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

Size: px
Start display at page:

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

Transcription

1 Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT 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 Supplementary Conditions for Subcontractors Insurance requirements Sample Certificate of Liability Insurance Instructions for Administrative Requirements 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 # Niagara Falls, New York CONTRACTOR Housing Visions Construction Co., Inc 1201 E. Fayette St. Syracuse, NY phone fax NIAGARA FALLS, NY

2 PROJECT NO SECTION INVITATION TO BID PRIME SUBCONTRACTOR FOR 607 WALNUT AVE - CONTRACT You are invited to Bid as a Prime Subcontractor for the 607 Walnut Avenue Site & Building work scope, which is part of the Walnut Avenue Homes Project in Niagara Falls, NY. We are now accepting bids for: Prime Subcontractor for 607 Walnut Ave Bid Submittal Deadline: 5:00 PM Eastern Standard Time, Monday, September 22, 2014 Bid Location: Housing Visions Construction Company, Inc. 101 E Fayette St., Syracuse, NY 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. Include copy of signed Section Scope of Bid with Bid Form for this Subcontract 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 Niagara Falls /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 INVITATION TO BID NIAGARA FALLS, NY PAGE 1 OF 2

3 PROJECT NO On Line Construction, Bid Opportunities Note There is a link to go directly to our Plan Room. 3. Builder s Exchange: 4. McGraw Hill Construction/Dodge: 5. The Construction Journal: Full or partial sets may be purchased on line through Avalon Copy Center, or by calling Avalon: Buffalo Office Rochester Office Syracuse 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 Dave Brazell, Housing Visions Construction Co., Inc or dbrazell@housingvisions.org, with any technical questions. Please contact Marissa Lohman, Housing Visions Construction Co., Inc or mlohman@housingvisions.org, with any administrative questions East Fayette Street, Syracuse, New York Phone Fax mlohman@HousingVisions.org, Website: INVITATION TO BID NIAGARA FALLS, NY PAGE 2 OF 2

4 PROJECT NO SECTION INSTRUCTIONS TO BIDDERS 1. BID FORMS A. Submit sealed bid using fully completing Bid form is found in bid Notification Package. B. 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. C. 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. BID SECURITY DEPOSIT Bidder(s) are required to attach a certified check in the amount of 1% or a bid bond in the amount of 2% of the total bid as a bid security. All bid security deposits shall be returned within 15 days of the bid award or to the successful bidder upon execution of the contract. 3. 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. 4. 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. 5. OPENING OF BIDS HVCC will review all bids and inform all bidders of their results within one week of the bid award. 6. 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 WALNUT AVENUT HOMES INSTRUCTIONS TO BIDDERS NIAGARA FALLS, NY Page 1 of 2

5 PROJECT NO 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. C. 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 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. 6. 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. END OF INSTRUCTIONS TO BIDDERS WALNUT AVENUT HOMES INSTRUCTIONS TO BIDDERS NIAGARA FALLS, NY Page 2 of 2

6 SCOPE OF BID PRIME SUBCONTACTOR FOR 607 WALNUT AVE CONTRACT Provide all labor, material (unless noted otherwise), 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: Construction Specifications and Related Documents for Walnut Avenue Homes in Niagara Falls, New York (SHAR No ) prepared by Passero Associates, Permit Set August 2014 as they pertain to 607 Walnut Avenue Site & Building. 2. General Work Description: All Site and Building work for 607 Walnut Avenue Except Division 02 Existing Conditions Hazardous Materials. (This includes remediation and selective demolition done during hazardous materials remediation.) Selective demolition done after hazardous material remediation will be will be part of this contract unless noted otherwise. Exterior windows will be removed and transported off site for ACM glazing compound and lead containing paint remediation by a separate contractor. Window openings will be temporarily made weathertight with ½ plywood panels by this separate contractor. Remediated windows will be turned over to the Prime Subcontractor for 607 Walnut Ave. at the job site. The Prime Subcontractor shall be responsible for removal and disposal of temporary weatherproofing panels at exterior window openings and refinishing and installation of remediated windows. The Prime Subcontractor shall be a Subcontractor to the Contractor Housing Visions Construction Company, Inc. in the an AIA Doc. A401 (2007) Contractor Subcontractor Agreement This project will meet prerequisites and meet minimum certification requirements of LEED for Homes Version 2008 The owner will process an application for Historical Preservation Designation for this project thru the United States Department of National Parks Services. 3. Work Scope Notes: All safety equipment necessary to complete this scope of work shall be responsibility of the The Prime Subcontractor. All OSHA safety requirements shall be followed. Materials testing will be provided by HVCC. Prime Subcontractor will be responsible for coordinating testing. (Responsible for contacting testing agent) Prime Subcontractor is responsible for daily clean up and removal of debris for this scope of SCOPE OF BID FOR PRIME SUBCONTRACTOR FOR 607 WALNUT AVE NIAGARA FALLS,NY Page 1 of 2

