Salina Crossing CMU ELEVATOR SHAFT BID NOTIFICATION PACKAGE TABLE OF CONTENTS

Size: px
Start display at page:

Download "Salina Crossing CMU ELEVATOR SHAFT BID NOTIFICATION PACKAGE TABLE OF CONTENTS"

Transcription

1 Salina Crossing CMU ELEVATOR SHAFT BID NOTIFICATION PACKAGE TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS Invitation to Bid Instructions to Bidders Scope of Bid Form of Proposal Bid Request for Information Form Sample Certificate of Liability Insurance Instructions for Administrative Requirements Supplementary Conditions for Subcontractors Davis Bacon Wage Rate Sheet & Federal Labor Standards Provisions NOTE: THIS IS SUPPLEMENTARY INFORMATION TO THE PROJECT MANUAL. THE COMPLETE PROJECT MANUAL SHOULD BE REFERENCED IN ADDITION TO THIS BID NOTIFICATION PACKAGE. PROJECT NUMBER # SHARS # Syracuse, New York CONTRACTOR Housing Visions Construction Co., Inc 1201 E. Fayette St. Syracuse, NY phone fax SYRACUSE, NY

2 SECTION INVITATION TO BID CMU Elevator Shaft You are invited to Bid as a Subcontractor for Salina Crossing in Syracuse, NY. We are now accepting bids for: CMU Elevator Shaft PRE BID MEETING: 4/20/15 8:30 AM at Eastside Business Center, 1201 E. Fayette St., Syracuse Bid Submittal Deadline: April 28, 2015, 2PM EST The following documents are mandatory requirements for all Bids: Bid Form: All Bids must be submitted on the Housing Visions Construction Co., Inc (Additional Bid proposal breakouts may be attached to Bid Form) Include copy of signed Section Scope of Bid with Bid Form for same Subcontract Contract Requirements Specifications & Drawings Responsibilities of chosen subcontractors include: Certificate of Insurance per Section EEO and M/WBE Policy Statement Compliance Documents and Certified Payroll. This includes Davis Bacon Wage Rates, M/WBE, and Section 3. Certified Payroll to be reported on Elations Systems. A good faith outreach effort to solicit participation of City of Syracuse and/or NYS certified Minority and Women Owned Business (M/WBE). Compliance with DHCR / HTFC Green Initiative Criteria Compliance with Prerequisites of LEED for Homes version 4 Compliance with Energy Star Certified Homes Version 3 (Revision 07) The plans, drawings, and specifications may be examined at the following locations: 1. Housing Visions Construction Co., Inc E. Fayette St. Syracuse, NY INVITATION TO BID SYRACUSE, NY PAGE 1 OF 2

3 On-Line Construction, Bid Opportunities Note-There is a link to go directly to our Plan Room. 3. Syracuse Builders Exchange, SYRABEX Full or partial sets may be purchased on-line through Avalon Copy Center public jobs. Drawings are also available as pdf documents through Avalon via for a nominal fee.. Syracuse Avalon Office NOTE: All bidders are responsible for their full scope of work. If partial set is purchased, be sure to review all pages to be sure there is no pertinent information on other pages. This project is tax exempt. Bidders are not to include Sales Tax in their proposal. All Minority and Woman Owned Business Enterprises (W/MBE), suppliers, contractors, and/or businesses will be afforded equal opportunity without discrimination. All NYS Certified M/WBE should include a copy of their certification with the bid document. Please contact Fred Boniello, Housing Visions Construction Co., Inc , or fboniello@housingvisions.org, with any technical questions. Please contact Theresa Shardt, Housing Visions Construction Co., Inc or tshardt@housingvisions.org, with any administrative questions East Fayette Street, Syracuse, New York Phone Fax tschardt@HousingVisions.org, Website: INVITATION TO BID SYRACUSE, NY PAGE 2 OF 2

4 SECTION INSTRUCTIONS TO BIDDERS 1. BID FORMS A. Submit separate price for each building that you wish to bid on. You are not required to bid on all buildings. Each building shall be awarded separately. Bid form is found in Project Manual or Bid Notification Package. Fully complete one bid form listing your bid by address to the form. Indicate any potential savings for multiple building awards. B. Include estimated work days. This is critical to the overall bid assessment. Note, contract requirements for work schedules will be strictly adhered to. See contract articles 9 and C. All bids shall be submitted subject to all requirements of the Scope of Work included in Project Manual and Drawings. Bid Forms shall be properly signed and completed and submitted. D. Bid documents must be submitted in a sealed envelope which is clearly labeled with the words "Bid Documents", and states the project name, date, and name of the bidder. 2. BIDDER'S CONSTRUCTION EXPERIENCE Before a bid is considered for award, the bidder may be requested by HVCC to submit a statement regarding his/her previous experience in performing comparable work, his/her business and technical organization, and financial resources. 3. TIME FOR RECEIVING BIDS Bids shall be delivered to the Syracuse Office of Housing Visions Construction Co., Inc, (HVCC) 1201 E Fayette St., Syracuse, NY 13210, , by the time indicated on the Invitation to Bid. 4. OPENING OF BIDS HVCC will review all bids and inform all bidders of their results within one week of the bid award. 5. AWARD OF CONTRACT AND REJECTION OF BIDS A. The contract will be awarded for the work to the responsible bidders submitting the proposal complying with the conditions of the Invitation to Bid, provided their bid is reasonable and it is to the interest of HVCC to accept it. The bidder to whom the award is made will be notified at the earliest practical date. HVCC, however, reserves the right to reject any and all bids and to waive any informality in bids received whenever such rejection or waiver is in its interest. An award of a contract shall consist of the base bid and the sum of any combination of alternate bids that are in the best interests of HVCC to accept. B. HVCC is prohibited from making any awards to sub-contractors or accepting as subcontractors any individuals or firms that are included on the most recent lists of contractors ineligible to work on federally funded projects for the United States, as per the US General Services Administration List of Parties Excluded from Federal Procurement. And the New York State Debarred List. C. HVCC also reserves the right to reject the bid of any bidder who has previously failed to perform INSTRUCTIONS TO BIDDERS SYRACUSE, NY Page 1 of 2

5 properly, or to complete on time, contracts of a similar nature, who is not in a position to perform the contract, or who has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to subcontractors, materials, workers, suppliers, or customers. 7. PRECONSTRUCTION CONFERENCE Prior to the start of construction HVCC will hold a pre-construction meeting. The successful bidder or his/her representative shall attend. The meeting will serve to acquaint the Participants with the general plan of contract administration and requirements under which the construction operation is to proceed. The date, time and place of the meeting will be announced by HVCC. 8. CONTRACT SCHEDULE The Proposed Contract Schedule is identified on Section Bid Form. 9. LIQUIDATED DAMAGES AND BONUS PAYMENTS Liquidated damages and bonus payments are not applicable. END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS SYRACUSE, NY Page 2 of 2

