Bid Notification Package

Size: px
Start display at page:

Download "Bid Notification Package"

Transcription

1 Bid Notification Package Ethel T. Chamberlain 664 W. Onondaga Street Syracuse, NY ROUGH CARPENTRY ARCHITECT PROJECT NO SHARS NO SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS Invitation to Bid Instructions to Bidders Scope of Work Bid Form Bid Request for Information Form Insurance Requirements & Sample Certificate of Liability Instructions for Administrative Requirements Supplementary Conditions for Subcontractors Davis Bacon Wage Rate Sheet NOTE: THIS IS SUPPLEMENTARY INFORMATION TO THE PROJECT MANUAL. THE COMPLETE PROJECT MANUAL SHOULD BE REFERENCED IN ADDITION TO THIS BID NOTIFICATION PACKAGE. SYRACUSE, NY

2 SECTION INVITATION TO BID ROUGH CARPENTRY Optional Pre-bid Conference: Sealed Bid Due Date: Submitted To: Attention: Tuesday, January 31, 2017 at 9am Meet at 1201 E. Fayette Street, Syracuse, NY Friday, February 17, 2017 by 4pm Housing Visions Construction Co., Inc E. Fayette Street Syracuse, NY Jennifer Esterley Manager of Construction Services Responsibilities of chosen subcontractors include: Certificate of Insurance per Section EEO and M/WBE Policy Statement Davis Bacon online certified payroll and Workforce Compliance Documents A good faith outreach effort to solicit participation of City of Syracuse/or NYS certified Minority and Women Owned Business (M/WBE). The construction documents may be examined at the following locations: 1. Housing Visions Construction Co., Inc E. Fayette Street Syracuse, NY , please call to schedule an appointment 2. On-Line Construction, Bid Opportunities Note-There is a link to go directly to our Plan Room. 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 Ethel T. Chamberlain SHARS# , plans, specs, and addenda may be reviewed and purchased. You may purchase hard copies of individual sheets or a digital download of the full project. We recommend you purchase the digital download ($10.00 for everything) and you will receive the INVITATION TO BID SYRACUSE, NY PAGE 1 OF 2

3 documents in pdf format. You can then print them on your plotter or take them to a printing company. All orders must be placed online through the Avalon plan room. NOTE: All bidders are responsible for their full scope of work. If a partial set is purchased, be sure to review all pages to be sure there is no pertinent information on other pages. All Minority and Woman Owned Business Enterprises (M/WBE), 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 Jim Davidson, Project Manager, at or jdavidson@housingvisions.org with any technical questions. Please contact Jennifer Esterley, Manager of Construction Services, at or jesterley@housingvisions.org with any administrative questions INVITATION TO BID SYRACUSE, NY PAGE 2 OF 2

4 INSTRUCTIONS TO BIDDERS 1. BID NOTIFICATION PACKAGES Bid Notification Packages are available for each separate scope of work and can be found on Housing Visions website at or by calling Within the Bid Notification Packages, interested bidders will find the Invitation to Bid, Scope of Work, and Bid Form for the scope of work they are interested in, as well as additional supplemental information that is pertinent to submitting a bid. 2. BID FORMS Bidders are to submit a separate price for each building they wish to bid on. They are not required to bid on all buildings. Each building shall be awarded separately. 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. 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 mailed or delivered to the Syracuse office of Housing Visions Construction Co., Inc. at 1201 E. Fayette Street, Syracuse, NY 13210, by the time indicated on the Invitation to Bid. 5. OPENING OF BIDS HVCC will review all bids in a fair and consistent manner and will inform all bidders of their results within one week of the bid award. 6. 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 INSTRUCTIONS TO BIDDERS SYRACUSE, NY PAGE 1 of 2

5 disregarded his obligations to subcontractors, materials, workers, suppliers, or customers. 7. PRECONSTRUCTION CONFERENCE Prior to the start of construction HVCC will hold a pre-construction meeting. The successful bidder or his/her 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 SYRACUSE, NY PAGE 2 of 2

