acm welcome center - allegany.edu 0.pdf · 00 11 16 invitation to bidders 2 . information ... 04 72...

28
BID SET PROJECT SPECIFICATIONS ACM Welcome Center at Allegany College of Maryland 12401 Willowbrook Road, Cumberland, MD 21502 Murphy & Dittenhafer Project No. 16111 Bid Set June 21, 2018 Architect Murphy & Dittenhafer Architects 805 North Charles Street Baltimore, Maryland 21201 410-625-4823 Civil Engineer and Landscape Architect Triad Engineering 1075 D Sherman Ave, Hagerstown, MD 21740 301.797.6400 Structural Engineer Skarda & Associates Inc. 2439 N Charles St, Baltimore, MD 21218 410-366-9384 Mechanical, Electrical and Plumbing Engineers SRBR Engineers Inc. 757 Frederick Rd # 300, Catonsville, MD 21228 410-265-6100

Upload: vohanh

Post on 01-Jul-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

BID SET

PROJECT SPECIFICATIONS

ACM Welcome Center at

Allegany College of Maryland 12401 Willowbrook Road, Cumberland, MD 21502

Murphy & Dittenhafer Project No. 16111

Bid Set June 21, 2018

Architect Murphy & Dittenhafer Architects

805 North Charles Street Baltimore, Maryland 21201

410-625-4823

Civil Engineer and Landscape Architect Triad Engineering

1075 D Sherman Ave, Hagerstown, MD 21740

301.797.6400

Structural Engineer Skarda & Associates Inc.

2439 N Charles St, Baltimore, MD 21218

410-366-9384

Mechanical, Electrical and Plumbing Engineers SRBR Engineers Inc.

757 Frederick Rd # 300, Catonsville, MD 21228

410-265-6100

Allegany College of Maryland Bid Set ACM Welcome Center M&D Project No. 17131

TOC-1

TABLE OF CONTENTS

SPECIFICATION VOLUME I:

DIVISION 0 – CONDITIONS OF CONTRACT 00 01 15 DRAWING INDEX 2 00 11 16 INVITATION TO BIDDERS 2 INFORMATION FOR BIDDERS 2 BID PROPOSAL 4 BID BOND 2 AFFIDAVIT OF QUALIFICATION TO BID 2 AGREEMENT 3 PERFORMANCE BOND 2 PAYMENT BOND 2

DIVISION 01 - GENERAL REQUIREMENTS 01 10 00 SUMMARY 6 01 21 00 ALLOWANCES 3 01 22 00 UNIT PRICES 2 01 23 00 ALTERNATES 2 01 25 00 SUBSTITUTION PROCEDURES 3 01 26 00 CONTRACT MODIFICATION PROCEDURES 3 01 29 00 PAYMENT PROCEDURES 4 01 31 00 PROJECT MANAGEMENT AND COORDINATION 4 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION 11 01 33 00 SUBMITTAL PROCEDURES 10 01 40 00 QUALITY REQUIREMENTS 8 01 42 00 REFERENCES 4 01 50 00 TEMPORARY FACILITIES AND CONTROLS 8 01 60 00 PRODUCT REQUIREMENTS 5 01 73 00 EXECUTION 9 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 7 01 77 00 CLOSEOUT PROCEDURES 6 01 78 23 OPERATION AND MAINTENANCE DATA 8 01 78 39 PROJECT RECORD DOCUMENTS 4 01 79 00 DEMONSTRATION AND TRAINING 4

DIVISION 02 – EXISTING CONDITIONS 02 41 19 SELECTIVE DEMOLITION 5

DIVISION 03 – CONCRETE 03 30 00 CAST-IN-PLACE CONCRETE 13 03 35 43 POLISHED CONCRETE FINISHING 3

DIVISION 04 – MASONRY 04 20 00 UNIT MASONRY ASSEMBLIES 19 04 72 00 PRECAST STONE NASONRY 4 04 90 10 CLAY MASONRY REPAIRS 3

DIVISION 05 – METALS 05 12 00 STRUCTURAL STEEL 05 21 00 STEEL JOISTS 05 31 00 STEEL ROOF DECK

TABLE OF CONTENTS T.O.C.- 2

05 40 00 COLD-FORMED METAL FRAMING 11 05 50 00 METAL FABRICATIONS 9

DIVISION 06 – WOOD, PLASTICS, AND COMPONENTS 06 10 00 ROUGH CARPENTRY 5 06 40 23 INTERIOR ARCHITECTURAL WOODWORK 10

DIVISION 07 – THERMAL AND MOISTURE PROTECTION 07 11 00 UNDER SLAB VAPOR RETARDER 5 07 21 00 INSULATION 6 07 22 00 ROOF AND DECK INSULATION 6 07 27 20 FLUID-APPLIED MEMBRANE AIR AND VAPOR BARRIERS 5 07 46 00 COPPER SIDING/ROOFING SHINGLES AND ALUMINUM SIDING 10 07 61 00 STANDING SEAM METAL ROOF PANELS 07 62 00 SHEET METAL FASCIA, FLASHING TRIM & GUTTERS & DOWNSPOUTS 8 07 71 60 ROOF EXPANSION ASSEMBLIES 4 07 95 00 EXPANSION CONTROL 6 07 92 00 JOINT SEALANTS 9