6 SCOPE OF BID CONCRETE BLOCK ELEVATOR SHAFT WALL AT 900 N McBRIDE CONTRACT PROJECT MANUAL PROJECT MANUAL PREPARED BY HOLMES-KING - KALLQUIST & ASSOCIATES, ARCHITECTS - Salina Crossing Volume 1 1 August 2014, Volume 2 September 2014 (900 N McBride St) CONTRACT DRAWINGS CONTRACT DRAWINGS PREPARED BY HOLMES-KING-KALLQUIST & ASSOCIATES, ARCHITECTS North McBride St - Construction Set : T & A Dwgs dated , Rev 1,2, L & S Dwgs dated R1,2,3,4 MEP& FP Dwgs dated Rev 1,2 Provide all labor, material, equipment, supervision, management, and administration required for the total performance of the Work of this Contract including: 1. Work of the following Specifications and Drawings - Administrative and Procedural Sections in Division 00 and 01 - Section Masonry as it pertains to Concrete Unit Concrete Block Elevator Shaft 900 N McBride St Building - Section Joint Sealants (as it pertains to Concrete Block Elevator Shaft Wall work - Architectural Drawings as they pertain to Concrete Block Elevator Shaft Wall work 2. General Work Description: - New Concrete Block Elevator Shaft Wall at 900 N McBride St., as shown on drawings as specified. 3. Work Scope Notes: - Coordinate Concrete Block Elevator Shaft Wall work with Building Concrete Subcontractor. Building Concrete Subcontractor shall install reinforced concrete foundation (including reinforcement tie- in) for Concrete Block Elevator Shaft Walls. Coorinate with Structural Steel Subcontractor installation of structural steel embedded in block shaft wall. - Concrete Block Elevator Shaft Wall Subcontractor shall coordinate inspection of this work with HVCC Site Superintendent and City of Syracuse Code Enforcement. - All safety equipment necessary to complete this scope of work shall be responsibility of the Concrete Block Elevator Shaft Wall Subcontractor. - Compaction and concrete testing will be provided by HVCC. Coordinate testing with HVCC Site Superintendent. - Concrete Block Elevator Shaft Wall Subcontractor is responsible for daily clean up and removal of debris for this scope of work, including all packaging to HVCC supplied dumpster SCOPE OF BID CONCRETE BLOCK ELEVATOR SHAFT WALL CONTRACT SYRACUSE, NY Page 1 of 2

7 - Fully implement HVCC Recycling and Diversion Policy (Section ) as it pertains to Concrete Block Elevator Shaft Wall Work. - All subcontractors are responsible for meeting City of Syracuse licensing requirements. Sign below and return a copy of this section with Bid Form Signature SCOPE OF BID CONCRETE BLOCK ELEVATOR SHAFT WALL CONTRACT SYRACUSE, NY Page 2 of 2

8 SECTION BID FORM - CONCRETE BLOCK ELEVATOR SHAFT CONTRACT FOR PROJECT: ALL BIDDERS MUST SUBMIT THIS BID FORM REFER TO INVITATION TO BID FOR BID DATE, TIME, AND LOCATION FOR RECEIPT OF BIDS I,, (Insert Bidder Name and Company) the Undersigned Subcontractor, having visited the project and familiarized him/herself with the actual conditions affecting the cost of the work and with Project Manual, its Table of Contents, Drawings, and any subsequent Addenda, hereby proposes to furnish all materials, labor, equipment and services required to perform CONCRETE BLOCK ELEVATOR SHAFT CONTRACT You may bid on any and all building. Identify Bid Amount in Words and Numbers for each building and or combination of buildings. 900 N McBride St Total in Words Dollars $ No. of Work Days Prompt Pay Discount (%): In submitting this bid, it is understood that the right is reserved by Housing Visions Construction Co., Inc. (HVCC) to reject any and all bids and bid combinations. All bids are required to be valid for a minimum of 90 calendar days after time and date of receiving the bid. If written notice of acceptance of this bid is mailed, faxed or delivered to the Undersigned prior to expiration of bid, or at any time thereafter before this bid is withdrawn, the Undersigned agrees to execute and deliver a Contract in the prescribed form within five (5) days after the Contract is presented to him/her for signature. Certifications of Non-Segregated facilities: by signing this Bid, the Bidder certifies that he/she does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term segregated facilities means any waiting rooms, work areas, time clocks, locker rooms, storage areas, dressing areas, rest rooms, wash rooms, restaurants, entertainment areas, transportation, or housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom or otherwise. In submitting this Bid, it is understood that the proposal is genuine; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person, to put in a non-genuine BID FORM CONCRETE BLOCK ELEVATOR SHAFT CONTRACT SYRACUSE, NY PAGE 1 OF 8

9 Bid or to refrain from quoting, and has not in any manner, directly or indirectly sought by agreement, collusion, communication or conference, with any person, to fix the Bid price of any other bidder or to fix any overhead, profit or cost any advantage against the Owner or any person interested in the proposed contract; and that all statements in said proposal are true. Receipt of the following Addenda is hereby acknowledged: No. Date: Received By: No. Date: Received By: No. Date: Received By: UNIT PRICES: It may be necessary to make additions to the contract amount by implementing the below listed Unit Prices. The Bidder shall set forth the cost of all Unit Prices as listed below. Prices are to be in effect for the duration of the contract period during which time the Owner has the option of ordering the work by Change Order. Should the work listed below be increased from the amounts shown on the Contract Documents and/or Specifications, upon written notice from the Architect, the undersigned Bidder agrees that the prices quoted below (including insurance, applicable taxes, equipment, overhead, and profit) shall be the basis of his compensation, as the case may be, for such increase in this work. All work shall be at the quoted Unit Prices. Difference between the add Unit Price shall not be more than 15%. For any additional work, the Owner reserves the option to either exercise the below stated unit prices or to obtain new unit prices. ITEM DESCRIPTION UNIT ADD NUMBER M-1 Reinforced Concrete Block Wall SF PROJECT AND CONTRACT SCHEDULE: Project Schedule: Anticipated project start December 2014 and project substantial completion end of January Contract Schedule - Concrete Block Elevator Shaft Contract Substantial Completion date for each building shall as indicated on Project Construction Schedule attached to end of this Bid Form. Construction schedule includes an assumed date for the notice to proceed for each contract. Contract Substantial Completion dates will be adjusted if notice to proceed is delayed by mutual agreement between HVCC and Subcontractor. BUILDING TYPE TOTAL WORK DAYS START SUBSTANTIAL COMPLETION 900 N McBride St NEW Elevator Shaft Basement Elevator Shaft First Floor Elevator Shaft Second Floor Elevator Shaft Third Floor BID FORM CONCRETE BLOCK ELEVATOR SHAFT CONTRACT SYRACUSE, NY PAGE 2 OF 8