6 EXHIBIT B SCOPE OF BID ROUGH CARPENTRY PROJECT NO Provide all labor, material, equipment, supervision, management, and administration required to complete all rough carpentry as required by the Contract Documents, addendums and applicable codes, including specifically but not limited to: WORK DESCRIPTION 1. Rough carpentry, sheathing, shear walls, underlayment, wood trusses, and building wrap per the plans and specifications. Window installation by others. 2. Rough Carpentry Subcontractor shall furnish all labor and material including but not limited to: all dimensional lumber, engineered trusses, laminated lumber, sheathing, underlayment, house wrap, joist hangers, columns, steel connector plates and bolts, fasteners, adhesives, flashing, sealants, and fasteners. (Please note wood must be non-tropical but does not have to be FSC) 3. Framing and sheathing of all continuous horizontal HVAC chases BY LIGHT GAUGE SUBCONTRACTOR. 4. All roof framing, parapet framing, truss installation, bridging, roof sheathing, roof blocking (both perimeter and MEP). 5. Coordination of rough openings for window head, sill, and extension jamb framing/blocking by Rough Carpentry Subcontractor. Blocking for window installation by Window Installation Subcontractor. 6. Responsible for all jacking of existing joists, beams, and structural members to attain floor flatness per specifications and architect s review. 7. Supply and install all framing, sheathing, and blocking for stair penthouse and elevator penthouse per plans and specs. 8. Installation of all required steel beams & columns. 9. Replace damaged floor sheathing and sister damaged floor joists per plans, specs, and architect s review. 10. All smoke headers per plans and specs. Kitchen soffits and HVAC continuous soffits by others. 11. Fabricate and install temporary stairs and guard & handrails as required to access all areas of building and meet OSHA requirements. 12. Rough Carpentry Subcontractor is responsible for all lifts, scaffold, hoisting equipment, and loading the building with material. 13. Furnish and install CORRIDOR SIDE of OSB sheathing at shear walls per plans and specs. Apartment side to be furnished and installed by GWB Subcontractor. 14. Furnish and install all permanent wood framed stairs. 15. Construction adhesives required under all exterior and demising wall bottom plates. 16. All subflooring to be glued and nailed. 17. Install blocking for all wall mounted cabinets, accessories, equipment, toilet-partitions-and-accessories, wall hung sinks, handrails, and wall mount plumbing fixtures. 18. Install temporary plywood doors, hinges and temporary lockset for temporary exterior doors. Final door hardware by others. 19. Install house wrap per plans and specifications (areas of siding only). GENERAL WORK NOTES 1. All safety equipment necessary to complete this scope of work shall be responsibility of the Rough Carpentry Subcontractor. 2. All equipment such as hoists, lifts and cranes necessary to complete rough carpentry work scope by Rough Carpentry Subcontractor. 3. Rough Carpentry Subcontractor is responsible for daily clean up and removal of debris for this scope of work, including all packaging to HVCC supplied dumpster. 4. Fully implement HVCC Recycling and Diversion Policy (Section and Section ) as it pertains to Rough Carpentry work. (Separate dumpsters will be supplied by HVCC for clean wood and C&D) 5. OSB shear walls to be one-sided to allow for spray foam insulation prior to completion. CONTRACT DOCUMENTS PROJECT MANUAL/SPECIFICATIONS Prepared by Holmes, King & Kallquist & Associates Current version: December 1, 2016 SCOPE OF BID ROUGH CARPENTRY SYRACUSE, NY PAGE 1 of 2

7 DRAWINGS / PLANS Prepared by Holmes, King & Kallquist & Associates Current version: December 1, 2016 PROJECT NO 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 ROUGH CARPENTRY SYRACUSE, NY PAGE 2 of 2

