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

Size: px
Start display at page:

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

Transcription

1 Oneonta Heights BID NOTIFICATION PACKAGE CONCRETE BLOCK ELEVATOR SHAFT WALL 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. SHARS NO Oneonta, New York CONTRACTOR Housing Visions Construction Co., Inc 1201 E. Fayette St. Syracuse, NY phone fax ONEONTA, NY

2 INVITATION TO BID CONCRETE BLOCK ELEVATOR SHAFT WALL AT 1 MONROE (SILVER) AVE You are invited to Bid as a Subcontractor for the Oneonta Heights project in Oneonta, NY. We are now accepting bids for: CMU Elevator Shaft Construction Pre Bid Meeting: Friday, November 20, 2015 at 1:30pm at SUNY Oneonta Bid Submittal Deadline: Friday, December 18, 2015 at 4:00pm The following documents are mandatory requirements for all Bids: Bid Form: All Bids must be submitted on the Housing Visions Construction Co., Inc. Bid form as Sealed Bids. (Additional Bid proposal breakouts may be attached to Bid Form) Include copy of signed Section Scope of Bid with Bid Form Contract Requirements Specifications & Drawings Responsibilities of chosen subcontractors include: Certificate of Insurance per Section EEO and M/WBE Policy Statement Compliance Documents and Elations on-line Certified Payroll. This includes Davis Bacon Wage Rates, M/WBE A good faith outreach effort to solicit participation of City of Oneonta/or NYS certified Minority and Women Owned Business (M/WBE). The plans, drawings, and specifications may be examined at the following locations: 1. Housing Visions Construction Co., Inc E. Fayette St. Syracuse, NY On-Line Construction, Bid Opportunities Note-There is a link to go directly to our Plan Room. 3. Builder s Exchange: or 4. McGraw Hill Construction/Dodge: 5. The Construction Journal: INVITATION TO BID ONEONTA, NY PAGE 1 OF 2

3 Full or partial sets may be purchased on-line through Avalon Copy Center, or by calling Avalon: Plans will be available from Avalon Document Services. Bidders will be able to access the project online at and Choose the location closest to your firm Click on Public Jobs in the main menu and choose Oneonta Heights SHARS# , plans, specs, and addenda may be reviewed and purchased. You may purchase a digital download of the project or hard copies. All orders must be placed online through the planroom. 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 Dave Brazell, Housing Visions Construction Co., Inc or dbrazell@housingvisions.org, with any technical questions. Please contact Linda Pizzuto, Housing Visions Construction Co., Inc or lpizzuto@housingvisions.org, with any administrative questions INVITATION TO BID ONEONTA, NY PAGE 2 OF 2

4 INSTRUCTIONS TO BIDDERS 1. BID FORMS 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 Bid Notification Package. Complete the Bid Form in its entirety. Indicate any potential savings for multiple building awards. 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 All bids shall be submitted subject to all requirements of the Scope of Work. Bid Forms shall be properly signed and dated. No bid shall be accepted if found to be incomplete or the scope of work is unsigned. 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 mailed or delivered to the Syracuse office of Housing Visions Construction Co., Inc E. Fayette Street, Syracuse, NY 13210, by the time indicated on the Invitation to Bid. 4. AWARD OF CONTRACT AND REJECTION OF BIDS 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. 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. HVCC also reserves the right to reject the bid of any bidder who has previously failed to perform properly, or to complete on time, contracts of a similar nature; who is not in a position to perform 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. 5. PRECONSTRUCTION CONFERENCE Prior to the start of construction HVCC will hold a pre-bid meeting. Any interested bidders or his/her qualified representative are invited to 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 INSTRUCTIONS TO BIDDERS ONEONTA, NY PAGE 1 of 1