10 SIGNATURES Legal name of Bidding Company Federal Tax Identification # Signature of Bidder Date PRINT Name and Title of Signatory Address: Telephone# Cell Phone # Fax# If a Corporation: Name of Officers: President Secretary Treasurer affix Corporate Seal Address: If a Partnership: Name of Partners: Address: If a Joint Venture: Name of Members: Address: BID FORM CONCRETE BLOCK ELEVATOR SHAFT CONTRACT SYRACUSE, NY PAGE 3 OF 8

11 If an individual: Name of Individual: Address: BID FORM CONCRETE BLOCK ELEVATOR SHAFT CONTRACT SYRACUSE, NY PAGE 4 OF 8

12 BIDDERS QUALIFICATIONS: 1. How many years has your organization been in business as a Contractor? 2. How many years has your organization been in business under its present name? 3. Under what other names has your organization operated? 4. Are you licensed to perform the scope of work you are bidding for? 5. List the categories your organization normally performs with your own forces. 6. Claims & Suits-if the answer to any questions below is yes, please attach details. Has your organization ever failed to complete any work awarded? Are there any judgments, claims, suits, or arbitration proceedings pending or outstanding against your organization or its officers? Has your company filed any lawsuits or requested arbitration with regard to Construction contracts within the last 5 years? 7. On a separate sheet, please list major projects and estimated work dates that your organization has completed within the last 5 years. 8. Are you an MBE WBE Dual MWBE DBE 9. Will you be using subcontractors for this project? 10. If so, for what percentage of the work? 11. Name of Proposed Subcontractor (s) 12. Is your Business, officers, or employees debarred, or pending debarment from Federal or New York State work? BID FORM CONCRETE BLOCK ELEVATOR SHAFT CONTRACT SYRACUSE, NY PAGE 5 OF 8

13 13. Is your Business or employees involved in any Lobbying in relation to this project? 14. Trade References Company Name/ Address /Phone Company Name/ Address /Phone Company /Name /Address /Phone Return Bid to: Theresa Schardt Construction Administrator Housing Visions Construction Co., Inc E Fayette St. Syracuse, NY fax tschardt@housingvisions.org BID FORM CONCRETE BLOCK ELEVATOR SHAFT CONTRACT SYRACUSE, NY PAGE 6 OF 8

14 SUBCONTRACTORS BID REQUEST FOR INFORMATION FORM (BID RFI) Technical questions regarding this bid solicitation should be submitted (48) hours prior to close of bidding period utilizing this form only. E mail completed forms to Fred Boniello, fboniello@housingvisions.org or sent by fax RFIs not using this form cannot be accepted. Project Name _ Salina Crossing Bid RFI Number Job Numbers Work Scope Specification Section Number (s) Drawing Sheet No (s) Detail # / Name (s) Requesting Contractor Supplier Contact Info: , Tel, Fax INFORMATION REQUESTED: Date Name Signature RESPONSE: Date Name Signature Distribution Owners Representative Architect Civil Engineer Consult Site Consultant Structural Consultant Mechanical Engineering Consultant REQUEST FOR INFORMATION FORM SYRACUSE, NY PAGE 1 of 1

15 SAMPLE **For NON framing, roofing, & siding contractors** Housing Visions Construction Co., Inc 1201 E. Fayette Street Syracuse, NY 13210

16

17 SECTION SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS 1. UTILITIES (Refer to Sections ) Contractor shall be responsible for the use of utility services, including water used, electricity consumed, or discharges made to sanitary sewers. HVCC will provide temporary sanitary facilities. 2. INSURANCE REQUIREMENTS (Refer to Section ) See Sample Insurance Certificate listing insurance requirements/amounts Housing Visions Construction Co, Inc. shall be named as the additional insured on this project. 3. SUBSTANTIAL COMPLETION (Refer to Section ) Contractual timeframe will be estimated. Comply with Notice to Proceed and adhere to A Article 9, Date of Commencement, Total Calendar Days and / or Date of Substantial Completion. (Article 7, is a critical element of the contract.) The contract date shall be the date of the written Notice to Proceed unless noted by HVCC otherwise. All work shall be substantially completed within the number of days from date of Notice to Proceed or substantial completion date indicated in the AIA Document A Contract between Contractor and Subcontractor. 6. PAYMENT (Refer to Section ) Invoices zre to be submitted on AIA 702 & 703 Form Terms: Invoices are due by the 1 st or 15 th of the monthly, payable 30 days from the 1 st or 15 th of the month, as long as invoices are correct. HVCC will not release payment until the current scope of work has been approved by HVCC and appropriate inspectors, and the administrative submittals are current. Retainage of 10% is withheld until the entire scope of work is complete and all documentation is submitted. Payments will not be made until: I. The work has been inspected for compliance with the plans and specifications. II. The invoice has been checked against the contract price, purchase orders, contract amendments, and change orders. III. (Before final Payment) All outstanding punch-list items and required documents have been completed. SYRACUSE, NY SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS Page 1 of 6

18 7. CHANGE ORDERS (Refer to Section ) Notify HVCC immediately of any unforeseen circumstances that could influence contract schedule or cost. Coordinate all field changes with HVCC representatives and obtain approval in writing before continuation of work. No changes in scope or specifications will be paid without written approval. All change orders and contract amendments must be pre-approved in writing on the authorized HVCC form. A copy of the approved change must be submitted with the invoice billing for the change. 8. CONTRACTS and REQUIREMENTS (Refer to Sections , , ) All contracts reference Contract AIA101 with General Conditions A201. Contract requirements included in AIA 101 are part of contract AIA401, as detailed in the Bid Form and Scope of Bid. Copies of Contracts are found in the Project Manual. Confirm Scope of Works with HVCC and follow request for interpretation procedures per Instruction to Bidders Section RECYCLING & DIVERSION POLICY (Refer to Section ) All contractors are required to adhere to the HVCC Recycling & Diversion Policy. 10. ADMINISTRATIVE REQUIREMENTS (Refer to Section ) All Subcontractors are responsible for administrative items as indicated in the Project Manual. This is includes, but may not be limited to, the following items: Equal Opportunity Policy Monthly Utilization Report Quarterly Reporting for NYS Certified M/WBE Weekly Certified Payroll per Davis Bacon Requirements City of Syracuse Form A&B Section 3 Reporting 11. SAFETY (Refer to section ) Participation in HVCC Safety Meetings as required. All subcontractors must follow OSHA and other safety measures as required by governing agencies and Housing Visions. 12. CONSTRUCTION WORK SITE Subcontractor is responsible for keeping equipment, tools and materials in secure location on site. 13. COORDINATION (Refer to Section ) Coordinate all contract work with HVCC in a manner that will accommodate all other trades. 14. WARRANTY In addition to all other guarantees and warranties set forth in the Contract Documents, the Subcontractor warrants and guarantees to the Owner and Contractor that all work will be in accordance with the Contract Documents and will not be defective. If within one (1) year for non MEP s or two (2) years for MEPs after the date of Substantial Completion or such longer period as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, the Subcontractor shall promptly without cost of Owner and Contractor in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with non-defective work. If Subcontractor does not promptly comply with the SYRACUSE, NY SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS Page 2 of 6