7 work, including all packaging to HVCC supplied dumpster(s). Fully implement HVCC Recycling and Diversion Policy (Section ) as it pertains to this work scope. Prime Subcontractor shall provide proof of insurance prior to start of any construction. Prime Subcontractor shall provide a Performance and Payment Bond in the amount of 100% of contract value for duration of contract. AIA Doc. A312 (2010) Performance and Payment Bond will be used as part of the Bond submission. Liquidated damages and Bonus Payments as noted in Section Supplementary Conditions for Subcontractor will be included in Contractor Subcontractor Agreement Sign below and return a copy of this section with Bid Form Signature SCOPE OF BID FOR PRIME SUBCONTRACTOR FOR 607 WALNUT AVE NIAGARA FALLS,NY Page 2 of 2

8 PROJECT NO SECTION BID FORM PRIME SUBCONTRACTOR FOR 607 WALNUT AVNEUE 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/her self 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 PRIME SUBCONTRACTOR FOR 607 WALNUT AVENUE CONTRACT Base Bid Amount: Total in Words Dollars $ Prompt Pay Discount: Bid Security A Certified Check in the amount of 1% or a Bid Bond in the amount of 2% of the Base Bid amount is enclosed as a Bid Security Deposit. Check shall be made out to Housing Visions Construction Company, Inc. 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 BID FORM PRIME SUBCONTRACTOR FOR 607 WALNUT AVENUE NIAGARA FALLS, NY Page 1 of 5

9 PROJECT NO 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 statements in said proposal are true. In submitting this bid the bidder agrees to comply with the administrative regulations and reporting applicable to this project. This includes, but is not limited to Elations Certified Payroll, M/WBE Outreach Efforts, and to abide by all OSHA & EPA Regulations while on and relating to the job. NOTE: Any additional regulations or paperwork not available at the time this manual was created will be communicated to the subcontractor in the form of an addendum. Receipt of the following Addenda is hereby acknowledged: No. Date: Received By: No. Date: Received By: No. Date: Received By: CONTRACT SCHEDULE: Notice to Proceed: Estimated to be January 15, 2015 Substantial Completion: 275 Calendar days after notice to proceed. Contract Substantial Completion date will be adjusted if notice to proceed is delayed by mutual agreement between HVCC and Subcontractor. Liquidated damages and bonus payments in the amount of $300 for each calendar day that work of this contract is substantially completed after or before contract Substantial Completion date will be effected per Section Supplementary Conditions for Subcontractors BID FORM PRIME SUBCONTRACTOR FOR 607 WALNUT AVENUE NIAGARA FALLS, NY Page 2 of 5

10 PROJECT NO 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 PRIME SUBCONTRACTOR FOR 607 WALNUT AVENUE NIAGARA FALLS, NY Page 3 of 5

11 PROJECT NO 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) BID FORM PRIME SUBCONTRACTOR FOR 607 WALNUT AVENUE NIAGARA FALLS, NY Page 4 of 5

12 PROJECT NO Trade References Company Name/ Address /Phone Company Name/ Address /Phone Company /Name /Address /Phone Return Bid to: Marissa Lohman, Construction Administrator Housing Visions Construction Co., Inc E Fayette St. Syracuse, NY phone fax mlohman@housingvisions.org BID FORM PRIME SUBCONTRACTOR FOR 607 WALNUT AVENUE NIAGARA FALLS, NY Page 5 of 5

13 PROJECT NO 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 sent by fax RFIs not using this form cannot be accepted. Project Name _ Walnut Avenue Homes 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 NIAGARA FALLS, NY PAGE 1 of 1

