Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 11-2T2004

Size: px
Start display at page:

Download "Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 11-2T2004"

Transcription

1 Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 11-2T2004 Design Documents Work Package Cast In Drilled Hole (CIDH) Pile installation Description Cast In Drilled Hole (CIDH) 05 Rose Canyon BOH (100% unapproved plans) 06 Carroll Canyon DAR (65% unapproved plans) 07 Carroll Canyon (Soledad Canyon) BOH Lt/Rt (65 % unapproved plans) Information Available to Bidders Executed Contract Documents Subcontractor Bidding Manual Contract Consent Form Sample Subcontract I 805 Standard Special Provisions Final foundation Reports Contract Documents: (a) Design-Build Contract (The Terms and Conditions) REMARKS: Scopes of work Furnish all material, labor, equipment and incidentals for the following per the project standard provisions and contract documents: Work Package: Cast In Drilled Hole Provide all labor, equipment and material to furnish and install the Cast In Drilled Hold piles required for the bridge foundations on approved design drawings and contract documents. The provided drawings are being offered for bidding purposes only. Upon award of contract final quantities will be reconciled and agreements will be made based on Approved signed Plans. These quantities and unit prices will be agreed before any work proceeds for each specific area of work. Final payments will be agreed and changed only per approved design changes. Final Pay will be paid in accordance with Caltrans 2006 Standard Specifications section Final Pay Items after each work package is negotiated. Any changes must be agreed before notice to proceed on any changes. 8% of the contracted amount will be the required UDBE participation to be utilized on the project. Higher commitment to UDBE will be considered during the best value evaluation. Clarifications: 1) All quantities changed between 65% and 100% complete construction drawings will be paid accordingly. All material quantities will be adjusted based upon approved plan sets and payment will be based upon said plans. Page 1 of 6

2 2) Work is expected to begin September Work anticipated to be substantially complete by Summer ) Subcontractor to provide labor, equipment and material for QC testing, CONTRACTOR to pay for offsite lab QA testing. 4) Subcontractor to provide QC for all work performed in accordance with the contract requirements. 5) Mill certs are required for each release 6) Prices shall be fixed for life of the project, upon agreed prices derived from final drawings. 7) Project wide summary has been provided for reference only. Subcontractor to perform their own takeoff quantities. 8) If welding is required, SUBCONTRACTOR to adhere to specifications of contract for welding including QC. 9) Work is to be completed in two locations - Rose Canyon and Carroll Canyon. 10) Prices to include Pile Records; confirmation borings, lab testing, and records, compressible backfill material, vibration monitoring and subsidence control, pile excavation records, pile acceptance testing, and Gamma Gamma testing (Subcontractor responsible for the passing of all testing) 11) No adjustments of the unit price will be made if quantities exceed above or below the final approved quantities as stated in section of Standard Specifications dated May Subcontractor to bid quantities on provided bid sheet: 03 CIDH Summary PLEASE FILL IN THE YELLOW BOXES Submit bid on Company Letterhead using provided excel bid breakdown. Subcontractor to obtain Consent Form from the Reference Materials and submit with bid. Bid date for all quotes is 7/19/13. An award will be issued to the evaluated best value bidder. Procurement will be awarded on a best value basis with key factors including but not limited to price, schedule, DBE participation commitment, inclusions/exclusions, and related work history of subcontractor. Please provide a detailed breakdown of your quote (Description, Quantity, Unit Measure, Unit Price, and Total) and clearly indicate your inclusions and exclusions. NOTE THAT ALL SUBCONTRACTORS BIDDING WORK ON-SITE MUST BE UNION. SKANSKA ENCOURAGES UNDERUTILIZED DISADVANTAGE BUSINESS ENTERPRISES (UDBE) PARTICIPATION. (For more information see page 3). Innovation is encouraged. This project is a Design Build delivery method. Value engineering and alternatives specifications and means and methods are acceptable. Subcontractors must provide a base bid in accordance with this procurement package and are free to provide alternatives to improve their best value evaluation. If you have any questions or concerns please them to david.sharpnack@skanska.com. Please all your quotes to david.sharpnack@skanska.com, keith.jackson@skanska.com, tim.glaser@skanska.com Page 2 of 6