19 terms of such instructions, or in an emergency where a delay would cause serious risk of loss or damage, Owner may have the defective work corrected or the rejected work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, attorneys and other professionals) will be paid by Subcontractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the work, the correction period for that item may start to run from an earlier date if so provided in the specifications or by written amendment." I. Costs of damages to the work of others, caused by the SUBCONTRACTOR's workmanship, materials or other failure to comply with the plans and specifications will be the sole responsibility of the SUBCONTRACTOR. II. III. IV. The SUBCONTRACTOR agrees to contact the owner (Property Management) within two (2) business days after receiving a work order for warranty work and schedule inspection and repair. The warranty work is to be performed within one (1) week of the request for service and at the SUBCONTRACTOR's expense. The SUBCONTRACTOR must have current insurance per Housing Visions requirements. The warranty work is to meet all quality criteria as described for new work. SYRACUSE, NY V. If satisfactory progress is not made with regards to the request for service, the work may be completed by others at the expense of the SUBCONTRACTOR. The expenses for work completed by others will come from monies owed the SUBCONTRACTOR, payments for SUBCONTRACTOR's work(s) in-process, or will be billed directly to the SUBCONTRACTOR. GENERAL TERMS AND CONDITIONS 1. BEFORE COMMENCEMENT OF WORK 1.1. The SUBCONTRACTOR shall notify HVCC immediately of any unsafe conditions, damaged material, shortages of material and of any deficiencies with prior work by others that would cause a delay, or result in an inferior job as set forth in the SUBCONTRACTOR's "scope of work" By starting the contracted portion of the work, the SUBCONTRACTOR indicates acceptance of prior work by others The SUBCONTRACTOR shall be responsible to make all his/her agents or employees familiar with the specifications for the work The SUBCONTRACTOR shall be responsible to ensure his/her agents or employees are capable of performing the work as outlined in the plans and specifications The SUBCONTRACTOR shall be responsible for adequate safety training for all of his/her employees in the handling of materials and in the actions needed for safe execution of the work and in recognition of the work completed and in process by others. 2. EXECUTION OF WORK 2.1. All work completed by the SUBCONTRACTOR will be performed in a good and workmanlike manner in accordance with the plans and specifications. Work must pass all applicable inspections including; Project Engineers, Architects, HCR/HHAP representatives, Local Code SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS Page 3 of 6

20 and meet all Building Code requirements The SUBCONTRACTOR is deemed to know the requirements of the applicable Building Code(s) for the SUBCONTRACTOR's "scope of work" The SUBCONTRACTOR's bid price is deemed to include all work and material required to comply with said Building Code(s) Once the work has started, an assigned HVCC representative shall have the authority to direct all the work for HVCC from start to finish SUBCONTRACTOR will not deliver or schedule delivery of any equipment or materials to the job site without the knowledge of HVCC Should there be any dispute regarding workmanship, details, etc., the matter will be resolved immediately by HVCC or his/her representative, whose decision shall be final Attire deemed inappropriate will not be tolerated The use of alcohol and/or illegal drugs is strictly prohibited on the jobsite Smoking is not permitted inside any jobsite after windows are in place The use of abusive language will not be tolerated on the jobsite Radios and the like, when used, will be set at low to moderate volume levels. Radios will be turned off promptly if so requested by HVCC or his/her representative The SUBCONTRACTOR shall be responsible for compliance with Federal Occupation Safety Hazards Act (OSHA) and all other Federal, State, Municipal and/or Local occupational hazard and safety acts The SUBCONTRACTOR is responsible for job safety training and compliance of all his/her agents and/or employees The SUBCONTRACTOR will have a Fire Extinguisher and First Aid kit available for his/her employees at the jobsite The SUBCONTRACTOR is responsible for inspection of his/her work upon completion and to check for compliance with the plans and specifications prior to requesting payment Upon the completion of the SUBCONTRACTOR's work, HVCC or his/her representative may provide a punch list to the SUBCONTRACTOR The SUBCONTRACTOR's work will be checked by HVCC against the job plans and specs The SUBCONTRACTOR will complete any unfinished work and/or punch-list items, within a time agreeable to HVCC, or the work will be completed by others at the expense of the SUBCONTRACTOR The SUBCONTRACTOR shall not represent himself/herself as an agent of HVCC without consent of HVCC. SYRACUSE, NY SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS Page 4 of 6

21 2.19. PROJECT NO (Rev 1-30) Any extra materials belonging to the SUBCONTRACTOR and any equipment belonging to the SUBCONTRACTOR will be removed from the site immediately upon completion of the work. 3. SILT FENCE 3.1. Do not alter silt fence installations without prior approval of HVCC DEC fines are $37,000 PER DAY. The SUBCONTRACTOR/ SUPPILER responsible for damaging silt fence will be back charged for the fine. 4. JOB SITE / SECURITY 4.1. SUBCONTRACTORS AND SUPPLIERS are responsible to keep delivery vehicles and construction operations on temporary driveways and out of muddy yards Mud that makes it to the street is expected to be cleaned up by the SUBCONTRACTOR/ SUPPLIERS Costs for professional street cleaning will be borne by the SUBCONTRACTOR/ SUPPLIER who is responsible Mud and/or snow is not to be tracked into buildings Mud is not to be tracked onto porches, decks or other finished areas outside the building Close windows and doors if weather event occurs while on site Close and lock all windows when leaving the job Lock all doors and gates when last SUBCONTRACTOR is leaving site. 5. MATERIAL SAFETY 5.1. The SUBCONTRACTOR is responsible for providing Material Data Sheets (MDS) to HVCC for all materials brought to the job-site by the SUBCONTRACTOR All employees and agents of the SUBCONTRACTOR will be properly trained for the use and handling of all materials used to complete the work The SUBCONTRACTOR is responsible for any damages done by his/her agents to prior work completed or in process by others, including all public and private improvements Theft by the SUBCONTRACTOR or any agent of the SUBCONTRACTOR is grounds for immediate dismissal and will be punishable to the full extent of the law Deliveries of material (s) ordered by HVCC or the SUBCONTRACTOR are to be scheduled as closely as possible to the date the material (s) are to be used SUBCONTRACTOR will provide to HVCC shop drawings, warranties, care and use information, as required in the plans and specs and/or by Governing agencies. 6. SCHEDULING SYRACUSE, NY SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS Page 5 of 6