DIVISION 08 – OPENINGS 08 11 13 HOLLOW METAL DOORS AND FRAMES 10 08 14 16 FLUSH WOOD DOORS 7 08 31 13 ACCESS DOORS 3 08 41 13 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 10 08 51 13 ALUMINUM WINDOWS 6 08 71 00 DOOR HARDWARE 16 08 71 10 DOOR HARDWARE SETS 10 08 80 00 GLAZING 10 08 90 00 LOUVERS AND VENTS 7 08 91 10 GLAZED ALUMINUM CURTAIN WALLS 9

DIVISION 09 – FINISHES 09 29 00 GYPSUM BOARD ASSEMBLIES 15 09 30 00 TILING 5 09 51 13 ACOUSTICAL AND WOOD PANEL CEILINGS 8 09 65 19 RESILIENT FLOORING 4 09 68 10 CARPET TILE 6 09 68 15 WALK OFF MAT 6 09 91 00 PAINTING AND WALLCOVERINGS 13

DIVISION 10 – SPECIALTIES 10 14 00 SIGNAGE- INTERIOR 5 10 28 00 TOILET ACCESSORIES 4 10 44 16 FIRE-PROTECTION SPECIALTIES 4

DIVISION 14 – CONVEYING EQUIPMENT NOT USED

DIVISION 21 – FIRE SUPPRESSION 210100 FIRE SUPPRESSION SYSTEMS GENERAL PROVISIONS 210800 PIPE HANGERS AND SUPPORTS 215150 FIRE PROTECTION SYSTEMS AND EQUIPMENT

DIVISION 22 – PLUMBING 220100 PLUMBING SYSTEMS GENERAL PROVISIONS

TABLE OF CONTENTS T.O.C.- 3

220130 SYSTEM IDENTIFICATION 220800 PIPE HANGERS AND SUPPORTS 221000 VALVES AND ACCESSORIES 221800 INSULATION 222200 DOMESTIC WATER PIPING 224020 DRAINAGE PIPING 224030 CLEANOUTS AND DRAINS 224065 PLUMBING FIXTURES

DIVISION 23 – HVAC 230100 HVAC SYSTEMS GENERAL PROVISIONS 9 230110 BALANCING – HVAC SYSTEMS 4 230130 SYSTEM IDENTIFICATION 1 231800 INSULATION 2 237730 PACKAGED ROOFTOP UNITS 6 238400 DUCTWORK 2

DIVISION 26 – ELECTRICAL 26.010 GENERAL PROVISIONS 8 26.120 EXISTING CONDITIONS 3 26.310 GROUNDING 2 26.411 PANELBOARDS 3 26.420 DISCONNECTS 1 26.430 MOTOR STARTERS 1 26.440 FUSES 2 26.511 BASIC WIRING METHODS 4 26.521 WIRING DEVICES 2 26 5100 LIGHTING FIXTURES 5 26 3000 FIRE ALARM SYSTEM 12

DIVISION 31 – EARTHWORK 31 22 00 SITE GRADING 3 31 23 00 EXCAVATION – BACKFILLING 12 31 25 00 SEDIMENT EROSION CONTROL 4 31 31 16 TERMITE-CONTROL 4

DIVISION 32 – EXTERIOR IMPROVEMENTS 32 00 00 SITE IMPROVEMENTS 2 32 13 13 CONCRETE PAVING 13 32 90 00 LANDSCAPE GRADING 2 32 92 00 TURF AND GRASS 9 32 93 00 TREES, SHRUBS AND GROUND COVER 6

END OF TABLE OF CONTENTS

Allegany College of Maryland Bid Set ACM Welcome Center M&D Project No. 17131

LIST OF DRAWING SHEETS 00 01 15 - 1

00 01 15 LIST OF DRAWING SHEETS

1.1 LIST OF DRAWINGS

A. Drawings: Drawings consist of the Contract Drawings and other drawings listed on the cover sheet of the separately bound drawing set titled Construction Documents / Bid Set, dated June 21, 2018, as modified by subsequent Addenda and Contract modifications.