3 Additional Project Requirements: 1. Subcontractor to furnish all labor, equipment, material and incidentals to complete scope in accordance with the contract plans and specifications. 2. Regular work shifts are 5 days a week, 8 hours a day. Night work may be anticipated based on project schedule. 3. Subcontractor shall ensure its personnel and sub contractors attend all required meetings including, but not limited to: safety meetings, schedule meetings, quality meetings, change order meetings, and coordination meetings. 4. Subcontractor responsible to follow SWPPP regulations applicable to this project. a. Maintain all SWPPP measures within work area, including dust control. b. Replace any SWPPP measures damaged by this scope of work. 5. Subcontractor responsible to adhere to SKANSKA (Project Safety Management Plan) safety rules and regulations. a. Provide Job Hazard Analysis describing means and methods, equipment and tools used, and safety measures taken. b. All employees to attend site orientation before working on site including enivironmental training. c. Employees to be in proper PPE (hard hat, vest, boots, glasses, gloves). d. Perform daily job briefings before work shift and submit documentation. e. Foreman or Company Representative required to have OSHA 30 training within the last 12 months. 6. SUBCONTRACTOR must provide weekly, one (1) original and (1) copy of all certified payrolls, including non performance, and fringe benefit statement. Progress pay quantities are to be submitted to SKANSKA by the 15 TH of each month. Progress payments will be on a 30 day pay cycle. 7. SUBCONTRACTOR must provide upon job completion, total man hours and total gross payroll for federally funded projects, before final payment is released. 8. SUBCONTRACTOR must submit a Construction Work Plan (CWP) and Job Hazard Analysis (JHA) for all activities to be approved by SKANSKA and the Owner. 9. SUBCONTRACTOR to summit daily reports documenting work completed and other daily occurrences, including time sheets with labor. 10. Subcontractor to conform to Contract noise control requirements. 11. Include with your bid, your Worker s Compensation Experience Modification Rate (EMR) Data for the past 3 years (2012, 2011, 2010). 12. Include with your bid, your Company bond rate. 13. Include with your bid, Insurance Policy Limits (General Liability, Auto, Excess Liability, Worker s Comp.). Please provide Evidence of Insurance certificate(s). Subcontractor will provide Workers Compensation, General Liability, and Excess/Umbrella for all onsite work. Subcontractor is to also provide auto insurance coverage. (see table below) Insurance Requirements Page 3 of 6 Contract Required Limits GL: Each occurrence $1M GL: General Aggregate $2M GL: Products/Completed Operations Aggr. $2M Auto: Combined Single Limit $1M