22 PROJECT NO (Rev 1-30) 6.1. In general, the work will be scheduled by HVCC to get the most work accomplished in the least amount of time, taking into account the size of the SUBCONTRACTOR's crew and work load, etc Unless otherwise specified, HVCC will provide about one week notice for upcoming work committed to the SUBCONTRACTOR. If the SUBCONTRACTOR foresees a problem, he/she should contact HVCC immediately Input into scheduling by the SUBCONTRACTOR is welcome. 7. DELAYS 7.1. In the event HVCC Superintendent recognizes the work will not be ready on the scheduled date, he/she will contact the SUBCONTRACTOR with as much advance notice as possible endeavoring to provide 48 hours notice If the SUBCONTRACTOR cannot begin a job as scheduled, HVCC Superintendent is to be notified with as much advance notice as possible endeavoring to provide 48 hours notice. 8. CLEAN-UP 8.1. The job-site is to be left in a neat orderly and safe condition after each day's work The job-site is to be left "broom clean" when the SUBCONTRACTOR's work is completed The property around the job-site is to be free of litter (caused by the SUBCONTRACTOR) when the SUBCONTRACTOR's work is completed All construction related trash is to be put in an on-site dumpster or taken to other HVCC designated area All personal trash is to be taken off premises at end of each day All re-usable materials are to be stored neatly in a HVCC designated area Clean up by others after the SUBCONTRACTOR completed his work will result in a back-charge or hold-back to the SUBCONTRACTOR who did not clean up properly. SYRACUSE, NY SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS Page 6 of 6

23 Project Wage Rate Sheet PROJECT NAME: Salina Crossing PROJECT NUMBER: SHARS # WORK CLASSIFICATION BASIC HOURLY RATE (BHR) U.S. Department of Housing and Urban Development Office of Labor Relations FRINGE BENEFITS WAGE DECISION NUMBER/MODIFICATION NUMBER: NY /23/15 approved by U.S. DOL. PROJECT COUNTY: Onondaga TOTAL HOURLY WAGE RATE Bricklayers $15.00 LABORERS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Carpenters $15.90 HAZ MAT $10.10 Cement Masons $40.01 LNDSCAPE $12.00 Drywall Hangers $12.72 UNSKLD 9.48 $10.10W/FRNG Electricians $12.72 MSN TD BRICK Iron Workers $12.72 MSN TD CONCRT $ $12.00 Painters $12.00 Plumbers $13.00 OPERATORS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Roofers $14.00 DOZER $13.75 Sheet Metal Workers $13.00 EXCAV $13.75 Soft Floor Layers n/a $ ROLLER CRANE $13.75 Tapers $12.00 BACKHOE $13.75 Tile Setters $12.72 OTHER CLASSIFICATIONS TRUCK DRIVERS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Glazier $12.72 SPRINKLE $13.00 Plasterer $12.72 Pipe fit HVAC $13.00 Paver $13.66 Siding $12.72 ADDITIONAL CLASSIFICATIONS (HUD Form 4230-A) WORK CLASSIFICATION BASIC HOURLY RATE FRINGE BENEFITS TOTAL HOURLY WAGE RATE DATE OF HUD SUBMISSION TO DOL DATE OF DOL APPROVAL Spray Foam Insulator $ /23/15 03/23/15 Elevator Mechanic $ /23/15 03/23/15 form HUD-4720 (03/2004) Hardwood Floor Installer $ /23/15 03/23/15 $

24 Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH- 1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number ) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number ) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part Previous editions are obsolete Page 1 of 5 form HUD-4010 (06/2009) ref. Handbook

25 of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number ) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section l(b)(2)(b) of the Davis-bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(b) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been Previous editions are obsolete Page 2 of 5 communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers and ) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i) except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number ) (b) Each payroll submitted shall be accompanied by a Statement of Compliance, signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; form HUD-4010 (06/2009) ref. Handbook

26 (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the Statement of Compliance required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who Previous editions are obsolete Page 3 of 5 is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman s hourly rate) specified in the contractor s or subcontractor s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant,to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by form HUD-4010 (06/2009) ref. Handbook

Salina Crossing FINISH CARPENTRY BID NOTIFICATION PACKAGE TABLE OF CONTENTS

Salina Crossing FINISH CARPENTRY BID NOTIFICATION PACKAGE TABLE OF CONTENTS Salina Crossing FINISH CARPENTRY BID NOTIFICATION PACKAGE TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope of Bid

More information

Sheridan Hollow Village

Sheridan Hollow Village Sheridan Hollow Village BUILDING SECURITY BID NOTIFICATION PACKAGE TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope

More information

Salina Crossing. ROUGH CARPENTRY 900 N. McBride St., Syracuse, NY BID NOTIFICATION PACKAGE TABLE OF CONTENTS

Salina Crossing. ROUGH CARPENTRY 900 N. McBride St., Syracuse, NY BID NOTIFICATION PACKAGE TABLE OF CONTENTS Salina Crossing ROUGH CARPENTRY 900 N. McBride St., Syracuse, NY BID NOTIFICATION PACKAGE TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions

More information

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION E RICIAN- UTILITY WORK (SOUTH) Rates Expiration Date: 11/30/2010 Effective Date: 11/15/2010

More information

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site,

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site, PREVAILING WAGES If the project is expected to exceed $50,000 in cost then the contractor will be required to conform with the Oregon Bureau of Labor and Industry requirement for wages and payroll submittals.