B. List of Drawings: Drawings consist of the following Contract Drawings and other drawings of type indicated:

GENERAL CS1.0 COVER SHEET

CS3.0 EGRESS PLANS

CIVIL

C 10 CIVIL COVER SHEET

C 20 SITE PLAN - E.S.C. PLAN

C 30 E.S.C. NOTES & DETAILS

ARCHITECTURAL

A1.01 OVERALL FLOOR PLAN

A1.03a SLAB EDGE PLAN

A1.03b SLAB EDGE DETAILS

A1.04a DIMENSION PLAN - NEW ADDITION

A1.04b DIMENSION PLAN - RENOVATION

A1.11a PARTIAL FLOOR PLAN - NEW

A1.11b PARTIAL FLOOR PLAN - RENOVATION

A1.11c PARTIAL FLOOR PLAN - WELCOME DESK & OFFICE

A1.20 RCP

A1.61 ROOF PLAN

A2.01 EXTERIOR ELEVATIONS

A3.00 INTERIOR ELEVATIONS

A4.00 BUILDING SECTIONS

A4.09 WALL TYPES

A4.10 WALL SECTIONS

A4.11 WALL SECTIONS

A4.12 WALL SECTIONS

A4.20 DETAILS

A4.21 DETAILS

A4.23 DETAILS

A4.24 DETAILS

A4.25 DETAILS

A5.00 DOOR, SIGNAGE & RM FINISH SCHEDULE

A5.45 TOILET ACCESSORIES & CASEWORKS DETAILS

A6.00 WINDOW DETAILS & SCHEDULE

A9.01 ADD/ DEDUCT ALTS

A9.02 ADD/ DEDUCT ALTS

Allegany College of Maryland Bid Set ACM Welcome Center M&D Project No. 17131

LIST OF DRAWING SHEETS 00 01 15 - 2

STRUCTURAL

S101 STRUCTURAL NOTES, LEGEND & ABBREVIATIONS

S102 TYPICAL DETAIL

S103 FOUNDATION PLAN

S104 ROOF FRAMING PLAN

S105 SECTIONS

S106 ROOF SECTIONS

S107 ROOF SECTIONS

MECHANICAL

MD101 EXIST BLDG MECHANICAL DEMO PLAN

M100 MECHANICAL COVER SHEET AND SHEDULES

M101 BLDG ADDITION & RENOV. DUCTWORK

PLUMBING

P101 BUILDING ADDITION & RENOV. PLUMBING

ELECTRICAL

E100 ELECTRICAL COVER SHEET

ED101 EXIST. BLDG ELECT. DEMO PLAN

E01 ELECTRICAL DIAGRAMS SCHEDULES

E02 ELECTRICAL DIAGRAMS SCHEDULES

E101 OVERALL FLOOR PLAN - ELEC.

E201 BLDG ADDITION ELECTRICAL

E202 BLDG RENOVATION ELEC.

E203 BLDG RENOVATION ELEC.

END OF SECTION 00 01 15

Allegany College of Maryland Bid Set ACM Welcome Center M&D Project No. 17131

INVITATION TO BID 00 11 16 - 1

SECTION 00 11 16 - INVITATION TO BID

1.1 PROJECT INFORMATION

A. Notice to Bidders: Bidders are invited to submit bids for Project as described in this Document according to the Instructions to Bidders.

B. Project Identification: ACM Welcome Center at Allegany College of Maryland,

C. Project Location: 12401 Willowbrook Road, Cumberland, MD 21502

D. Owner: Allegany College of Maryland, 12401 Willowbrook Road, Cumberland, MD 21502.

1. Owner's Representative: Christina Kilduff, Vice President Finance and General

Administration

E. Architect: Murphy & Dittenhafer Architects, Inc. 805 North Charles Street, Baltimore, Maryland 21201.Telephone: 410-625-4823. Project Contact: Peter J. Schwab, AIA, LEED AP.

F. Project Description: Technologies Building Renovations. Work of Project is defined by the Contract Documents and consists of the following:

1. The new Welcome Center at Allegany College of Maryland (ACM) includes 1,475 GSF of renovation to the existing Donald L. Alexander Library and a 1,289 GSF new building addition. The existing site is presently grassed and has mild slope and underground utilities and storm water drains are present.

2. This project renovates the building including but not limited to the following: a. New building addition with large welcome desk and office for 3. Expansion c. Renovation to include new toilet rooms, new corridor and new multi-media room. d. New aluminum and glass storefront and curtainwall. e. New metal roof. f. Partial demolition of exterior wall and roof of the existing Library

G. Construction Contract: Bids will be received for the following Work:

General Construction Contract. Single Prime. Contract will be awarded to the qualified bidder submitting the lowest acceptable responsible bid.