14 PROJECT NO 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. and the owner(s) of the property shall be named as the additional insured on this project. 3. BONDS Bid Bond Bid Security (AIA Doc. A Bid Bond ) Bidder(s) are required to attach a certified check in the amount of 1% or a bid bond in the amount of 2% of the total bid as a bid security. All bid security deposits shall be returned within 15 days of the bid award or to the successful bidder upon execution of the contract. Performance and Payment Bond (AIA Doc. A Performance and Payment Bond) Prime Subcontractor for 607 Walnut Avenue shall provide a Performance and Payment Bond in the amount of 100% of the Contract Amount. The cost of this Bond shall be included in Base Bid Amount. 4. SUBSTANTIAL COMPLETION (Refer to Section ) Contractual timeframe is estimated. Comply with Notice to Proceed and adhere to A Article 9, Date of Commencement, 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 by the substantial completion date indicated in the AIA Document A Contract between Contractor and Subcontractor. 5. LIQUIDATED DAMAGES AND BONUS PAYMENTS (AIA Doc. A Standard From of Agreement Between Contractor / Subcontractor) Liquidated damages in the amount of $300 for each calendar day that work of this contract is not substantially completed after the date of substantial completion will be deducted Subcontractor contract amount. Bonus payment in the amount of $300 for each calendar day that work of this contract is substantially completed before the date of substantial completion will be added to the Subcontractor contract amount. 6. PAYMENT (Refer to Section ) 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 SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS NIAGARA FALLS, NY PAGE 1 OF 3

15 PROJECT NO 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 11. SAFETY Participation in HVCC Safety Meetings is 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. Clean work site at end of each work day. 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 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 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 SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS NIAGARA FALLS, NY PAGE 2 OF 3

16 PROJECT NO 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." Housing Visions Construction Co., Inc. is available to help with completing the Administrative Requirements. Please contact Marissa Lohman: Phone: or mlohman@housingvisions.org with questions SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS NIAGARA FALLS, NY PAGE 3 OF 3

17 PROJECT NO INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS: No Subcontractor shall commence work under this contract until he has obtained all the insurance required hereinafter and such insurance has been approved by HVCC. All subcontractors shall procure, pay for, and maintain the minimum insurance coverage set forth below for the entire term of the contract. Approval of insurance by HVCC shall not relieve or decrease liability of each Subcontractor. All insurance required herein, except Workers' Compensation, shall name Housing Visions Construction Co., Inc., Walnut Avenue Homes, LLC, and Walnut Avenue Homes Housing Development Fund Corporation as the additional insured (on a primary and noncontributory basis) on this project. Subcontractor, Owner(s), and all other parties required of the Contractor, shall be included as additional insureds on the Certificate of General Liability to include products and completed operations to the additional insureds. It shall apply as primary insurance, on a noncontributing basis before any other insurance or self-insurance, including deductible, maintained by or provided to, the additional insureds. All insurance required herein shall contain a waiver of subrogation in favor of HVCC. The Subcontractor waives all rights against the Owner(s), their agents, officers, directors and employees for recovery of damages to the extent these damages are covered by commercial general liability, commercial umbrella liability, business auto liability or workers compensation and employers liability insurance maintained per requirements of above. Worker s Compensations and other Mandated Insurance: Each Subcontractor shall take out and maintain during the life of this contract statutory Worker s Compensation and Employer s Liability Insurance, and all other insurance required by law, for all of his employees engaged in work under this contract, and in case any of such work is sublet, subcontractor shall require sub-subcontractor to provide all similar insurance. Bodily injury and Property Damage Liability Insurance: Each Subcontractor shall take out and maintain during the life of contract Commercial General Liability Insurance Policy for Bodily Injury, including Accidental Death, and Property Damage, as shall protect him and any Sub-subcontractor performing work covered by this contract from claims for damage which may arise from operations under this contract, whether such operations are by himself, another Sub-subcontractor or anyone directly or indirectly employed by them. The hazard insured against shall be listed below: Premises-Operations, and Products & Completed Operations Explosion & Collapse. Underground. Contractual Insurance. Broad Form Property Damage. Independent Contractors. Personal and Advertising Injury Liability. Automobile Liability, Including Owned, Hired & Non-Owned Automobiles. Umbrella Liability. The required limits of liability coverage on the above listed shall be: INSURANCE REQUIREMENTS NIAGARA FALLS, NY PAGE 1 OF 4