More information

Walnut Avenue Homes BID NOTIFICATION PACKAGE DRYWALL TABLE OF CONTENTS

Walnut Avenue Homes BID NOTIFICATION PACKAGE DRYWALL TABLE OF CONTENTS Walnut Avenue Homes BID NOTIFICATION PACKAGE DRYWALL TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope of Bid 004113

More information

Housing Urban Development (HUD) Supplemental Conditions

Housing Urban Development (HUD) Supplemental Conditions 8. FEDERAL LABOR STANDARDS PROVISIONS (Davis-Bacon Act, Copeland Act, and Contract Works Hours & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being

More information

Oneonta Heights BID NOTIFICATION PACKAGE CONCRETE BLOCK ELEVATOR SHAFT WALL TABLE OF CONTENTS

Oneonta Heights BID NOTIFICATION PACKAGE CONCRETE BLOCK ELEVATOR SHAFT WALL TABLE OF CONTENTS Oneonta Heights BID NOTIFICATION PACKAGE CONCRETE BLOCK ELEVATOR SHAFT WALL TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413

More information

(a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site;

(a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site; Template: FA-Special Terms and Conditions 8-20-2009 FINAL (APPROVED BY DOL) FA-TC-0050 Prescription: Include for ARRA Awards when WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE AMERICAN RECOVERY AND

More information

General Contract Conditions for Small Construction/Development Contracts

General Contract Conditions for Small Construction/Development Contracts General Contract Conditions for Small Construction/Development Contracts U.S. Department of Housing and Urban Development Office of Public and Indian Housing OMB Approval No. 2577-0157 (exp. 3/31/2020)

More information

Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS

Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope of

More information

(iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest.

(iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. DE-EE0003 071 /003 (i) Section 1605(a) of the American Recovery and Reinvestment Act of2009 (Pub. L. 111-5) (Recovery Act), by requiring that all iron, steel, and manufactured goods used in the project

More information

STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER "BUILDING MAINE COMMUNITIES"

STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER BUILDING MAINE COMMUNITIES STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER "BUILDING MAINE COMMUNITIES" Department of Economic & Community Development Office of Community Development

More information

MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM

MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACT SPECIAL PROVISIONS The following CDBG Contract Special Provisions should be used with all construction contracts, and professional

More information

Required Contract Provisions for Subcontracts ( )

Required Contract Provisions for Subcontracts ( ) Required Contract Provisions for Subcontracts (12-07-2018) 1. Required subcontract certifications - EEO and Drug Free Workplace 2. Certification of Subcontractor residency 3. GDOT specification 109.H no

More information

Request for Proposals Exterior Siding and Trim Repair Work

Request for Proposals Exterior Siding and Trim Repair Work Request for Proposals Exterior Siding and Trim Repair Work Instructions to Bidders (Doc 00100) Request for Proposals (Doc 00200) Project Specifications Bid Form (Doc 00300) * Contractor Information Form

More information

Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT BID NOTIFICATION PACKAGE TABLE OF CONTENTS

Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT BID NOTIFICATION PACKAGE TABLE OF CONTENTS Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT BID NOTIFICATION PACKAGE TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions

More information

ADVERTISEMENT FOR HANDICAP RAMP & DOOR INSTALLATION FOR THE CITY OF LINDEN GENESEE COUNTY, MICHIGAN

ADVERTISEMENT FOR HANDICAP RAMP & DOOR INSTALLATION FOR THE CITY OF LINDEN GENESEE COUNTY, MICHIGAN ADVERTISEMENT FOR HANDICAP RAMP & DOOR INSTALLATION FOR THE CITY OF LINDEN GENESEE COUNTY, MICHIGAN The City of Linden will receive sealed proposals at the City Clerk's Office, 132 E. Broad Street, P.O.

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 Sheet 1 of 7 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 REQUIRED CONTRACT PROVISIONS KANSAS FUNDED CONSTRUCTION CONTRACTS I. GENERAL. 1. These contract

More information

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately]

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately] EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS [provided separately] Texas Department of Transportation EXHIBIT 1 Request for Proposals, Addendum #5 DFW Connector Page 1 of 1 Comprehensive Development Agreement

More information

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg

More information

INVITATION TO BID The Arc Mesa County, Inc Grand Junction, Colorado

INVITATION TO BID The Arc Mesa County, Inc Grand Junction, Colorado INVITATION TO BID The Arc Mesa County, Inc Grand Junction, Colorado Introduction. The Arc Mesa County, the Owner, is a private, non-profit organization established to provide advocacy supports to residents

More information

Bid Notification Package

Bid Notification Package Bid Notification Package Ethel T. Chamberlain 664 W. Onondaga Street Syracuse, NY 13204 ROUGH CARPENTRY ARCHITECT PROJECT NO. 14054 SHARS NO. 20156029 SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116

More information

CONSTRUCTION LESS THAN $100,000

CONSTRUCTION LESS THAN $100,000 Michigan Department Of Transportation 3162A (02/14) CONSTRUCTION LESS THAN $100,000 Page 1 of 12 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain

More information

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB: FEDERAL REQUIREMENTS FR 1. Access to Records The successful Offeror agrees to maintain all books, records, accounts and reports required under the Contract resulting from this RFB for a period of not less

More information

CITY OF HOUSTON - Housing and Community Development Department

CITY OF HOUSTON - Housing and Community Development Department CITY OF HOUSTON - Housing and Community Development Department Labor Standards & Minority Business Enterprise (MBE)/Small Business Enterprise (SBE) Compliance Packet CDBG Activities covered by basic statutes

More information

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Request for Proposals #G053 Parking Lot Seal Coating Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM August 29, 2012

More information

S.C. Department of Health and Environmental Control State Revolving Fund

S.C. Department of Health and Environmental Control State Revolving Fund S.C. Department of Health and Environmental Control State Revolving Fund Guide to Permit Application for SRF Clean Water or Drinking Water Projects that are designated as Non-Equivalency Projects and/or

More information

Bus Stop Shelter Concrete Pads Request for Proposal #G052

Bus Stop Shelter Concrete Pads Request for Proposal #G052 Bus Stop Shelter Concrete Pads Request for Proposal #G052 Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM July 18,

More information

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER] NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS [SEPTIC to SEWER] Jewish Family Services (JFS) is seeking sealed bids for the project scope located at their address of 2100 Lee

More information

Oneonta Heights BID NOTIFICATION PACKAGE DRYWALL TABLE OF CONTENTS

Oneonta Heights BID NOTIFICATION PACKAGE DRYWALL TABLE OF CONTENTS Oneonta Heights BID NOTIFICATION PACKAGE DRYWALL TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope of Bid 004113 Form

More information

LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY LABOR COMPLIANCE MANUAL REVISED

LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY LABOR COMPLIANCE MANUAL REVISED LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY LABOR COMPLIANCE MANUAL REVISED 5.20.2013 LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY LABOR COMPLIANCE MANUAL LABOR COMPLIANCE REQUIREMENTS