4 Excess Liability $5M WC: Statutory Coverage $1M Professional Liability (If applicable) $1M Remove Railroad exclusion to GL 14. Subcontractor to furnish all labor, equipment, material and incidentals to complete scope in accordance with the contract plans and specifications. 15. SUCONTRACTOR to provide 8% of subcontract value through certified UDBE. 16. SUBCONTRACTOR will be required to comply with the Equal Employment Opportunity (EEO) requirements set forth in Book 1 Section 7 of Executed Contract # 11 2T If SUBCONTRACTOR to furnish bond, CONTRACTOR to pay bond premium, up to 1%; premium over 1% to be paid by SUBCONTRACTOR. 18. All work to be performed in accordance with Caltrans 2006 Standard Specifications and 2006 Standard Plans, except where superseded by Bid Package Scope or Special Provisions. 19. SUBCONTRACTOR will be required to provide Union Labor. 20. All City, County and State permits or licenses required to do the work will be the responsibility of the Subcontractor. 21. Delays outside of the control of the Subcontractor, caused directly or indirectly by the owner or prime contractor / designer will not be the responsibility of the Subcontractor. Any and all delays directly or indirectly caused by the Subcontractor or any suppliers or vendors of the Subcontractor will be the responsibility of the Subcontractor. 22. Change order work will proceed at the written direction of the Contractor, or the Subcontractor assumes full responsibility for the cost of the extra work. 23. This project has tight right of way condition and limited storage; it is the Subcontractor s responsibility to familiarize themselves with the site conditions, height restraints and overhead conditions that may affect their work. 24. Any need for special scaffolding for the placement of reinforcing steel only, will be the responsibility of the Subcontractor. 25. Re detailing resulting from design changes or extra work will be performed at a predetermined mutually agreed hourly rate. 26. Subcontractor to furnish all rigging and strong backs needed to off load trucks, store and/or hoist to point of placement. 27. Subcontractor will furnish hoisting equipment for setting pre tied caissons. Hoisting of any other pretied units expressly for the convenience of the Subcontractor will be a pre bid consideration and agreed to by the respective parties. 28. Subcontractor required to hold pile cage during cure process. 29. Subcontractor responsible for cleaning construction joints. 30. Subcontractor not responsible for holding column cage. 31. It will be the responsibility of the Subcontractor to clean up all bundle wire, tie wire, scrap and any trash generated by Subcontractors employees prior to concrete placement. Steel scrap bins will be the responsibility of the Subcontractor. 32. Subcontractor responsible for obtaining all necessary permits to complete scope. Page 4 of 6

5 Page 5 of 6

6 SUBCONTRACTING OPPORTUNITIES AND UDBE NOTICE PROJECT: I 805 NORTH HOV / BRT DB PROJECT (CONTRACT 11 2T2004) Skanska is the design builder for the referenced project and is seeking sub bids and quotes from Underutilized Disadvantaged Business Enterprises (UDBEs) and all other business enterprises for participation on this project. This Project will implement Stage 1 of the northern segment by providing HOV/BRT facilities between SR 52 to the south and the new Direct Access Ramp (DAR) at Carroll Canyon Road that is currently under construction. While the Carroll Canyon Road project will connect Carroll Canyon Road under I 805 and provide the north facing DAR ramps and the HOV/BRT lanes to the north towards the I 5/I 805 merge, the I 805 North HOV/BRT project will provide the south facing DAR ramps and HOV/BRT median lanes south to SR 52. All responsive subcontractors must possess acceptable insurance and a valid California Contractor s License. Subcontractors performing any onsite work must be signatory to the appropriate project labor agreements / unions. Subcontractors and material contractors are expected to provide 100% bonding. Bond premiums will be reimbursed by Skanska up to 1%. All agreements issued on behalf of this project must go through a Safety Pre Qualification Application requirement. The State of California Transportation Department has established an Underutilized Disadvantaged Business Enterprise Program (UDBE) for the Project. Skanska is committed to assisting the Department to attain their UDBE goal of 8% for the Work. Qualifying UDBEs must provide evidence of being registered with the State of California s DBE program. Likewise, Skanska is desirous of all its lower tier firms to seek out opportunity in their scope of work for participation by other lower tier UDBE firms whenever possible. The Department of Transportation recognizes the UDBE certifications from the below noted certifying entities: California Unified Certification Program (CUCP) as a Disadvantaged Business Enterprises (DBE) All UDBE firms must submit current certifications with your bid. The website to use to find your certification is Skanska intends to conduct itself in good faith with all DBEs and all other business enterprises regarding participation on this Project. Page 6 of 6

Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 112T2004

Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 112T2004 Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 112T2004 Design Documents Work Package Electrical Electrical Description 03 DP 4/5 (100% unapproved plans) 04 DP 17 Governor Bridge (RFC plans)

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

More information

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION SPECIFICATION NO. TxDOT 912-16-30 * 1. This specification is a product of the Texas Department of Transportation

More information

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS The following requirements apply to all subcontractors including tier subcontractors, vendors, deliveries, visitors and the like (herein known