5 SCOPE OF BID CONCRETE BLOCK ELEVATOR SHAFT WALL AT 1 MONROE (SILVER) AVE WORK SCOPE Provide all labor, material, equipment, supervision, management, and administration required to complete this Scope of Work as required by the Contract Documents, addendums and applicable codes, including specifically but not limited to: Administrative and Procedural Sections in Division 00 and 01 Division 14 Conveying Equipment Section Concrete Unit Masonry Section Joint Sealants (as it pertains to Concrete Block Elevator Shaft Wall work) Civil, Structural & Architectural Drawings as they pertain to Elevator work A410 NOTE drawings pages are labeled per building (A-G). For example, Structural Drawings are actually SA100, SB100, etc. depending on building you are referencing. Architectural Drawings are actually AC101, AG101, etc. depending on building you are referencing. Building A Building B Building C Building D Building E Building F Building G 1 Monroe (Silver) Avenue 2 Monroe Avenue 4 Monroe Avenue Columbia Street 38 West Street 34 West Street Spruce Street WORK DESCRIPTION 1. New Concrete Block Elevator Shaft Wall at 1 Monroe (Silver) Ave per plans and specifications. GENERAL WORK NOTES 1. Coordinate Concrete Block Elevator Shaft Wall work with Building Concrete Subcontractor. 2. Building Concrete Subcontractor shall install reinforced concrete foundation (including reinforcement tie- in) for Concrete Block Elevator Shaft Walls. 3. Concrete Block Elevator Shaft Wall Subcontractor shall coordinate inspection of this work with HVCC Site Superintendent and City of Oneonta Code Enforcement. 4. All safety equipment necessary to complete this scope of work shall be responsibility of the Concrete Block Elevator Shaft Wall Subcontractor. 5. Compaction and concrete testing will be provided by HVCC. Coordinate testing with HVCC Site Superintendent. 6. 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. 7. Fully implement HVCC Recycling and Diversion Policy (Section ) as it pertains to Concrete Block Elevator Shaft Wall Work. 8. All subcontractors are responsible for meeting City of Oneonta licensing requirements. CONTRACT DOCUMENTS SCOPE OF BID CMU ELEVATOR WALL SHAFT ONEONTA, NY Page 1 of 2

6 PROJECT MANUAL/SPECIFICATIONS Prepared by SWBR Architects Current version: October 1, 2015 DRAWINGS / PLANS Prepared by SWBR Architects Current version: October 1, 2015 DESIGN HANDBOOK Prepared by NYS Homes & Community Renewal Current version: August Return a copy of this scope of work with Bid Form please sign and date below. Signature Date SCOPE OF BID CMU ELEVATOR WALL SHAFT ONEONTA, NY Page 2 of 2

7 BID FORM CONCRETE BLOCK ELEVATOR SHAFT WALL AT 1 MONROE (SILVER) AVE 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 CMU 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. 1 Monroe Ave Total in Words Dollars $ Building A 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 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 BID FORM CMU ELEVATOR WALL SHAFT ONEONTA, NY Page 1 of 5

8 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: PROJECT AND CONTRACT SCHEDULE: Project Schedule: Anticipated project start early March 2016 and project substantial completion end of May Contract Schedule CMU Elevator Wall Shaft Contract Contract Substantial Completion date for each building shall as indicated on Project Construction Schedule. 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. The contract schedule for each building will be established by mutual agreement between Housing Visions Construction Company and the Subcontractor. HVCC will establish and maintain a master construction schedule for each project building for coordination of subcontractors BID FORM CMU ELEVATOR WALL SHAFT ONEONTA, NY Page 2 of 5

9 SIGNATURES Legal name of Bidding Company Signature of Bidder Federal Tax Identification # 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: If an individual: Name of Individual: Address: BID FORM CMU ELEVATOR WALL SHAFT ONEONTA, NY Page 3 of 5

10 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? 13. Is your Business or employees involved in any Lobbying in relation to this project? BID FORM CMU ELEVATOR WALL SHAFT ONEONTA, NY Page 4 of 5