1.2 BID SUBMITTAL AND OPENING

A. Owner will receive sealed bids until the bid time and date at the location indicated below. Owner will consider only bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows:

1. Bid Due Date: Monday July 23, 2017

2. Bid Time: 12:00 Noon

3. Location: Allegany College of Maryland 12401 Willowbrook Road, SE

Allegany College of Maryland Bid Set ACM Welcome Center M&D Project No. 17131

INVITATION TO BID 00 11 16 - 2

Cumberland, MD 21502 Office of the Director of Fiscal Control College Center Room CC-166/1671671

B. Bids will be opened and read at the same location immediately thereafter.

C. The College reserves the right to reject any or all submissions and may request other submissions with a subsequent announcement and advertisement. The College reserves the right to negotiate with the firm or firms whose proposal it feels is in the best interest of the College.

1.3 PREBID CONFERENCE

A. A mandatory Pre-Bid conference will be held at the Project Site located at the Donald L. Alexander Library Building, Allegany College of Maryland, 12401 Willowbrook Road, Cumberland, MD 21502 on Monday July 2, 2018 at 11:00 AM. Following the Pre-Bid conference, a tour of the existing building to be renovated will be conducted by the Owner/Architect. Arrangements for additional site visits will be addressed during the meeting.

1.4 DOCUMENTS

A. Procurement and Contracting Documents: Obtain on or after Monday June 25, 2018 at 11:00 AM via the Allegany College of Maryland Website and eMaryland Marketplace. Documents will be made available for download in PDF format as complete sets of drawings and specifications.

1.5 TIME OF COMPLETION

Bidders shall receive Notice to Proceed immediately following MD Board of Public Works concurrence and shall complete the Work within One Hundred Eighty (180) calendar days from Notice to Proceed.

1.6 BIDDER'S QUALIFICATIONS

A. Bidders must be properly licensed under the laws governing their respective trades and be able to obtain insurance and bonds required for the Work. A Performance Bond, a separate Labor and Material Payment Bond, and Insurance in a form acceptable to Owner will be required of the successful Bidder.

Information for Bidders: page 1 of 2

INFORMATION FOR BIDDERS

BIDS will be received by the Allegany College of Maryland(herein called

the "OWNER"), at 12401 Willowbrook Road, SE, Cumberland, Maryland 21502 in

the Office of the Director of Fiscal Control at the College Center Room CC-

166/167 until 12:00 Noon, Monday, July 23, 2017 and then

at said office publicly opened and read aloud.

Each BID must be submitted in a sealed envelope, addressed to the

Director of Fiscal Control, Allegany College of Maryland, 12401

Willowbrook Road, SE, Cumberland, Maryland 21502, Colle Center Room CC-

166/167.

Each sealed envelope containing a BID must be plainly marked on the outside

as BID for ACM Welcome Center. The envelope should bear on the outside the

name of the BIDDER, his address, his license number if applicable and the

name of the project for which the BID is submitted. If forwarded by mail,

the sealed envelope containing the BID must be enclosed in another envelope

addressed to the OWNER at 12401 Willowbrook Road, SE, Cumberland, Maryland

21502.

All BIDS must be made on the required BID form. All blank spaces for BID

prices must be filled in, in ink or typewritten, and the BID form must be

fully completed and executed when submitted. Only one copy of the BID form

is required.

The OWNER may waive any informalities or minor defects or reject any and

all BIDS. Any BID may be withdrawn prior to the above mentioned scheduled

time for the opening of BIDS or authorized postponement thereof. Any BID

received after the time and date specified shall not be considered. No

BIDDER may withdraw a BID within 60 days after the actual date of the

opening thereof. Should there be any reasons why the contract cannot be

awarded within the specified period, the time may be extended by mutual

agreement between the OWNER and the BIDDER.

BIDDERS must satisfy themselves of the accuracy of the estimated

quantities in the BID Schedule by examination of the site and a review of

the drawings and specifications including ADDENDA. After BIDS have been

submitted, the BIDDER shall not assert that there was a misunderstanding

concerning the quantities of WORK or of the nature of the WORK to be done.

The OWNER shall provide to the BIDDERS prior to the BIDDING, all

information that is pertinent to, and delineates and describes, the land

owned and rights-of-way acquired or to be acquired.

The CONTRACT DOCUMENTS contain the provisions required of the

construction of the PROJECT. Information obtained from an officer, agent,

or employee of the OWNER, or any other other person shall not affect the

risks or obligations assumed by the CONTRACTOR or relieve him from

fulfilling any of the conditions of the contract.

Each BID must be accompanied by a BID bond payable to the OWNER for five

percent of the total amount of the BID. As soon as the BID prices have been

compared, the OWNER will return the BONDS of all except the three lowest

responsible BIDDERS. When the Agreement is executed the bonds of the two

remaining unsuccessful BIDDERS will be returned. The BID BOND of the

Information for Bidders: page 2 of 2

successful BIDDER will be retained until the payment BOND and performance

BOND have been executed and approved, after which it will be returned. A

certified check may be used in lieu of a BID BOND.

A performance BOND and a payment BOND, each in the amount of 100 percent

of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will

be required for the faithful performance of the contract.