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 General Civil Rights Provisions A-02 Civil Rights - Title VI Assurances A-03 Notice of Requirement for Affirmative

More information

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT 400 WAYNE AVENUE, P O BOX 8750 DAYTON, OHIO 45401-8750 PHONE: 937-910-7657 QUOTATION REQUEST THIS IS NOT AN ORDER RFQ: # 17-14

More information

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT DRAFT REQUEST FOR PROPOSALS RFP NO A PWP NO. CL ATTACHMENT 3 FEDERAL REQUIREMENTS

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT DRAFT REQUEST FOR PROPOSALS RFP NO A PWP NO. CL ATTACHMENT 3 FEDERAL REQUIREMENTS I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT DRAFT REQUEST FOR PROPOSALS RFP NO. 14-011A PWP NO. CL-2014-149 ATTACHMENT 3 FEDERAL REQUIREMENTS FEBRUARY 7, 2014 ATTACHMENT 3 FEDERAL REQUIREMENTS TABLE

More information

SUBPART LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION

SUBPART LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION SUBPART 222.4--LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION 222.402 Applicability. 222.402-70 Installation support contracts. (a) Apply both the Service Contract Act (SCA) and the Davis-Bacon Act

More information

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP. FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 3/10/17 RE: RFP-DOT-16/17-9010-GH POSITIVE TRAIN CONTROL SYSTEM FOR THE (CFRC) Notice is hereby given of the following changes to the above-referenced

More information

FEDERALLY FUNDED ONLY CONSTRUCTION CONTRACTS SPECIAL PROVISIONS DIVISION A - LABOR May 17, 2006

FEDERALLY FUNDED ONLY CONSTRUCTION CONTRACTS SPECIAL PROVISIONS DIVISION A - LABOR May 17, 2006 FEDERALLY FUNDED ONLY CONSTRUCTION CONTRACTS SPECIAL PROVISIONS DIVISION A - LABOR May 17, 2006 I. PREAMBLE It is in the public interest that public buildings and other public works projects be constructed

More information

REQUEST FOR QUOTATIONS. For. Replace the Fence at Parkview For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR QUOTATIONS. For. Replace the Fence at Parkview For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR QUOTATIONS For Replace the Fence at Parkview For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED

More information

1. Buy America Requirements 49 U.S.C. 5323(j) 49 CFR Part 661

1. Buy America Requirements 49 U.S.C. 5323(j) 49 CFR Part 661 Federal Contract Clauses RECIPIENT agrees to abide by the following federal requirements and agrees to bind third party contractors and subcontractors to the same, as applicable. 1. Buy America Requirements

More information

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER] NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS [SEPTIC to SEWER] Jewish Family Services (JFS) is seeking sealed bids for the project scope located at their address of 2100 Lee

More information

PENNSYLVANIA HOUSING FINANCE AGENCY. PennHOMES PROGRAM

PENNSYLVANIA HOUSING FINANCE AGENCY. PennHOMES PROGRAM PENNSYLVANIA HOUSING FINANCE AGENCY PennHOMES PROGRAM FEDERAL COMPLIANCE SUPPLEMENT FOR HOME FUNDED DEVELOPMENTS Rev 03/05 1 INTRODUCTION This supplement to the Pennsylvania Housing Finance Agency s (PHFA)

More information

SMART RFP / IFB ARTICLE 6.0

SMART RFP / IFB ARTICLE 6.0 SMART RFP / IFB ARTICLE 6.0 This Article is incorporated into all SMART Contracts for which the Federal government is a funding source. Version Published Dates Modified by 1.0 11/08/2012-3/21/2013 Anthony

More information

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT 400 WAYNE AVENUE, P O BOX 8750 DAYTON, OHIO 45401-8750 PHONE: 937-910-7657 QUOTATION REQUEST THIS IS NOT AN ORDER RFQ: # 17-09

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

Oneonta Heights BID NOTIFICATION PACKAGE FINISH CARPENTRY TABLE OF CONTENTS

Oneonta Heights BID NOTIFICATION PACKAGE FINISH CARPENTRY TABLE OF CONTENTS Oneonta Heights BID NOTIFICATION PACKAGE FINISH CARPENTRY TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope of Bid

More information

Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS

Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS VOLUME FEBRUARY 2013 This Page Intentionally Left Blank Texas Department of Transportation Aviation Division

More information

WATER POLLUTION CONTROL LOAN FUND (WPCLF) SUPPLEMENTARY PROVISIONS

WATER POLLUTION CONTROL LOAN FUND (WPCLF) SUPPLEMENTARY PROVISIONS 00 41 12 WATER POLLUTION CONTROL LOAN FUND (WPCLF) SUPPLEMENTARY PROVISIONS March 26, 2013 0 DISADVANTAGED BUSINESS ENTERPRISES (DBE) UTILIZATION USEPA has a program to encourage the participation of disadvantaged

More information

Bid Notification Package

Bid Notification Package Bid Notification Package Ethel T. Chamberlain 664 W. Onondaga Street Syracuse, NY 13204 CABINETS, COUNTERTOPS, CASEWORK, FINISH CARPENTRY (INSTALL ONLY) ARCHITECT SHARS NO. 20156029 SERIES 0 BIDDING REQUIREMENTS

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION CITY OF SOUTH GATE COMMUNITY DEVELOPMENT DEPARTMENT 8650 CALIFORNIA AVENUE SOUTH GATE, CALIFORNIA 90280 (323) 563-9535 COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION City of South Gate

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas PILOT (74568)

Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas PILOT (74568) Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS VOLUME JUNE 2005 Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

GREATER DAYTON PREMIER MANAGEMENT 400 WAYNE AVENUE, DAYTON, OHIO 45410

GREATER DAYTON PREMIER MANAGEMENT 400 WAYNE AVENUE, DAYTON, OHIO 45410 GREATER DAYTON PREMIER MANAGEMENT 400 WAYNE AVENUE, DAYTON, OHIO 45410 QUOTATION REQUEST THIS IS NOT AN ORDER RFQ# 17-34 Date: 9/ 15/ 2017 Please quote us your price on the item enumerated below. Your

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING Date: December 17, 2017 Tree Removal/Planting Property Addresses: 500-600 Blocks of 22 nd St., 2300 Block of Quincy, 800-900 Blocks of 24 th

More information

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements Exhibit C Federal Aviation Administration (FAA) Bidder Requirements DBE CONSTRUCTION CONTRACTS D-15 REQUIRED CONTRACT PROVISIONS Federal laws and regulations require that recipients of federal assistance