11 14. Trade References Company Name/ Address /Phone Company Name/ Address /Phone Company /Name /Address /Phone Return Bid to: Linda Pizzuto, Construction Administrator Housing Visions Construction Co., Inc E. Fayette Street Syracuse, NY phone fax BID FORM CMU ELEVATOR WALL SHAFT ONEONTA, NY Page 5 of 5

12 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 Dave Brazell dbrazell@housingvisions.org or send by fax to RFIs not using this form cannot be accepted. Project Name Bid RFI Number Job Numbers Work Scope Specification Section Number (s) Drawing Sheet No (s) Detail # / Name(s) Requesting Contractor/Supplier Contact Info: or 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 ONEONTA, NY PAGE 1 of 1

13 INSURANCE ATTACHMENT A Insurance Requirements: Workers' Compensation and Employer's Liability insurance: As required by statute No exclusions for partners, proprietors or executive officers. New York Shall Be Included In Part 1A of The Policy Employers Liability Limit $1,000,000. Comprehensive Automobile Liability: (Including owned, non-owned, leased and Hired automobiles): $1,000,000 Per Occur. Commercial General Liability: (Insurance for liability due to Personal injury, bodily injury or property damage sustained Or alleged to have been sustained by any person) including But not limited to: Premises Operations, Personal Injury, Independent Contractors, Contractual Liability and Completed Operations: For these Scopes of Work Non Framing Roofing Siding, A&D and Excavating: a) General Aggregate: $2,000,000 b) Each Occurrence: $1,000,000 c) Personal and Advertising Injury: $1,000,000 d) Products & Completed Operations Aggregate $1,000,000 e) Fire Damage Limit $ 100,000 f) Medical Expense (Each Person) $ 5,000 Excess or Umbrella Liability: (Must Provide Excess Liability over Employers Liability, Comprehensive Automobile and Commercial General Liability Policies): $1,000,000 For these Scopes of Work Framing Roofing Siding, A&D and Excavating: a) General Aggregate: $2,000,000 b) Each Occurrence: $1,000,000 c) Personal and Advertising Injury: $1,000,000 d) Products & Completed Operations Aggregate $2,000,000 e) Fire Damage Limit $ 100,000 f) Medical Expense (Each Person) $ 5,000 Excess or Umbrella Liability: (Must Provide Excess Liability over Employers Liability, Comprehensive Automobile and Commercial General Liability Policies): $2,000,000 b) The Commercial General Liability General Aggregate shall apply on a "per project" basis. There shall be no exclusions or limitations for Explosion, Collapse & Underground Operations ("XCU"), Residential Construction, Labor Law (AKA NY State Action Over), Contractual Liability or Work Subcontracted to Others. c) All required policies and coverages shall be written on an occurrence basis, as claims-made coverage is not acceptable. d) Additional Insured coverage: The Comprehensive Automobile Liability policy, Commercial General Liability ("CGL") policy, and Excess or Umbrella Liability policy, specified above, shall each name: Contractor, Owner and any other parties required of the Contractor as Additional Insured on a Primary & Non- Contributing Basis and any other insurance maintained by the additional insureds is excess. A) With respect to Comprehensive Automobile Liability ISO endorsement CA shall apply B) With respect to Commercial General Liability ISO Endorsement CG or its equivalent shall apply. Additional Insured status to be provided for both Ongoing and Competed Operations coverages. Additional Insured status under Completed Operations coverage shall be provided for a period of three years after project completion or final