Attorneys-in-fact who sign BID BONDS or payment BONDS and performance

BONDS must file with each BOND a certified and effective date copy of their

power of attorney.

The party to whom the contract is awarded will be required to execute

the Agreement and obtain the performance BOND and payment BOND within ten

(10) calendar days from the date when NOTICE OF AWARD is delivered to the

BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement

and the BOND forms. In case of failure of the BIDDER to execute the

Agreement, the OWNER may at his option consider the BIDDER in default, in

which case the BID BOND accompanying the proposal shall become the property

of the OWNER.

The OWNER within ten (10) days of receipt of acceptable performance

BOND, payment BOND and Agreement signed by the party to whom the Agreement

was awarded shall sign the Agreement and return to such party an executed

duplicate of the Agreement. Should the OWNER not execute the Agreement

within such period, the BIDDER may by WRITTEN NOTICE withdraw his signed

Agreement. Such notice of withdrawal shall be effective upon receipt of the

notice by the OWNER.

The NOTICE TO PROCEED shall be issued within ten (10) days of the

execution of the Agreement by the OWNER. Should there be reasons why the

NOTICE TO PROCEED cannot be issued within such period of time, the time may

be extended by mutual agreement between the OWNER and the CONTRACTOR. If

the NOTICE TO PROCEED has not been issued within the ten-(10) day period or

within the period mutually agreed upon, the CONTRACTOR may terminate the

AGREEMENT without further liability on the part of either party.

The OWNER may make such investigations as he deems necessary to

determine the ability of the BIDDER to perform the WORK, and the BIDDER

shall furnish to the OWNER all information and data for this purpose as the

OWNER may request. The OWNER reserves the right to reject any BID if the

evidence submitted by, or investigation of, such BIDDER fails to satisfy

the OWNER, that such BIDDER is properly qualified to carry out the

obligations of the Agreement and to complete the WORK contemplated therein.

A conditional or qualified BID will not be accepted.

Award will be made to the lowest responsible BIDDER.

All applicable laws, ordinances and the rules and regulations of all

authorities having jurisdiction over construction of the PROJECT shall

apply to the contract throughout.

Each BIDDER is responsible for inspecting the site and for reading and

being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or

omission of any BIDDER to do any of the foregoing shall in no way relieve

any BIDDER from any obligation in respect to this BID.

Further, the BIDDER agrees to abide by the requirements under Executive

Order No. 11246, as amended, including specifically the provisions of the

equal opportunity clause set forth in the SUPPLEMENTAL GENERAL CONDITIONS.

The low BIDDER shall supply the names and addresses of major material

Information for Bidders: page 3 of 2

SUPPLIERS and all SUBCONTRACTORS at the time of bid when requested to do so

by the OWNER.

A Pre-bid Conference will be held at 11:00 AM on

Monday July 2, 2018 at the Project Site located at the

Technologies Building, Allegany College of Maryland, 12401 Willowbrook

Road, Cumberland, MD 21502.

The Architect is Murphy & Dittenhafer

Architects_________________________________. His address is _805 North

Charles Street, Baltimore, Maryland 21201__.

BID PROPOSAL

Proposal of ______________________________________________ (hereinafter called “BIDDER”), organized and existing under the laws of the State of __________________ doing business as __________________________________*. To the Allegany College of Maryland, 12401 Willowbrook Road, SE, Cumberland, MD, 21502 (hereinafter called “OWNER”). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of ACM WELCOME CENTER in strict accordance with the CONTRACT DOCUMENTS, within the time set forth herein, and at the prices stated below. By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER acknowledges receipt of the following ADDENDUM: __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ *Insert “a corporation”, “a partnership”, or “an individual” as applicable. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum:

1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an Agreement with Owner in the form included in the contract documents to complete all work as specified or indicated in the contract documents for the contract price and within the contract time indicated in this bid and in accordance with the contract documents.

2. Bidder accepts all of the terms and conditions of the Instructions to Bidders. This Bid will remain open for 60 days after the day of the bid opening. Bidder will sign the

agreement and submit any other documents required by the contract documents within fifteen (15) days after the issue date of Owner's Notice of Award.

3. In submitting this bid, bidder represents, as more fully set forth in the Bidding Documents That:

a. Bidder has examined copies of all the contract documents and of the following addenda:

Addendum Number Dated

Addendum Number Dated

Addendum Number Dated

Addendum Number Dated

(receipt of all which is hereby acknowledged) and also copies of the bidding requirements including or Invitation to Bid and the Instructions to Bidders;

b. Bidder has examined the site and locality where the work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations) and the conditions affecting cost, progress or performance of the work; and has made such independent investigations as Bidder deems necessary;

c. This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation; and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner

4. The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, and all subsequent Addenda, as prepared by Murphy & Dittenhafer, Inc. and Owner / Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment, and services, including all scheduled allowances, necessary to complete the work according to the requirements of the Procurement and Contracting Documents will complete the work for the following price(s), which excludes sales tax on material permanently incorporated into the work, as indicated in the conditions of the contract.