18 PROJECT NO General Liability Bodily Injury and Property Damage Liability Automobile Liability Each Occurrence $1,000,000 Aggregate $2,000,000 Automobile Liability including Hired/Non-Hired Autos Umbrella Liability Combined Single Limit $1,000,000 Providing coverage over General and Automobile Each Occurrence $5,000,000 Aggregate $5,000,000 Owner s and Contractor s Protective Liability In the event that an Umbrella Liability policy is unable to be written, contractor shall obtain in the name of the owner, architect, and clerk an owner and contractor s protective liability policy to be maintained until final completion and acceptance of project Each Occurrence $5,000,000 Aggregate $5,000,000 Housing Visions Unlimited, its Consultants and Housing Visions Construction Co, Inc. shall be named as the additional insured on this project. The names and addresses are attached on the following page. Insurance Certificates and Policies: The Certificate of Subcontractor s General Liability Insurance is to be filed with the Housing Visions Construction Co., Inc. This Certificate of Insurance shall contain the following endorsement: IT IS UNDERSTOOD THAT THE INSURANCE REQUIREMENTS NIAGARA FALLS, NY PAGE 2 OF 4

19 PROJECT NO INSURANCE COMPANY WILL NOTIFY HOUSING VISIONS CONSTRUCTION CO., INC. BY REGISTERED MAIL TWENTY (20) DAYS PRIOR TO ANY CHANGES OR CANCELLATION OF THE POLICY. Housing Visions Construction Co., Inc. requires insurance certificates with the following names & addresses listed as Additional Insured: Housing Visions Unlimited, Inc. Housing Visions Consultants, Inc. Housing Visions Construction Co. Inc E. Fayette Street Syracuse, NY Walnut Avenue Homes, LLC 1201 E. Fayette Street Syracuse, NY Key Community Development Corporation and Its Successors and/or Assigns 127 Public Square; Mail Code OH Cleveland, OH Key Bank National Association, Its Successors and/or Assignees 201 S. Warren Street Syracuse, NY NYS Homes & Community Renewal State Street Hampton Plaza Albany, NY Housing Trust Fund Corporation State Street Hampton Plaza Albany, NY Watts Architecture & Engineering 95 Perry Street, Suite 300 Buffalo, NY Page 4 contains a Sample ACORD Form that must be completed by Contractor s Insurance Carrier and submitted as proof of appropriate insurance coverage INSURANCE REQUIREMENTS NIAGARA FALLS, NY PAGE 3 OF 4

20 PROJECT NO INSURANCE REQUIREMENTS NIAGARA FALLS, NY PAGE 4 OF 4

21 SAMPLE

22

23 SECTION INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS PROJECT NO 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: 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. Pay applications: submit monthly by the 1 st or 15 th of the month, using AIA documents: G702 Application and Certificate for Payment & G703 Continuation Sheet (refer to Section ). 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 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 INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS NIAGARA FALLS, NY Page 1 of 3

24 PROJECT NO 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. 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. A. Forms for Contractor (HVCC): Forms to be submitted at time of award: ADM 095 MWBE Utilization Plan-Preliminary ADM-EEO / M/WBE EEO & M/WBE Policy Forms to be submitted monthly: ADM-136 Monthly Employment Utilization Report (monthly) Forms to be submitted quarterly: ADM-123 Quarterly Cumulative Pay Statement ADM-146 Quarterly Affirmation of Income Payments to MWBE Forms to be submitted upon completion of the project: As Built Drawings ADM 095 MWBE Utilization Plan-Final B. FORMS FOR SUBCONTRACTOR Blank Copies found in Project Manual or at Construction Forms to be submitted at time of award: ADM-EEO / M/WBE EEO & M/WBE Policy Forms to be submitted monthly: ADM-136 Monthly Employment Utilization Report (monthly) Forms to be submitted quarterly: ADM-146 Quarterly Affirmation of Income Payments to MWBE (if pertinent) Forms to be submitted upon completion of the project: INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS NIAGARA FALLS, NY Page 2 of 3

25 PROJECT NO 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 order dollars. All initial documents must be submitted before work is started. 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 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 NIAGARA FALLS, NY Page 3 of 3