14 payment whichever occurs later. C) With respect to Excess or Umbrella Liability additional insured status shall follow-form of the Commercial General Liability and Comprehensive Automobile Liability Policies. D) The Additional Insured Endorsements or policy language granting the required Additional Insured status must be attached to the Certificate of Insurance. E) Commercial General Liability ISO Additional Insured Endorsement CG 2033 or its equivalent is unacceptable and shall not be used by the Subcontractor to meet the requirements of paragraph d) even if used in conjunction with Commercial General Liability ISO Additional Insured Endorsement CG e) All insurance required herein must be with insurers licensed to conduct business in New York State and acceptable to the Contractor and or Owner. In addition, each insurance policy shall be a policy from an insurer with an A.M. Best Secure, rating, meaning a rating from A- to A+, or better f) Prior to commencing any work or any services required under this Agreement, Subcontractor shall provide certificates of insurance on approved form to the Contractor and or Owner/Architect, evidencing that Subcontractor has procured the insurance policies and coverages required herein. Each certificate of insurance must state that coverage will not be altered, canceled or allowed to expire without thirty (30) days prior written notice, by mail, to the Contractor, except that the period of prior written notice shall be reduced from thirty (30) days to ten (10) days for any cancellation due to non-payment of premium. Whenever a policy of insurance names or is required to name the Contractor Owner and/or Architect as additional insureds; the certificate of insurance that the Contractor must provide for each such policy shall also include a copy of the required endorsement granting additional insured status. g) The subcontractor agrees to be responsible for all deductibles or self-insured retentions applicable to any insurance policy required herein to name them as additional insured. h) The subcontractor agrees that before it utilizes a sub-subcontractor to perform any part of the work or services required under this Agreement, subcontractor will require each such sub-subcontractor to procure equivalent insurance coverages and limits for the protection of the Subcontractor, Contractor, Owner and Architect, including but not limited to the additional insured coverage for Contractor, Owner, Architect and all parties required of the Contractor, described more fully above. Sub-subcontractor and subcontractor will both be equally responsible for providing the required evidence of insurance coverage to the Contractor. i) The Subcontractor acknowledges that failure to secure the above-specified insurance constitutes a material breach of this Agreement and subjects Contractor to liability for damages and all other legal remedies available to the Owner and/or Architect. Subcontractor further acknowledges that procurement of the insurance coverage and limits required herein shall not limit the extent of the subcontractor's other responsibilities and liabilities specified within this Agreement or by law. Subcontractor authorizes Contractor, Owner and/or Architect to withhold payments without interest, late fee or any other penalty accruing, until the latter has received current and acceptable certificates of insurance and endorsements evidencing insurance as required herein. j) Subcontractor shall fully cooperate at all times with any effort by Contractor, Owner or Architect to audit compliance with these insurance requirements, including but not limited to the subcontractor authorizing Contractor, Owner and/or Architect, in writing to obtain certified copies of the insurance policies procured or maintained by the subcontractor in relation to this Agreement. Failure of the subcontractor to provide any such required authorization within seven (7) business days of receiving a written request for same from the Contractor, Owner, the Owner's School Attorney, or the Architect, shall subject the subcontractor to liquidated damages, payable solely to the Contractor, in the amount of 51,000 per each calendar day thereafter that Contractor fails to comply with any such request. k) All policies including Workers Compensation shall be endorsed to include a Waiver of Subrogation clause in favor of the Contractor, Owner and any other entity required of the Contractor.

15

16 INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS All reporting requirements must be up to date for payment to be released NOTE: All Subcontractors are responsible for Contractor requirements as noted in the contract AIA INVOICING / PAY APPLICATION: Pay applications: Submit by the 25 th of the month, using AIA documents: G702 Application and Certification for Payment & G703 Continuation Sheet (refer to Section ). If you do not have access to AIA documents, company invoices are acceptable but they must clearly state the following: a) Project (OHS) and scope of work b) Building address (one address per invoice) c) Percentage complete The AIA template billing form will be provided upon request. ALL Change Orders and scope of work changes must be approved in writing and the approved copy attached to pay application for a change to be processed. 2. DAVIS-BACON WAGE REQUIREMENTS APPLY Refer to Section M/WBE OUTREACH EFFORTS At minimum, the bidder must conduct a good faith outreach effort to solicit the participation of New York State certified Minority and Women-Owned Businesses. All contract awardees agree to take affirmative steps to utilize MWBE business enterprises. For purposes of this commitment the terms mean: MINORITY OR WOMEN-OWNED BUSINESS ENTERPRISE (MWBE): At least 51% owned and controlled by the minority members and/or women; the minority and/or women ownership interest is real, substantial and continuing; the minority and/or women ownership has and exercises the authority to independently control the day-to-day business decisions; independently owned, operated and authorized to do business in New York State. NOTE: Businesses eligible to participate in the program must be owned and operated by women and/or minority group members who are citizens of the United States or permanent resident aliens. Generally they must be in operation for at least one year. MINORITY GROUP MEMBER: A United States citizen or permanent resident alien who has and can demonstrate membership in one of the following groups: Black persons having origins in any of the Black African racial groups; Hispanic persons of Mexican, Puerto Rican, Dominican, Cuban, Central INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS ONEONTA, NY Page 1 of 3