Base Bid: ($ ), (figure) (use words)

4. UNIT PRICES

A. Unit Price No. 1: Removal of unsatisfactory soil and replacement with satisfactory soil material.

1. Description: Unsatisfactory soil excavation and disposal off site and replacement with satisfactory fill material or engineered fill from off site, as required, according to Sections 31 20 00 "Earth Moving", 33 05 00 “Common Work Results for Utilities” and 33 41 00 “Storm Utility Drainage Piping”.

2. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed.

___________________________________ Dollars ($_____________) per unit.

B. Unit Price No. 2: Rock excavation and replacement with satisfactory fill material. 1. Description: Classified rock excavation and disposal off site and

replacement with satisfactory fill material or engineered fill from off site, as required, according to Sections 31 20 00 "Earth Moving", 33 05 00 “Common Work Results for Utilities” and 33 41 00 “Storm Utility Drainage Piping”.

2. Unit of Measurement: Cubic yard of rock excavated, based on survey of volume removed.

___________________________________ Dollars ($_____________) per unit.

5. ADD ALTERNATES

ADD ALTERNATE NO. 1: Add President's Canopy Upgrades:

A. Bidder shall submit the amount to be added to the Base Bid to ADD selective demolition of existing entry portico roof and columns. Add new composite aluminum wall panel column enclosures and cornices at the existing exterior entrance portico to the President's Office entrance portico.

ADD the sum of ($ ),

(figure) (use words)

ADD ALTERNATE NO. 2: Add Sidewalk Improvements on South side of site. A. Bidder shall submit the amount to be added to the Base Bid to ADD

Sidewalk Improvements on south side of site (south side of the bituminous sidewalk to the parking lot. See Civil Drawings.

ADD the sum of ($ ),

(figure) (use words)

5. DEDUCT ALTERNATES

DEDUCT ALTERNATE NO. 1: Delete Unisex Restroom:

A. Bidder shall submit the amount to be deducted from the Base Bid to Delete the westernmost new ADA accessible Unisex Restroom (toilet) in its entirety including but not limited to the following: Deduct all demolition of existing wall partitions, ceilings and mechanical and electrical systems; deduct all proposed new walls/partitions, ceilings and mechanical and electrical systems.

DEDUCT the sum of ($ ),

(figure) (use words)

DEDUCT ALTERNATE NO. 2: Delete the Multi-Media Room:

A. Bidder shall submit the amount to be deducted from the Base Bid to Delete the Multi-Media Room in its entirety, including but not limited to the following: Deduct all demolition of existing wall partitions, ceilings and mechanical and electrical systems; deduct all proposed new wall partitions, ceilings and mechanical and electrical systems.

DEDUCT the sum of ($ ),

(figure) (use words)

5. ALLOWANCES

ALLOWANCE NO. 1 (Lump-Sum Allowance): Include the sum of $3,000.00 to patch Floor Materials at existing finishes per the Room Finish Schedule on Draw-ing A-8.01.

This allowance includes material cost, receiving, handling, installation and Contractor overhead and profit.

INCLUDE the sum of ($ ),

(figure) (use words)

6. BID PERIOD Bidder agrees that the work will proceed and be substantially completed in the following number of calendar days from the receipt of a Notice-to-Proceed from the Owner or the issuance of the building permit, whichever occurs later. Number of Days to Substantial Completion: One Hundred Eighty (180) Calendar days.

7. SUNCONTRACTOR NAMES The bidder proposes to use the following subcontractors to carry out the work:

a. Steel:__________________________________________________________________

b. Masonry: _________________________________________________________________ c. Roofing: _______________________________________________________________ d. Storefront and Curtainwall: _________________________________________________ e. Plumbing:______________________________________________________________

f. HVAC: _________________________________________________________________ g. Electrical:_______________________________________________________________ h. Sitework:_________________________________________________________________

_______________________________________________________________

7. The terms used in this bid are defined in the conditions of the contract included as part of the contract Documents.

Respectfully Submitted: ________________________ _____________________________________ Signature Address ________________________ _____________________________________ Title Date _____________________________________ Phone No. ________________________ _____________________________________ License No. (if applicable) Fax No. _____________________________________ SEAL (if BID is by a corporation) Email Address

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned

as Principal, and ______________________________________________________

as Surety, are hereby held and firmly bound unto The

Allegany College of Maryland as OWNER

in the penal sum of _________________________________________________________

for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,

successors, and assigns.

Signed, the day of , 2018.