More information

Power Construction Company CCIP Program Safety Requirements

Power Construction Company CCIP Program Safety Requirements Introduction The following safety requirements (herein known as safety requirements) apply to all subcontractors including tier subcontractors, employees, consultants, vendors, deliveries, visitors and

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. COUNTY shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK DIVISION 1 GENERAL REQUIREMENTS SECTION 01 2600 MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements that supplement the paragraphs of Document

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

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION 1. Subcontractors A. Nothing contained in this Agreement or otherwise, shall create any contractual relation between the Agency and any

More information

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category]

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] RFP Language Contract Language 1. Contractor recognizes the importance of performing the work in a safe and responsible manner

More information

MINIMUM BASIC OUTLINE FOR ACCIDENT PREVENTION PLAN

MINIMUM BASIC OUTLINE FOR ACCIDENT PREVENTION PLAN APPENDIX A MINIMUM BASIC OUTLINE FOR ACCIDENT PREVENTION PLAN An APP is, in essence, a safety and health policy and program document. The following areas are typically addressed in an APP, but a plan shall

More information

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

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

More information

FLORIDA INTERNATIONAL UNIVERSITY AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT CONSTRUCTION MANAGER:

FLORIDA INTERNATIONAL UNIVERSITY AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT CONSTRUCTION MANAGER: FLORIDA INTERNATIONAL UNIVERSITY AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT CONSTRUCTION MANAGER: AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER THIS AGREEMENT is made this day of, 2010

More information

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting Alameda Corridor Maintenance Services RFP Pre-Proposal Meeting September 5, 2018 Disclaimer: If there is any conflict between the information contained in the presentation and that contained in the RFP,

More information

Subcontractor Qualification Questionnaire

Subcontractor Qualification Questionnaire N44255 15 R 6004 Building 435 Central Fire Station Seismic Upgrades, Naval Base Kitsap, Bremeron, WA DM15004 Subcontractor Qualification Questionnaire Complete this form (adding attachments as necessary)

More information

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS DOCUMENT 01 32 13 PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

More information

ATTACHMENT "I" SUBCONTRACTOR SAFETY, HEALTH, AND ENVIRONMENTAL MINIMUM PERFORMANCE STANDARD (MPS)

ATTACHMENT I SUBCONTRACTOR SAFETY, HEALTH, AND ENVIRONMENTAL MINIMUM PERFORMANCE STANDARD (MPS) ATTACHMENT "I" SUBCONTRACTOR SAFETY, HEALTH, AND ENVIRONMENTAL MINIMUM PERFORMANCE STANDARD (MPS) Swinerton Builders, Inc. (SWINERTON) constantly strives to provide a safe and productive work environment.

More information

J.T VAUGHN CONSTRUCTION, LLC CCIP MANUAL INTRODUCTION / CONTACTS

J.T VAUGHN CONSTRUCTION, LLC CCIP MANUAL INTRODUCTION / CONTACTS J.T VAUGHN CONSTRUCTION, LLC CCIP MANUAL INTRODUCTION / CONTACTS J.T. Vaughn Construction, LLC] ( Vaughn ) and the Project Owner have elected to utilize a Contractor Controlled Insurance Program ( CCIP

More information

APPLICATION FOR PAYMENT PROCEDURE SUBCONTRACT EXHIBIT F

APPLICATION FOR PAYMENT PROCEDURE SUBCONTRACT EXHIBIT F Subcontract No.: Enter Number Cost Code: Enter Code TOCCI BUILDING CORPORATION Vendor No.: Enter Number APPLICATION FOR PAYMENT PROCEDURE SUBCONTRACT EXHIBIT F To standardize the Application for Payment

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category]

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] RFP Language Contract Language 1. Contractor recognizes the importance of performing the Work in a safe and responsible manner

More information

Bid/Contract Insurance Requirements (Insurance Manual)

Bid/Contract Insurance Requirements (Insurance Manual) The Regents of the University of California University Controlled Insurance Program (UCIP) Bid/Contract Insurance Requirements (Insurance Manual) for the [CAMPUS] [PROJECT] Construction Project Need a

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

Pavlick, Kenneth - DEN Date: :26:57-07'00'

Pavlick, Kenneth - DEN Date: :26:57-07'00' November 21, 2018 PIKES PEAK PARKING RESTORATION CONTRACT NO. 201845783 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts.