17 or South American Descent of either Indian or Hispanic origin, regardless of race; Native American or Alaskan native persons having origins in any of the original peoples of North America; Asian and Pacific Islander persons having origins in any of the Far East countries, South East Asia, the Indian subcontinent or the Pacific Islands. CONTRACTOR (HVCC) AND SUBCONTRACTOR: An individual, a business enterprise including a sole proprietorship, a partnership, a corporation, a not-for-profit corporation, or any other party to a state contract, or a bidder in conjunction with the awarding of a state contract or a proposed party to a state contract. Minority business enterprises may be employed as construction Subcontractors or as suppliers. 4. SECTION 3 OUTREACH EFFORTS HVCC and the Subcontractor must reach out into the local community for Section 3 Employees and Businesses for new hires and sub-contracts. Documentation of Outreach is required. 5. FORMS AND SUBMITTALS HVCC and Subcontractors are each responsible for specific compliance forms (see list below). Samples and instructions are included in the Project Manual. FORMS FOR SUBCONTRACTOR Blank Copies found in Project Manual or at Construction, Current Construction, Job, then under Job Specific Documentation Forms to be submitted at time of award: ADM-EEO / M/WBE EEO & M/WBE Policy Statement of Compliance Subcontractor Certification Section 3 Project Work Form Breakdown Forms to be submitted monthly: ADM-136 Monthly Employment Utilization Report Forms to be submitted quarterly: ADM-146 Quarterly Affirmation of Income Payments to MWBE (if applicable) Forms to be submitted upon completion of the project: OFHEO-S3 Utilization of Section 3 Residents Warranty Documents (if applicable) Items to be submitted throughout contract period: As Built Drawings (mechanicals only) Change Order approval-must be attached to any pay application that is applying for change INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS ONEONTA, NY Page 2 of 3

18 order dollars. All submittals must be received prior to starting work. The following items have been included in this section for the use of the Subcontractor: Good Faith Efforts Guide EEO and MWBE Policy Statement ADM 136 Monthly Employment Utilization Report ADM 146 Affirmation of Income Payments to MWBE Section 3 Utilization & Certification These forms may also be obtained by request through Housing Visions Construction Co., Inc Pay applications cannot be processed unless paperwork is current and approved. Close-out project submittals must be reviewed and accepted prior to release of retainage. Any additional requirements will be issued as an addendum INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS ONEONTA, NY Page 3 of 3

19 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. and the owner(s) of the property 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. 4. PAYMENT (Refer to Section ) Terms: Invoices must be received by the 25 th of the month, and will be paid on the 1 st of the following month, with terms of net 35 days for correct invoices. HVCC will not release payment until the scope of work is completed and 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. Payment may be released 60 days following completion of work by building. Rough Carpentry and MEPF retainage may be released 90 days following completion of work by building. No retainage will be released if there are any outstanding items, including but not limited to: punch list work, compliance items, as-builts, warranty documents, system testing, and certification/ commissioning is complete. Payments will not be made until: a) The work has been inspected for compliance with the plans and specifications. b) The invoice has been checked against the contract price, purchase orders, contract amendments, and change orders. c) (Before final Payment) All outstanding punch-list items have been completed. 5. CHANGE ORDERS (Refer to Section ) SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS ONEONTA, NY Page 1 of 6