The Condition of the above obligation is such that whereas the Principal has submitted to

a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for

the

NOW, THEREFORE,

(a) If said BID shall be rejected, or

(b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the

Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish

a BOND for his faithful performance of said contract, and for the payment of all persons performing

labor or furnishing materials in connection therewith, and shall in all other respects perform the

agreement created by the acceptance of said BID,

then this obligation shall be void, otherwise the same shall remain in force and effect: it being

expressly understood and agreed that the liability of the Surety for any all claims hereunder shall, in

no event, exceed the penal amount of the obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID: and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S.) Principal

Surety By: IMPORTANT- Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located.

AFFIDAVIT OF QUALIFICATION TO BID

I hereby affirm that

1. I am the and the duly (Title) authorized representative of the firm of ______

(Name of Corporation)

whose address is _____________________

and that I possess the legal authority to make this affidavit on behalf of

myself and the firm for which I am acting.

2. Except as described in paragraph 3 below, neither I nor the above firm, nor to

the best of my knowledge, any of its officers, directors, or partners, or any of its

employees directly involved in obtaining contracts with the State or any county, bi-

county or multi-county agency, or subdivision of the State have been convicted of or

have pleaded nolo contendere to a charge of, or have during the course of an official

investigation or other proceeding admitted in writing or under oath acts of omissions

which constitute bribery, attempted bribery, or conspiracy to bribe under the provisions

of Article 27 of the Annotated Code of Maryland or under the laws of any state or the

federal government (conduct prior to July 1, 1977 is not required to be reported).

3. (State "none" or, as appropriate, list any conviction, plea, or admission

described in paragraph 2 above, with the date; court, official, or administrative body:

the individuals involved and their position with the firm, and the sentence or

disposition, if any.)

I acknowledge that this affidavit is to be furnished to the Allegany College

of Maryland and, where appropriate, to the Board of Public Works and to the Attorney

General under section 16D of Article 78A of the Annotated Code of Maryland. I

acknowledge that, if the representations set forth in the affidavit are not true and

correct, the Allegany College of Maryland may terminate any contract awarded and

take any other appropriate action. I further acknowledge that I am executing this

affidavit in compliance with section 16D of Article 78A of the Annotated Code of

Maryland, which provides that certain persons who have been convicted of or have

admitted to bribery, attempted bribery, or conspiracy to bribe may be disqualified,

either by operation of law or after a hearing, from entering into contracts with the State

or any of its agencies or sub-divisions.

I do solemnly declare and affirm under the penalties or perjury that the contents

of the affidavit are true and correct.

(Signature)

(Date)

AGREEMENT

THIS AGREEMENT, made this day of 2016, by and between the Allegany

College of Maryland , hereinafter called "OWNER" and doing

business as [an individual,] or [a partnership], or [a corporation] hereinafter called "CONTRACTOR".

WITNESSETH: That for and in consideration of the payments and agreements

hereinafter mentioned:

1. The CONTRACTOR will commence and complete the

2. The CONTRACTOR will furnish and deliver the equipment and other services necessary for

the completion of the PROJECT described herein.

3. The CONTRACTOR will commence with the work required by the CONTRACT DOCUMENTS

within 10 calendar days after the date of the NOTICE TO PROCEED and will complete the same within

calendar days unless the period for completion is extended otherwise by the CONTRACT

DOCUMENTS. Failure to complete the project will result in Liquidated Damages payment to the

OWNER of $500.00 per calendar day.

4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT

DOCUMENTS and comply with the terms therein for the sum of

, or as shown in the BID schedule.

5. The term "CONTRACT DOCUMENTS" means and includes the following:

(A) Advertisement for BIDS

(B) Information for BIDDERS

(C) BID Proposal

(D) BID BOND

(E) Affidavit of Qualification to Bid

(F) Agreement

(G) Performance Bond

(H) Payment Bond

(I) Notice of Award

(J) Notice to Proceed

(K) Affidavit by General/Prime Contractor

(L) Waiver of Liens

(M) Certification of General/Prime Contractor

(N) General Conditions

(O) Wage Rates

(P) Technical Specifications

(Q) Construction Plans

(R) ADDENDA:

No. , dated , 2016

No. , dated , 2016

No. , dated , 2016

6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in

the General Conditions such amounts as required by the CONTRACT DOCUMENTS.

7. This Agreement shall be binding upon all parties hereto and their respective heirs,

executors, administrators, successors and assigns.

IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by their duly authorized officials, this Agreement in (four (4) ) each of which shall be deemed an original on the

(Number of copies) date first above written.