More information

INVITATION FOR BIDS FOR UNITED CEREBRAL PALSY OF CENTRAL FLORIDA, INC. HVAC REPLACEMENT FOR DOWNTOWN/BETA CAMPUS

INVITATION FOR BIDS FOR UNITED CEREBRAL PALSY OF CENTRAL FLORIDA, INC. HVAC REPLACEMENT FOR DOWNTOWN/BETA CAMPUS IFB No. UCP2018-0108 ISSUED: January 12, 2018 INVITATION FOR BIDS FOR UNITED CEREBRAL PALSY OF CENTRAL FLORIDA, INC. HVAC REPLACEMENT FOR DOWNTOWN/BETA CAMPUS 1. Introduction United Cerebral Palsy of Central

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES Updated: February 1, 2017 Federal Contract Clauses Page 1 FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

SKOWHEGAN FAÇADE IMPROVEMENT PROGRAM

SKOWHEGAN FAÇADE IMPROVEMENT PROGRAM SKOWHEGAN FAÇADE IMPROVEMENT PROGRAM BID FORM for CONSTRUCTION CONTRACT PROPERTY : 133 Water Street. Skowhegan, ME 04976 BID TO: John Jordan BID FROM: (name) (address). 1. General scope of work for this

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Quote- QT Teresa L Davis. Chief Mortgage Finance Officer.

Quote- QT Teresa L Davis. Chief Mortgage Finance Officer. Solicitation Type & Number Quote- QT2016-009 Date of Quote Announcement/Request August 19, 2016 Solicitation Title Quote Due Date Time HAFC Operating Days/Hours (except for Holidays) Housing Authority

More information

FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) BOILER PLATE (GUIDE) FOR COMMUNITY DEVELOPMENT BLOCK GRANTS PROJECTS

FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) BOILER PLATE (GUIDE) FOR COMMUNITY DEVELOPMENT BLOCK GRANTS PROJECTS FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) BOILER PLATE (GUIDE) FOR COMMUNITY DEVELOPMENT BLOCK GRANTS PROJECTS CAPITAL CONSTRUCTION PROJECTS Revised 1/17/14 Page 1 of 34 TABLE OF

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

REQUEST FOR PROPOSAL ST. CROIX VALLEY BUSINESS INCUBATOR December 11, 2015

REQUEST FOR PROPOSAL ST. CROIX VALLEY BUSINESS INCUBATOR December 11, 2015 REQUEST FOR PROPOSAL ST. CROIX VALLEY BUSINESS INCUBATOR December 11, 2015 General Information A local partnership consisting of the City of River Falls, River Falls Economic Development Corporation, University

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

ATTACHMENTS MISSOURI ONE CALL LOCATE REQUEST FORM. MoDOT - LOCAL ROADS PERMIT INFORMATION. MoDOT LOCAL ROADS PERMIT REQUEST

ATTACHMENTS MISSOURI ONE CALL LOCATE REQUEST FORM. MoDOT - LOCAL ROADS PERMIT INFORMATION. MoDOT LOCAL ROADS PERMIT REQUEST ATTACHMENTS MISSOURI ONE CALL LOCATE REQUEST FORM MoDOT - LOCAL ROADS PERMIT INFORMATION MoDOT LOCAL ROADS PERMIT REQUEST MoDOT LOCAL ROADS PERMIT COMPLETION REPORT MoDOT NOTICE OF INTENT TO PERFORM WORK

More information

FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES

FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES It is the responsibility of the Bidder to ensure that all clauses applicable to the Work of the Agreement resultant from this Purchase Order are adhered

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) Attached Forms ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Performance Bond-Surety (Form 575-060-06) Contract Completion

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION. Solicitation No Lawn Care Services for Madison Housing Authority

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION. Solicitation No Lawn Care Services for Madison Housing Authority Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION Solicitation No. 17-18369 Lawn Care Services for Madison Housing Authority PROCEDURE: Quoters must submit proposed pricing where

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

IFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3

IFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3 JUNE 23, 2016 ATTENTION ALL PROPONENTS: IFB F2015017 B-WING RENOVATIONS IFB F2015007 9C OFFICES BUILD OUT Addendum 3 The purpose of this Amendment is to advise all offertories of the following: 1. In Project

More information

Greenville County Redevelopment Authority

Greenville County Redevelopment Authority Greenville County Redevelopment Authority Requests For Qualifications Architectural Services for an Indefinite Contract Published: Monday, July 10, 2017 Reply to: Greenville County Redevelopment Authority

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223 Denver Public Schools Facility Management / Purchasing 1617 S. Acoma St. Denver, Colorado 80223 Date: March 4, 2014 RFQ Number: RFQ Title: RFQ will be received: 2014 DPS Contractor RFQ RFQ Construction

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/16/2013 Project 130251 Addendum No. 5 PID No. 80695 LUC IR 475

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

March 11, C. In Part C of the IFB, delete Paragraph 9B, Reciprocal Local Preference, in its entirety.

March 11, C. In Part C of the IFB, delete Paragraph 9B, Reciprocal Local Preference, in its entirety. March 11, 2016 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB Y16-746-CC / ADDENDUM NO. 3 ORANGE COUNTY FIRE RESCUE-STATIONS VEHICLE EXHAUST REMOVAL SYSTEM Revised Bid Opening Date: March 24,

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR PROPOSALS: LOT CLEARING AND PROPERTY MAINTENANCE ALABAMA VILLAGE NEIGHBORHOOD STABILIZATION PROGRAM 2 RFP No

REQUEST FOR PROPOSALS: LOT CLEARING AND PROPERTY MAINTENANCE ALABAMA VILLAGE NEIGHBORHOOD STABILIZATION PROGRAM 2 RFP No REQUEST FOR PROPOSALS: LOT CLEARING AND PROPERTY MAINTENANCE ALABAMA VILLAGE NEIGHBORHOOD STABILIZATION PROGRAM 2 RFP No. 2018-04 Housing Authority of the City of Prichard 200 W Prichard Avenue P.O. Box

More information

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition Document A232 2009 SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address)

More information

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

Skowhegan CDBG Downtown Façade Improvement Program Improvements to The Old Mill Pub

Skowhegan CDBG Downtown Façade Improvement Program Improvements to The Old Mill Pub Skowhegan CDBG Downtown Façade Improvement Program Improvements to The Old Mill Pub Architect Info The Skowhegan Façade Improvement Program is a federally funded program to stimulate revitalization of

More information

APPENDIX 15 LABOR CODE REQUIREMENTS

APPENDIX 15 LABOR CODE REQUIREMENTS APPENDIX 15 LABOR CODE REQUIREMENTS A. Worker s Compensation Developer shall comply with the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability

More information