20 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 via a contract amendment 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. 6. 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 and Section ) All contractors are required to adhere to the HVCC Recycling & Diversion Policy. 8. ADMINISTRATIVE REQUIREMENTS ( Refer to Section ) All Subcontractors are responsible for administrative items as indicated in the Project Manual. This includes, but may not be limited to, the following items: Equal Opportunity Policy Monthly Utilization Report Quarterly Reporting for NYS Certified M/WBE Davis Bacon Wage Rates Section 3 hiring 9. SAFETY Participation in HVCC Safety Meetings is required. All subcontractors must follow OSHA and other safety measures as required by governing agencies and HVCC. 10. CONSTRUCTION WORK SITE Subcontractor is responsible for keeping equipment, tools and materials in secure location on site. Stolen property will not be the responsibility of HVCC. 11. COORDINATION (Refer to Section ) Coordinate all contract work with HVCC in a manner that will accommodate all other trades. 12. CONTRACTOR MEETINGS Participate in weekly HVCC contractor meetings to ensure coordination, work flow, and schedule. 13. 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) 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 SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS ONEONTA, NY Page 2 of 6

21 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 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. a) 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. b) The Subcontractor agrees to contact the Owner within two (2) business days after receiving a work order for warranty work and schedule inspection and repair. c) The warranty work is to be performed within two (2) weeks of the request for service and at the Subcontractor's expense. d) The warranty work is to meet all quality criteria as described for new work. e) 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. GERNERAL TERMS AND CONDITIONS 1. BEFORE COMMENCEMENT OF WORK 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 All work completed by the Subcontractor will be performed in a quality workmanlike manner in accordance with the Scope of Work, Plans, and Specifications. Work must pass all applicable inspections including; Project Engineers, Architects, HCR/HHAP representatives, Local Codes and meet SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS ONEONTA, NY Page 3 of 6

22 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 specifications. 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 SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS ONEONTA, NY Page 4 of 6

23 The Subcontractor shall not represent himself/herself as an agent of HVCC without prior consent of HVCC. 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 Do not alter silt fence installations without prior approval of HVCC. DEC fines are $37,000 PER DAY. The Subcontractor/ Supplier responsible for damaging silt fence will be back charged for the fine. 4. JOB SITE / SECURITY Subcontractors and Suppliers are responsible to keep delivery vehicles and construction operations on temporary driveways and out of muddy yards. Concrete trucks to clean out at specified locations supplied by HVCC. Mud that makes it to the street is expected to be cleaned up by the Subcontractor/ Supplier. 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 jobsite. Close and lock all doors windows when leaving the jobsite. 5. MATERIAL SAFETY 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. Materials are to be unpackaged at the jobsite. Subcontractor will provide to HVCC shop drawings, as-builts, warranties, care and use information, as required in the plans and specs and/or by Governing agencies SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS ONEONTA, NY Page 5 of 6

24 6. SCHEDULING 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 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 The jobsite is to be left in a neat, orderly, and safe condition after each day's work. The jobsite is to be left "broom clean" when the Subcontractor's work is completed. The property around the jobsite 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 reusable 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 holdback to the Subcontractor who did not clean up properly SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS ONEONTA, NY Page 6 of 6