8 EXHIBIT C PROPOSAL FORM ROUGH CARPENTRY Pre-bid Conference: Sealed Bid Due Date: Submitted To: Attention: Tuesday, January 31, 2017 at 9am Meet at 1201 E. Fayette Street, Syracuse, NY Friday, February 17, 2017 by 4pm Housing Visions Construction Co., Inc E. Fayette Street Syracuse, NY Jennifer Esterley Manager of Construction Services jesterley@housingvisions.org Submitted By: Firm Name Street Address City, State, Zip Lump Sum Price The undersigned proposes to provide all labor, material, equipment, tools, facilities, transportation, licenses, services, supervision and any and all other necessary and incidental items and components required for the satisfactory completion of the Work under this Bid Package in strict and full accordance with the Contract Documents for the lump sum price of: Dollars (Amount in Words) ($ ) (Amount in Figures) Lump Sum Price Breakdown This Project is Tax Exempt. Bidders are not to include sales tax in their proposal. To enable us to properly evaluate the Proposal, please provide the following breakdown of the lump sum price: Labor: Material: Number of Workdays for roof structure & roof sheathing: BID FORM ROUGH CARPENTRY SYRACUSE, NY PAGE 1 of 5

9 Number of Workdays for framing per floor: 1 st floor: 2 nd floor: 3 rd floor: 4 th floor: PROJECT NO Labor Quantities Provide the following estimated labor hours included in the lump sum price. Supervisory man hours include all supervision, such as superintendents, non-working foremen, general foremen, supervisors, clerical and other nonmanual employees. The listed man hours are for evaluation purposes only. Should the estimated man hours by exceeded at Contract completion, they shall not form the basis for a request for extra costs or schedule extensions. Unit Prices Est Total Direct Labor Hours: Est Total Subcontracted Labor Hours: Est Total Supervisory and Indirect Labor Hours: Est Total Labor Hours: Est Total Overtime Hours Included Above: This Proposal is based on working hours per day, days per week. It may be necessary to make additions to the contract amount by implementing the below listed Unit Prices. The Bidder shall set forth the cost of all Unit Prices listed below. Prices are to be in effect for the duration of the contract period during which time the Owner has the option of ordering the work by Change Order. Should the work listed below be increased from the amounts shown on the Contract Documents and/or Specifications, upon written notice from the Architect, the undersigned Bidder agrees that the prices quoted below (including insurance, applicable taxes, equipment, overhead, and profit) shall be the basis of his compensation, as the case may be, for such increase in this work. All work shall be at the quoted Unit Prices. For any additional work, the Owner reserves the option to either exercise the below stated unit prices or to obtain new unit prices. Labor Force Classification ITEM DESCRIPTION UNIT VALUE NUMBER RC-1 Exterior Wall Panel SF RC-2 Interior Wall Panel SF RC-3 Wall Sheathing SF RC-4 Roof Sheathing SF RC-5 Floor Joist LF RC-6 Floor Trusses LF RC-7 Roof Trusses LF RC-8 Interior Doors EA RC-9 Exterior Doors EA Union Non-union Merit Shop MBE WBE Dual MWBE DBE Section 3 BID FORM ROUGH CARPENTRY SYRACUSE, NY PAGE 2 of 5

10 Subcontracted Work The following Work is proposed to be subcontracted in accordance with the Contract Documents. Subcontractors are subject to review and acceptance by HVCC and the Owner. Attach additional sheets as necessary. Subcontracted Work Proposed Subcontractor Contact The person within the Bidder s firm HVCC should contact regarding this Proposal is: Name Telephone Title Facsimile Mobile Subcontractor proposal based on ConDocs received from (isqft, Builders Exchange, etc.): Addenda The following Addenda have been received and accepted and the stipulations and requirements defined therein have been included in the lump sum price: Number Dated Through Number Dated Project Schedule Anticipated project start: April 2017 Building turnover: April 2018 A detailed Project Schedule by trade will be established by mutual agreement between HVCC and the Subcontractors following award of bid. 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 scope(s) of work your organization typically self-performs. BID FORM ROUGH CARPENTRY SYRACUSE, NY PAGE 3 of 5