More information

SUBCONTRACTOR AGREEMENT. Once you have the following information please send to the office via , mail, or fax:

SUBCONTRACTOR AGREEMENT. Once you have the following information please send to the office via  , mail, or fax: SUBCONTRACTOR AGREEMENT Once you have the following information please send to the office via email, mail, or fax: 1. Signed Subcontract Agreement 2. Liability and Workers Compensation Insurance Certificates:

More information

FLORIDA INTERNATIONAL UNIVERSITY

FLORIDA INTERNATIONAL UNIVERSITY Revised and Updated 12/18/08 FLORIDA INTERNATIONAL UNIVERSITY AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT Parking Garage Five (BT-865), Retail and Public Safety Building (BT-875) CONSTRUCTION

More information

ADDENDUM A. Subcontractor Insurance Requirements

ADDENDUM A. Subcontractor Insurance Requirements ADDENDUM A Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

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

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

BID FOR LUMP SUM CONTRACT

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

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Pennsylvania Department of Transportation (Department) has established,

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

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

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts 2004 Specifications SPECIAL PROVISION 000--1966 Disadvantaged Business Enterprise in Federal Aid Contracts 1. Description. The purpose of this Special Provision is to carry out the U. S. Department of

More information

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT ATTACHMENT A PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT The San Mateo County Transit District ( District ) is organized and established pursuant to the San Mateo County Transit District Act,

More information

ADDENDUM 1 TO THE CONSTRUCTION DOCUMENTS FOR HALLE WAREHOUSE - 4TH FLOOR HVAC

ADDENDUM 1 TO THE CONSTRUCTION DOCUMENTS FOR HALLE WAREHOUSE - 4TH FLOOR HVAC PROJECT NO. 60570244 ADDENDUM 1 TO THE CONSTRUCTION DOCUMENTS FOR - 4TH FLOOR HVAC 03-29-2019 PART 1 - GENERAL 1.1 GENERAL A. This Addendum covers changes to the Documents and in closing the Contract will

More information

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES Bid Cover Sheet Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES RFQ #2019-08 Procurement Schedule Issue Date: August 22, 2018 Pre-Bid Meeting: Deadline for Written Questions Submission:

More information

Commonwealth of Virginia Alternate Project Delivery Office Design-Build Standard Template Documents

Commonwealth of Virginia Alternate Project Delivery Office Design-Build Standard Template Documents Alternate Project Delivery Office Design-Build Standard Template Documents Part 3 Lump Sum Agreement Part 4 General Conditions of Contract Division I Amendments to the Standard Specifications July 2013

More information

Bid/Contract Insurance Requirements (Insurance Manual)

Bid/Contract Insurance Requirements (Insurance Manual) The Regents of the University of California (UCIP) Bid/Contract Insurance Requirements (Insurance Manual) for the University of California, San Francisco Medical Center Mission Bay Precision Cancer Medicine

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Project Name: Continuing Services Construction Manager: April 2016 Edition AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER This Agreement Between Owner

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

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts CITY & COUNTY OF SAN FRANCISCO Requirements for For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B AND 14B

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

DBE MAWSS Disadvantage Business Enterprise Policy For Public Works Act Contracts

DBE MAWSS Disadvantage Business Enterprise Policy For Public Works Act Contracts PURPOSE: Board of Water and Sewer Commissioners Policy No.: UBE/DBE 16-01 Approved: December 5, 2016 DISADVANTAGED BUSINESS ENTERPRISE POLICY FOR PUBLIC WORKS ACT CONTRACTS The purpose of this policy is

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Project: BT Project Name: Construction Manager: April 2016 Edition AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER This Agreement Between Owner and Construction