25 $ PROJECT Project NAME: Wage Rate Sheet Oneonta Heights PROJECT NUMBER: SHARS # WORK CLASSIFICATION These rates are pending DOL and HCR approval BASIC HOURLY RATE (BHR) U.S. Department of Housing and Urban Development Office of Labor Relations WAGE DECISION NUMBER/MODIFICATION NUMBER: FRINGE BENEFITS NY /11/2015-NY 99 PROJECT COUNTY: Otsego County, New York TOTAL HOURLY WAGE RATE Bricklayers TBD $ LABORERS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Carpenters $21.16 HAZ MAT $ Cement Masons $33.98 LNDSCAPE $ Drywall Hangers $16.61 UNSKLD $15.54 Electricians $52.12 MSN TD BRICK FB $33.98 Iron Workers $12.72 MSN TD Painters $18.47 Plumbers $ FB CONCRT OPERATORS FRINGE BENEFITS: $ $26.45 GROUP # BHR TOTAL WAGE Roofers $16.61 DOZER $21.72 Sheet Metal Workers $19.87 BACKHOE EXCAV/ Soft Floor Layers TBD $ BOBCAT/ SKIDSTER SKDLDR $ $27.74 Tapers $16.61 PAVER TBD $ Tile Setters $16.61 OTHER CLASSIFICATIONS TRUCK DRIVERS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Glazier TBD $ SPRINKLE FB 1.44 $19.49 Plasterer TBD $ Pipe fit HVAC FB 2.46 $19.87 Batt Insulation TBD $ Siding $16.61 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 $16.61 Elevator Mechanic/Installer $16.61 Hardwood Floor Installer $16.61 form HUD-4720 (03/2004)

26 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

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 CMU ELEVATOR SHAFT BID NOTIFICATION PACKAGE TABLE OF CONTENTS

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

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

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

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

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

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

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

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

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

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

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

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

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

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

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

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

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

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

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

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

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

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

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware. contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and

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 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

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

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA 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

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

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

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

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

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

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

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

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301 contractor ract and Scope of Work 15.1500 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Mechanical Furnish and install all mechanical equipment as described

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

More information

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

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

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

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

San Francisco Housing Authority

San Francisco Housing Authority San Francisco Housing Authority REQUEST FOR QUOTE 1815 EGBERT AVENUE SAN FRANCISCO, CA 94124 May 19, 2017 PROJECT DESCRIPTION: The Housing Authority of the City and County of San Francisco (Authority)

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

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

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

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

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

SECTION SUPPLEMENTARY CONDITIONS

SECTION SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

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

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

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

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

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

INVITATION FOR BIDS (IFB) NO KMHS/BHA Cottages at Forest Park for the Housing Authority of the City of Bremerton (BHA)

INVITATION FOR BIDS (IFB) NO KMHS/BHA Cottages at Forest Park for the Housing Authority of the City of Bremerton (BHA) TABLE OF CONTENTS INVITATION FOR BIDS Section Description Page 1.0 IFB Information At-A-Glance 2 2.0 Introduction and BHA Background 2 3.0 Project Background 3 4.0 Scope of Work / Technical Specifications

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

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

Proposal and Agreement for Construction on Purchaser s Lot

Proposal and Agreement for Construction on Purchaser s Lot Proposal and Agreement for Construction on Purchaser s Lot This Proposal and Agreement is made this day of, 200, by and between The Company, (hereinafter referred to as The Company), and (hereinafter referred

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

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

University of Maine System Supplementary Conditions to AIA A General Conditions of the Contract for Construction

University of Maine System Supplementary Conditions to AIA A General Conditions of the Contract for Construction University of Maine System Supplementary Conditions to AIA A201 2007 General Conditions of the Contract for Construction 1.1.8 Add the following: The Architect is the Initial Decision Maker for this Agreement.

More information

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas 79227 REQUEST FOR PROPOSALS FOR CONTRACTORS FOR THE AMY YOUNG BARRIER REMOVAL PROGRAM July 30, 2018 1 TABLE OF CONTENTS

More information

CONTRACT FOR REHABILITATION

CONTRACT FOR REHABILITATION HO-11 CONTRACT FOR REHABILITATION KNOW ALL MEN BY THESE PRESENT: GRANTEE TENNESSEE THIS AGREEMENT made this day of 20 by and between hereinafter referred to as OWNER and hereinafter referred to as CONTRACTOR.

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