11 6. Claims & Suits-if the answer to any questions below is yes, please attach details. a. Has your organization ever failed to complete any work awarded? b. Are there any judgments, claims, suits, or arbitration proceedings pending or outstanding against your organization or its officers? c. Has your company filed any lawsuits or requested arbitration with regard to Construction contracts within the last 5 years? d. On a separate sheet, please list major projects and estimated work dates that your organization has completed within the last 5 years. 7. Trade References Company Name Address Telephone Number Company Name Address Telephone Number Company Name Address Telephone Number Company Name Address Telephone Number Certification and Validation In submitting this Proposal, the Bidder certifies that all prices and information contained in this Proposal are in full and strict compliance with the requirements of this Bid Package and the latest issue of the Contract Documents including all Supplements thereto and agrees to execute the standard HVCC Contract Agreement without exception and complete the Work of this Bid Package in its entirety. The Bidder acknowledges that this Proposal Form (Exhibit C) as completed and submitted by the Bidder including any clarifications, exclusions, modifications and attachments hereto by the Bidder is submitted as an offer to HVCC. The Bidder understands and agrees that after review of this Proposal Form by HVCC, only those items contained herein that are specifically accepted in writing by HVCC, including any such clarifications exclusions, modifications and attachments by the Bidder, shall be binding upon HVCC. Proposals shall remain valid and binding for a period of ninety (90) days from the date set forth herein for the receipt of Proposals. The Bidder acknowledges that HVCC and the Owner reserve the right to accept or reject any or all Proposals, with or without cause, in whole or in part, to waive any informality or irregularity therein, to waive any technicality in any Proposal or part thereof and to award the Trade Contract to the Bidder considered best qualified at the time to prosecute the Work to successful completion. The undersigned represents that this Proposal is made in good faith, without fraud, collusion, or connection of any kind with any other entity for the same work, that it is competing in its own interest and in its own behalf without connection or obligation to any undisclosed entity or person, that no other entity or person has any interest in regard to all conditions pertaining to the Work and in regard to the place where it is to be done, has made its own examination and estimates and from them makes this Proposal. 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 BID FORM ROUGH CARPENTRY SYRACUSE, NY PAGE 4 of 5

12 basis of race, color, religion, or national origin, because of habit, local custom or otherwise. PROJECT NO 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. All applicable reporting forms and instructions can be found within the Project Manual. Respectfully Submitted, Bidder s Legal Company Name Federal Tax ID # Authorized Signature Date Title Above Name Typed or Printed BID FORM ROUGH CARPENTRY SYRACUSE, NY PAGE 5 of 5

13 SUBCONTRACTORS BID REQUEST FOR INFORMATION FORM (BID RFI) Technical questions regarding this bid solicitation should be submitted (48) hours prior to close of the bidding period utilizing this form only. E mail completed forms to Jim Davidson jdavidson@housingvisions.org or send by fax to RFIs not using this form shall not 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 SYRACUSE, NY PAGE 1 of 1

14 NOVEMBER 2016 EXHIBIT D INSURNACE REQUIREMENTS 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: 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 Comprehensive Automobile Liability: (Including owned, non-owned, leased and hired automobiles): a) Combined Single Limit $1,000,000 Excess or Umbrella Liability: (Must provide Excess Liability over Employers Liability, Comprehensive Automobile and Commercial General Liability Policies): For Framing, Roofing, Siding, and Excavating: a) General Aggregate: $5,000,000 b) Each Occurrence: $5,000,000 For all other trades: a) General Aggregate: $1,000,000 b) Each Occurrence: $1,000,000 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, 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. 2. All required policies and coverages shall be written on an occurrence basis, as claims-made coverage is not acceptable. 3. 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. 4. With respect to Comprehensive Automobile Liability ISO endorsement CA shall apply 5. With respect to Commercial General Liability ISO Endorsement CG or its equivalent shall apply. Additional Insured status will 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 payment whichever occurs later. 6. With respect to Excess or Umbrella Liability additional insured status shall follow-form of the Commercial General Liability and Comprehensive Automobile Liability Policies. 7. The Additional Insured Endorsements or policy language granting the required Additional Insured status must be attached to the Certificate of Insurance INSURANCE REQUIREMENTS SYRACUSE, NY PAGE 1 OF 2