More information

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS May 2, 2014 DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION It is the policy of the South Carolina Department of Transportation (SCDOT) to ensure nondiscrimination in the award and administration

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

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

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

More information

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

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MBE Utilization and Workforce Program Building Construction Projects

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MBE Utilization and Workforce Program Building Construction Projects METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MBE Utilization and Workforce Program Building Construction Projects Effective February, 2014 PURPOSE The Metropolitan St. Louis Sewer District

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

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

Subcontractor Prequalification Checklist

Subcontractor Prequalification Checklist Subcontractor Prequalification Checklist The following information is required by Gilmore Construction in order to qualify your bid and / or enter into a Contract Agreement: Completed Subcontractor s Pre-qualification

More information

SECTION INSTRUCTIONS AND SPECIAL PROVISIONS. INSTRUCTIONS TO BIDDERS & SPECIAL PROVISIONS MISSION ST SE Marion County, OR

SECTION INSTRUCTIONS AND SPECIAL PROVISIONS. INSTRUCTIONS TO BIDDERS & SPECIAL PROVISIONS MISSION ST SE Marion County, OR SECTION 00 0120 00 0120-1 INSTRUCTIONS TO BIDDERS & SPECIAL PROVISIONS MISSION ST SE Marion County, OR GENERAL Chambers Construction invites your firm to submit a bid for providing all Supervision, Labor,

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Project: BT Project Name: Construction Manager: July 2012 Edition AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER This Agreement ( Agreement ) is made

More information

SUPPLEMENTAL QUESTIONNAIRE Artisan Contractors

SUPPLEMENTAL QUESTIONNAIRE Artisan Contractors SUPPLEMENTAL QUESTIONNAIRE Artisan Contractors GENERAL INFORMATION Applicant Name: Mailing Address: Location Address (if different from above): Website Address: Date Business Started Has applicant changed

More information

REQUEST FOR PROPOSAL. Furnishings, Fixtures, and Equipment. Mount Vernon Township High School

REQUEST FOR PROPOSAL. Furnishings, Fixtures, and Equipment. Mount Vernon Township High School REQUEST FOR PROPOSAL Furnishings, Fixtures, and Equipment Mount Vernon Township High School 1.1 INTRODUCTION 1.2 Purpose...3 1.3 Proposal Submittal... 3 1.4 Schedule..3 1.5 Bid Schedule 3 1.6 Construction

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

MASTER TRUCKING AGREEMENT

MASTER TRUCKING AGREEMENT MASTER TRUCKING AGREEMENT TO: TRUCKER Contractor and Trucker are entering into this Agreement with the intent and understanding that it will serve as a master agreement for all projects for which Contractor

More information

MASTER TRUCKING AGREEMENT

MASTER TRUCKING AGREEMENT MASTER TRUCKING AGREEMENT Preston Pipelines, Inc. General Engineering Contractor TO: TRUCKER Contractor and Trucker are entering into this Agreement with the intent and understanding that it will serve

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION REQUEST FOR PROPOSAL (RFP) FOR INSURANCE BROKERAGE AND PROGRAM ADMINISTRATION SERVICES FOR AN OWNER-CONTROLLED INSURANCE PROGRAM () CONTRACT No. C-674A; CAPITAL

More information

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance Definitions, Audit Authority, Cost Recovery Options and Financial Audit Guidance for LPAs Release Date: 05/01/15 Application:

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

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

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

More information

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES. Issued February 19, 2018 Responses due March 5, 2018 at 3 pm local time

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES. Issued February 19, 2018 Responses due March 5, 2018 at 3 pm local time REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES Issued February 19, Responses due March 5, at 3 pm local time The MetroHealth System departments of Facility Management and Construction Management

More information

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019 TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019 NOTICE TO BIDDERS As a matter of general information, each bidder is encouraged to direct specific attention to each of the points outlined

More information

Building Codes. BOCA / Simon Tenant Construction Manual. Plumbing: National Standard Plumbing Code as modified /Simon Tenant Construction Manual

Building Codes. BOCA / Simon Tenant Construction Manual. Plumbing: National Standard Plumbing Code as modified /Simon Tenant Construction Manual Building Codes General Contractor shall be responsible for obtaining all necessary approvals and permits, and for compliance with all Federal State and Local codes and ordinances for each occupancy type.