26 Davis Bacon Wage Rate Determination General Decision Number: NY /04/2014 NY57 Superseded General Decision Number: NY State: New York Construction Type: Residential Counties: Erie and Niagara Counties in New York. RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 01/03/ /17/ /27/ /04/2014 ELEV /01/2014 Rates ELEVATOR MECHANIC...$ Fringes a+b FOOTNOTE: a. 8 PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and the Day after Thanksgiving, Christmas Day. b. PAID VACATION: Employer contributes 8% of regular basic hourly rate as vacation pay for emplyees with more than 5 years of service, and 6% for employees with less than 5 years of service ENGI /01/2013 ERIE COUNTY Rates Power equipment operators: Bulldozer...$ Excavator...$ Roller...$ Fringes a a a FOOTNOTES: a. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; Christmas Day, provided the employee has worked the day before and the day after the holiday * ENGI /01/2014 NIAGARA COUNTY Rates Fringes Page 1

27 Davis Bacon Wage Rate Determination Power equipment operators: Bulldozer...$ Excavator...$ Roller...$ PAIN /01/2013 Rates Fringes GLAZIER...$ PLAS /01/2011 Rates Fringes PLASTERER...$ PLUM /01/2014 Rates Fringes PLUMBER...$ SFNY /01/2013 Rates Fringes SPRINKLER FITTER...$ SUNY /04/1999 Rates Fringes BRICKLAYER...$ CARPENTER (including drywall hanging and excluding batt insulation)...$ CEMENT MASON/CONCRETE FINISHER...$ ELECTRICIAN...$ INSULATOR - BATT...$ IRONWORKER, STRUCTURAL...$ Laborers: Hazardous Material...$ Landscape Laborer...$ Unskilled...$ 9.59 Mason tender, brick...$ Mason tender, cement...$ PAINTER (Brush and Roller)...$ PIPEFITTER (Including HVAC Pipe/Installation)...$ Power equipment operators: Backhoe...$ Page 2

28 Davis Bacon Wage Rate Determination Paver...$ ROOFER...$ Sheet Metal Worker (Including HVAC Duct)...$ TILE SETTER...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM /01/2011. The first four letters, PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may Page 3

29 Davis Bacon Wage Rate Determination include both union and non-union data. Example: SULA /13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board Page 4

30 Davis Bacon Wage Rate Determination U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 5

31 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

32 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

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

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

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

Solicitation FA441718R0003 Attachment 3

Solicitation FA441718R0003 Attachment 3 Solicitation FA441718R0003 Attachment 3 General Decision Number: FL180262 01/12/2018 FL262 Superseded General Decision Number: FL20170262 State: Florida Construction Type: Building County: Okaloosa County

More information

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania General Decision Number: PA180033 09/07/2018 PA33 Superseded General Decision Number: PA20170033 State: Pennsylvania Construction Type: Residential County: Allegheny County in Pennsylvania. RESIDENTIAL

More information

ATTACHMENT E INSURANCE REQUIREMENTS

ATTACHMENT E INSURANCE REQUIREMENTS ATTACHMENT E INSURANCE REQUIREMENTS Professional Liability LHA and its affiliates must be named as an Additional Insured and be a Certificate Holder. This is required for vendors who render observational

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

Alabama State Port Authority. Description

Alabama State Port Authority. Description Project Name Location Alabama State Port Authority Addendum to Specification Booklet Automotive RO/RO Terminal Site Demolition Package Mobile, AL Project # 10615 TASK # 2 Addendum #3 Date: January 7, 2019

More information

Invitation to Bid Hogan House Historic Painting Project

Invitation to Bid Hogan House Historic Painting Project Invitation to Bid Hogan House Historic Painting Project This project is funded with Community Development Block Grant (CDBG) funds. All estimates must reflect Davis-Bacon prevailing wages. This invitation

More information

https://www.wdol.gov/wdol/scafiles/davisbacon/fl263.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/fl263.dvb?v=0 Page 1 of 6 General Decision Number: FL180263 01/05/2018 FL263 Superseded General Decision Number: FL20170263 State: Florida Construction Type: Building County: Orange County in Florida. BUILDING CONSTRUCTION

More information

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES September 2015 Heritage Point Apartments SECTION 000009 DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES NOTE: Project shall be constructed using the Davis Bacon Residential Prevailing Wage Rate for Luzern

