of loose grout from areas around bases of railing posts and patching same, patching of spalls around bases of vertical posts and any other items found on the engineering report and required as part of the repair of the building to meet the recommendations of the engineering firm along with the proper disposal of all waste materials as applicable. The engineering report references acceptable materials to be used on page 6, Section 3.1, Recommended Actions. (i.e. A high strength polymer-modified, non-shrink patch material suitable for exterior horizontal applications, manufactured by Sika, Euclid Chemical Company or equivalent manufacturer is to be used for the patching of the spalls around the bases of the vertical posts. A high strength, nonmetallic, non-shrink grout by Five Star Grout Company, Euclid Chemical Company or equivalent manufacturer is to be used for grout.) II.

Technical Specifications:

Sections 1 and 2 of the study are a detailed description of the burn building and its history. It lists a description of any repairs done to the building during the last 10 years. This should be used by the bidders as a guide to the building’s construction, history, and current use. Section 3 (Structural Observations and Recommendations) contains detailed observations and recommended actions needed to bring the building back to a safe and compliant condition. This section contains the detailed descriptions of the damage found by the engineers and the recommended actions to be taken to repair the damage. Section 3.1 (Structural Issues – Visual Survey, page 6) This section describes problems found on the roof slabs of the building. The recommended actions for the repair of these problems are specific and are to be followed completely by the successful bidder. To further clarify the recommendations in Section 3.1, “Minor Cracks and spalls” requiring no actions shall be any cracks 1/16” inch or less in width. Pictures of damaged areas are included in the study documents. Supplemental Terms & Conditions and Technical Specifications Page 6 of 7

Section 3.2 (Structural Issues – Materials Testing, page 8) This section describes the results of the three core samples taken by the engineer during the survey. Section 4 (Non-Structural Observations and Recommendations, page9) This section contains detailed observations and recommended actions for repair of those problems. •



Item: Exterior Masonry Walls, page 9: This section is a listing of problems found on the exterior walls of the structure. The problems are identified by letter: A, B, D, E, and number 5, and those corresponding numbers and letters can be found showing specific areas of the building where the described problems exist. The same letter or number may appear on more than one page of the building floor plans and elevations. The contractor shall use this drawing to locate the problems indicated and then use the recommended action to accomplish the repair. Pictures are provided of these problems as examples of what the engineer is identifying in this section. Item: Interior Masonry Walls, page 11: This section is a listing of problems found on the interior masonry walls of the structure. It is where the largest parts of the identified problems are located and a critical part of the project due to the fact that this area is where the actual live fire is used during training. The observations are detailed as to the problem and its location in the building. As with the section above, the same letter or number may be found on more than one page of the drawings. It is stated in the report that these walls are not load-bearing and are constructed in a manner that they will deteriorate from repeated temperature change and prolonged usage for training. Page 12: DFS has inspected the north side wall between Room 204 and the balloon-frame simulator. It appears that the wall needs no further repair except in the lower portion of the simulator where the blocks are found to be loose or the horizontal reinforcing is not in place within the full height and length of the simulator. Any cracks 1/16” or greater will need to be repointed.

• • • •

• •

Item: Masonry Wall Bracing Angles, page 14: The owner has identified which specific wall braces the contractor must repair and marked same with yellow paint. Item: Interior and Exterior Doors, page 15: This item is not included in the scope of work and is deleted from the scope. Item: Windows, page 16: This item is not included in the scope of work and is deleted from the scope. Item: Guardrails, Plate Angles & Exterior Steel Stairs, page 17: The contractor shall be responsible for the repair of all corrosion and/or damage at the base of any railing posts as well as the removal and replacement of any grout in the grout holes around the posts to hold the railing posts securely . The contractor shall be responsible for the completion of all of the engineer’s recommendations in regards to painting of any the steel surfaces of the guardrails or their posts. Item: Fire Brick, page 18: The contractor is responsible to replace all broken fire brick in the area of the exterior door threshold of Room 100 and anywhere else in the building that broken bricks are found. Contractor is to match existing brick. Item: Thermal Linings, page 18: This item is not included in the scope of work and is deleted from the scope.

Section 5 (Summary and Conclusions, page 19) This section is a summary of the work that was found by the engineers during their inspection. It should not in any way be considered a scope of work for this project.

Supplemental Terms & Conditions and Technical Specifications Page 7 of 7

Appendix A

Study and Recommendations Prepared by: Elliott, LeBoeuf & McElwain dated 4/26/13

BID PACKAGE PART IV



General Conditions of the Contract



Appendix A: Statutory Provisions Incorporated by reference



Appendix B: Commonly Used Forms