15 NOVEMBER 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 4) even if used in conjunction with Commercial General Liability ISO Additional Insured Endorsement CG 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 10. 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. 11. 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. 12. 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. 13. 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. 14. 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. 15. 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 INSURANCE REQUIREMENTS SYRACUSE, NY PAGE 2 OF 2

16

17 INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS 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 (ETC) 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. All compliance requirements must be up to date for payment to be released. 2. DAVIS-BACON WAGE REQUIREMENTS APPLY Refer to Section Davis Bacon Project Wage Rate Sheet 3. 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 SYRACUSE, NY Page 1 of 2

18 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 for any contract that exceeds $200, SUBMITTALS Refer to Section Submittal Procedures 6. COMPLIANCE FORMS HVCC and its Subcontractors are responsible for project-specific compliance forms as outlined below. Samples and instructions are included in the Project Manual. Blank copies can be found in the Project Manual or are available upon request. Forms to be submitted at time of award: Certificate of Insurance EEO and MWBE Policy Statement Section 3 Project Work Form Breakdown Forms to be submitted monthly: Workforce Utilization Report Forms to be submitted quarterly: ADM-146 Affirmation of Income Payments to MWBE (if applicable) Forms to be submitted upon completion of the project: Warranty Documents (if applicable) As Built Drawings (mechanicals only) INSTRUCTIONS FOR ADMINISTRATIVE REQUIREMENTS SYRACUSE, NY Page 2 of 2

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 ) 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 SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS SYRACUSE, NY Page 1 of 6

20 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 Workforce 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 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 SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS SYRACUSE, NY Page 2 of 6

21 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 all Building Code requirements. The Subcontractor is deemed to know the requirements of the applicable Building Code(s) for the SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS SYRACUSE, NY Page 3 of 6

22 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. The Subcontractor shall not represent himself/herself as an agent of HVCC without prior consent of HVCC SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS SYRACUSE, NY Page 4 of 6

23 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. 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 SUPPLEMENTARY CONDITIONS FOR SUBCONTRACTORS SYRACUSE, NY Page 5 of 6

24 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 SYRACUSE, NY Page 6 of 6

25 $ Project Wage Rate Sheet PROJECT NAME: Ethel T. Chamberlain PROJECT NUMBER: SHARS # WORK CLASSIFICATION BASIC HOURLY RATE (BHR) U.S. Department of Housing and Urban Development Office of Labor Relations WAGE DECISION NUMBER/MODIFICATION NUMBER: FRINGE BENEFITS NY /06/ NY108 PROJECT COUNTY: Onondaga County, New York TOTAL HOURLY WAGE RATE Bricklayers $34.75 LABORERS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Carpenters $22.72 HAZ MAT $16.83 Cement Masons $36.01 LNDSCAPE FB 0.62 Drywall Hangers $19.86 UNSKLD FB 0.62 $13.86 $13.86 Electricians $32.56 MSN TD BRICK $18.03 Iron Workers $50.08 MSN TD $19.69 Painters $40.84 Plumbers $25.54 CONCRT OPERATORS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Roofers $15.15 DOZER $20.80 Sheet Metal Workers $19.86 EXCAV $23.35 Soft Floor Layers $19.86 LOADER FB $49.28 Tapers $19.91 BACKHOE $23.35 Tile Setters $19.86 OTHER CLASSIFICATIONS TRUCK DRIVERS FRINGE BENEFITS: $ GROUP # BHR TOTAL WAGE Glazier $19.86 SPRINKLE FB 1.44 $19.49 Plasterer $19.86 Elevator Mech FB $72.86 Batt Insulation $22.72 $ ADDITIONAL CLASSIFICATIONS (HUD Form 4230-A) WORK CLASSIFICATION BASIC HOURLY RATE FRINGE BENEFITS TOTAL HOURLY WAGE RATE DATE OF HUD SUBMISSION TO DOL DATE OF DOL APPROVAL Spray Foam Insulator $19.86 Hardwood Floor Installer $19.86 $ form HUD-4720 (03/2004)