OWNER:

Allegany College of Maryland

BY

NAME

TITLE

(SEAL)

ATTEST:

Name (Please type)

Title

CONTRACTOR:

BY

Name (Please Type)

Address

(SEAL) ATTEST: Name

(Please Type) Title

Performance Bond: Page 1

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor)

a , hereinafter called Principal, and (Corporation, Partnership, or Individual)

(Name of Surety)

(Address of Surety)

hereinafter called Surety, are held and firmly bound unto

The Allegany College of Maryland

12401 Willowbrook Road, Cumberland, MD 21502.

hereinafter called OWNER, in the penal sum of

Dollars, $( )

in lawful money of the United States, for the payment of which sum well and

truly to be made, we bind ourselves, successors, and assigns, jointly and

severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal

entered into a certain contract with the OWNER, dated the

day of , 2018, a copy of which is hereto attached and made a

part hereof for the construction of:

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its

duties, all the undertakings, convenants, terms, conditions, and agreements

of said contract during the original term thereof, and any extensions thereof

which may be granted by the OWNER, with or without notice to the Surety and

during the one year guaranty period, and if he shall satisfy all claims and

demands incurred under such contract, and shall fully indemnify and save

harmless the OWNER from all costs and damages which it may suffer by reason

of failure to do so, and shall reimburse and repay the OWNER all outlay and

expense which the OWNER may incur in making good any default, then this

Performance Bond: Page 2

obligation shall be void; otherwise to remain in full force and effect.

PROVIDED FURTHER, that the said Surety, for value received hereby stipulates

and agrees that no change, extension of time, alteration or addition to the

terms of the contract or to WORK to be performed thereunder or the

SPECIFICATIONS accompanying the same shall in any wise effect its obligation

on this BOND, and it does hereby waive notice of any such change, extension

of time, alteration or addition to the terms of the contract or to the WORK

or to the SPECIFICATIONS.

PROVIDED FURTHER, that no final settlement between the OWNER and the

CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim

may be unsatisfied.

IN WITNESS WHEREOF, this instrument is executed in four (4) (Number)

counterparts, each one which shall be deemed an original, this the

day of , 2018.

ATTEST: Principal

(Principal) Secretary

By (S)

(SEAL)

(Witness as to Principal) (Address)

(Address)

(Surety)

ATTEST: By

(Surety) Secretary

(SEAL)

By

Witness as to Surety Attorney-in-Fact

(Address) (Address)

NOTE: Date of BOND must not be prior to date of Contract.

If CONTRACTOR is Partnership, all partners should execute BOND.

Performance Bond: Page 3

IMPORTANT: Surety companies executing Bonds must appear on the Treasury

Department's most current list (Circular 570 as amended) and be authorized

to transact business in the State where the PROJECT is located.

Payment Bond: Page 1 of 2

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor)

a , hereinafter called Principal,

and

(Name of surety)

(address of surety)

hereinafter called Surety, are held and firmly bound unto

The Allegany College of Maryland (Name of Owner)

12401 Willowbrook Road, Cumberland, MD 21502 (Address of Owner)

hereinafter called OWNER, in the penal sum of

Dollars, $( )

in lawful money of the United States, for the payment of which sum well and

truly to be made, we bind ourselves, successors, and assigns, jointly and

severally, firmly by the presents.

THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal

entered into a certain contract with the OWNER, dated the day of

2018, a copy of which is hereto attached and made a part

hereof for the construction of:

NOW, THEREFORE, if the Principal shall promptly make payment to all

persons, firms, SUBCONTRACTORS, and corporations furnishing materials for

and performing labor in the prosecution of the WORK provided for in such

contract, And any authorized extension or modification thereof, including

all amounts due for materials, lubricants, oil, gasoline, coal and coke,

repairs on machinery, equipment and tools, consumed or used in connection

with the construction of such WORK, and all insurance premiums on said

WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or

otherwise, then this obligation shall be void; otherwise to remain in full

force and effect.

Payment Bond: Page 2 of 2

PROVIDED FURTHER, that said Surety for value received hereby stipulates and

agrees that no change, extension of time, alteration or addition to the

terms of the contract to the WORK to be performed thereunder or the

SPECIFICATIONS accompanying the same shall in any wise affect its

obligation on the BOND, and it does hereby waive notice of any such change,

extension of time, alteration or addition to the terms of the contract or

to the work or to the SPECIFICATIONS.

PROVIDED FURTHER, that no final settlement between the OWNER and the

CONTRACTOR shall abridge the right of any beneficiary hereunder, whose

claim may be unsatisfied.

IN WITNESS WHEREOF, this instrument is executed in four (4) (Number)

counterparts, each one which shall be deemed an original, this the

day of , 2018.

ATTEST: Principal

(Principal) Secretary

By (S)

(SEAL)

(Address)

(Witness as to Principal)

(Address)

Surety

ATTEST: By Attorney-in-Fact

Witness as to Surety (Address)

(Address)

NOTE: Date of BOND must not be prior to date of Contract.

If CONTRACTOR is Partnership, all partners should execute BOND.

IMPORTANT: Surety companies executing Bonds must appear on the Treasury

Department's most current list (Circular 570 as amended) and be authorized

to transact business in the State where the PROJECT is located.