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

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1 DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1 General Decision Number: GA160129 02/26/2016 GA129 Superseded General Decision Number: GA20150129 State: Georgia Construction Type: Building County:

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

A. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department

A. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department DOCUMENT 00 91 13 ADDENDUM 1 1.1 PROJECT INFORMATION A. Project Name: Water System Automated Meter Reading Program B. Owner: City of Florence Alabama Water & Wastewater Department C. Project Number: FL-1330

More information

Prevailing Wage Rates (No Fringes)

Prevailing Wage Rates (No Fringes) Prevailing Wage (No Fringes) General Decision Number: TX150302 07/31/2015 TX302 Superseded General Decision Number: TX20140302 State: Texas Construction Type: Building County: Hardin County in Texas. BUILDING

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

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 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

Request for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority

Request for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority Sandra J. Beston Chairwoman Charles A. Jeseo Vice Chairman Harry J. Cushing Jeffery Czarnecki Jane Hayes Roberta Gilson Regina Warner Watervliet Housing Authority Administration Office 2400 Second Avenue

More information

DOCUMENT 00050 GENERAL 1.1 Introduction. Pursuant to Government Code Chapter 2267, subchapter D the City of Conroe hereby solicits Competitive Sealed Bids for approximately 12,000 linear feet of clearing

More information

Winnebago County Housing Authority

Winnebago County Housing Authority Oshkosh/Winnebago County Housing Authority Cumberland Court Housing Commission P.O. BOX 397, OSHKOSH, WI 54903-0397 OSHKOSH: (920) 424-1450 FAX: (920) 424-1474 June 1, 2016 County REQUEST FOR PROPOSAL:

More information

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached)

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached) 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department ADDENDUM #1 To: 1003-910-13-3138 RFP for Modernization of Elevators at Various Locations Delete Davis Bacon Wage Decision

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

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

(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

(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

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501 ADDENDUM No. 3 PROJECT Pierre WWTF Improvements Project - 2017 BID DATE Time 1:30 PM, CST July 24, 2017 BID LOCATION Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501 ISSUE

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

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

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

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

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

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

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

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

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

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

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

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

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

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

2018 Pipelines Water and Sewer Construction Contract Pkg I

2018 Pipelines Water and Sewer Construction Contract Pkg I INVITATION FOR BID 2018 Pipelines Water and Sewer Construction Contract Pkg I Solicitation No.: CO-00157 Addendum 2 January 30, 2018 MODIFICATIONS TO THE SPECIFICATIONS 1. Bid Proposal, Page BP-1 is deleted

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

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

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

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

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

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

PHASE ONE - SELECTIVE DEMOLITION DOCUMENTS

PHASE ONE - SELECTIVE DEMOLITION DOCUMENTS PROJECT MANUAL Central Carolina Technical College Advanced Manufacturing Technology Training Center Sumter, SC SC# H59-6059-CA EDA AWARD NO. 04-01-06716 LS3P COMMISSION NUMBER: 3202-123910 PHASE ONE -

More information

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),

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

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

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

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

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

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

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

GENERAL INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS IB-1. CONTRACT DOCUMENTS. Table of Contents IB-2. QUALIFICATION OF BIDDERS. IB-3. INCONSISTENCIES. IB-4. INVESTIGATION BY BIDDERS. IB-4.1. Underground Utilities. IB-5. LEGAL

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: # 17-38

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

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

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

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

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MWBE Utilization and Workforce Program Construction Projects with Federal Funding Effective October 1, 2014 PURPOSE The Metropolitan St. Louis Sewer

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

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

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

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

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

SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS

SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS file:///c:/users/merced/appdata/local/temp/bbagkfh2.htm Page

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

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

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

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

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

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

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

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington, Clarke, Culpeper,

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington, Clarke, Culpeper, General Decision Number: VA180035 06/15/2018 VA35 Superseded General Decision Number: VA20170035 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington,

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

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

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

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

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

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines) General Decision Number: VA170046 01/06/2017 VA46 Superseded General Decision Number: VA20160046 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) County: Franklin County in Virginia.

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

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

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance The Housing Authority of the City of Daytona Beach ( HACDB is hereby issuing this Request for Price Quotation in accordance with its small

More information

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

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

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

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information