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this

ROBERT A. BOTHMAN, INC. EXHIBIT A SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK 5 - EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this All Work in strict accordance with Contract Documents. day of 216 (Where reference

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

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

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

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

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

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

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

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

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

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

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

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

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

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

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

Document A Exhibit A Insurance and Bonds

Document A Exhibit A Insurance and Bonds Document A101 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate day, month

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

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 SPECIFICATIONS AND BID FORMS FOR DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 WESTON MIDDLE SCHOOL MANDATORY WALK-THRU ON FRIDAY, JUNE 7 th at 10:00 A.M. at WESTON MIDDLE SCHOOL, 135 SCHOOL RD., WESTON,

More information

Letter of Instructions

Letter of Instructions Letter of Instructions Trade Contractor Prequalification Statement Please complete the following and return at your earliest convenience by email to prequal@chanen.com. 1. Trade Contractor Prequalification

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

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

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

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

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

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

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

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

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

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

Dear Subcontractor, Please find enclosed the following items for your review and acceptance:

Dear Subcontractor, Please find enclosed the following items for your review and acceptance: Dear Subcontractor, Savant Construction is in the process of updating our current data base of subcontractors. Our goal is to verify that all subcontractors providing bids have the ability to meet all

More information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

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

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

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

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480) W.E. O NEIL CONSTRUCTION CO. OF ARIZONA INSURANCE REQUIREMENTS Project Name Project Address City, State Zip Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance

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

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

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

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

Construction to Permanent Loan Forms

Construction to Permanent Loan Forms Construction to Permanent Loan Forms Table of Contents Form A - Builder Acceptance Checklist and Questionnaire Form completed by builder for Builder Acceptance by the Lender. Form B - Builder s Letter

More information

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

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

Subcontractor Qualification Statement

Subcontractor Qualification Statement Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type

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

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

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

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

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 AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal QUOTES ARE DUE PRIOR TO 2:00 p.m., April 19, 2018 RESPONDING TO THIS REQUEST FOR QUOTES. Quotes may be hand-delivered,

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

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

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

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

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

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

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

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

More information

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

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

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

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

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

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

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

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

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

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

More information

3940 E. Miraloma Ave Anaheim, California Phone (714) Fax (714)

3940 E. Miraloma Ave Anaheim, California Phone (714) Fax (714) 3940 E. Miraloma Ave Anaheim, California 92806 Phone (714) 577-8060 Fax (714) 577-8064 www.facilitybuilders.com SUBCONTRACT AGREEMENT JOB: (JOB#) Phase No. (PHASE CODE) This Subcontract (referred to herein

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

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

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE SPECIFICATIONS AND BID FORMS FOR WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: #14-003- BOE Due on or before 11:00 A.M. ON THURSDAY, AUGUST 1, 2013 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

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

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE SPECIFICATIONS AND BID FORMS FOR SECURITY CAMERAS PURCHASE AND INSTALLATION BID: #15-005- BOE Due on or before 11:00 A.M. ON THURSDAY, APRIL 30, 2015 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL

More information

DOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION

DOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION The work to be performed under the contract is being assisted by the State of Connecticut through the Department of Housing (DOH). As such, the project is subject to the following State requirements. EQUAL

More information

St. Charles City County Library District

St. Charles City County Library District St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February

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

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

SUBCONTRACT (Short Form)

SUBCONTRACT (Short Form) DISTRIBUTION: SUB / CGS / FIELD / FILE SUBCONTRACT (Short Form) 11777 West Lake Park Drive Milwaukee, WI 53224 (414) 577-1177 Fax: (414) 577-1155 www.cgschmidt.com Date: Project: Project Owner: Project

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information