More information

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 The cornerstone of a successful contractual risk transfer program is a consistent approach to Subcontractor Insurance Compliance. Structuring the Subcontractor

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

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

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

More information

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 02/20/14 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

More information

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Department has established, in connection with this contract, a Disadvantaged Business Enterprise (DBE) goal as specified in

More information

BOARD OF EDUCATION PASADENA UNIFIED SCHOOL DISTRICT PASADENA, CALIFORNIA

BOARD OF EDUCATION PASADENA UNIFIED SCHOOL DISTRICT PASADENA, CALIFORNIA Report No. 497-F Meeting Date: June 12, 2012 BOARD OF EDUCATION PASADENA UNIFIED SCHOOL DISTRICT PASADENA, CALIFORNIA Topic: APPROVAL OF THE RENEWAL OF THE CONTRACT WITH KNOWLAND CONSTRUCTION SERVICES

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

Provide all materials to complete the {Contracts.Description} Scope of Work in strict accordance with this purchase order.

Provide all materials to complete the {Contracts.Description} Scope of Work in strict accordance with this purchase order. All invoices for goods and/or work covered by this Purchase Order shall be sent to ap@cmbteam.com, unless otherwise stated. PURCHASE ORDER NO.:{Contracts.ContractNum PROJECT NO.: {Projects.Number} CSI

More information

SAN DIEGO METROPOLITAN TRANSIT SYSTEM

SAN DIEGO METROPOLITAN TRANSIT SYSTEM SAN DIEGO METROPOLITAN TRANSIT SYSTEM Federal Transit Administration (FTA) Overall DBE Goal-Setting Methodology FFY 2019-FFY 2021 Submitted in fulfillment of: Title 49 Code of Federal Regulations Part

More information

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL Invitation to Negotiate for Office Workstations ITN Number: ITN-1718-01 8301 Cypress Plaza Drive, Suite 201 Jacksonville, FL 32256 http://www.elcduval.org The ( ELC ), a Florida not-for-profit organization

More information

MWBE Utilization and Workforce Program Construction Projects with Federal Funding

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 September 1, 2017 PURPOSE The Metropolitan St. Louis

More information

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 SECTION 01 20 00.05 20 PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications

More information

Please ensure that the following information is enclosed in your subcontract package:

Please ensure that the following information is enclosed in your subcontract package: SUBCONTRACT PROCESS PLEASE READ ENTIRELY: CONTAINS IMPORTANT INFORMATION Please ensure that the following information is enclosed in your subcontract package: Preliminary Information Subcontract Agreement

More information

SUBJECT: REQUEST FOR QUOTES (RFQ): PROVIDE, INSTALL AND REPAIR VARIOUS VERTICAL BLINDS AND WINDOW COVERINGS

SUBJECT: REQUEST FOR QUOTES (RFQ): PROVIDE, INSTALL AND REPAIR VARIOUS VERTICAL BLINDS AND WINDOW COVERINGS May 26, 2016 AFFILIATED AGENCIES Orange County Transit District Local Transportation Authority Service Authority for Freeway Emergencies Consolidated Transportation Service Agency Congestion Management

More information

REQUIRED CONTRACT PROVISIONS AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 REPORTING REQUIREMENTS FOR RECOVERY ACT CONTRACTS

REQUIRED CONTRACT PROVISIONS AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 REPORTING REQUIREMENTS FOR RECOVERY ACT CONTRACTS REQUIRED CONTRACT PROVISIONS AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 REPORTING REQUIREMENTS FOR RECOVERY ACT CONTRACTS 03-10-09-R07 Page 1 of 5 This Project is funded partially or wholly by funds

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE SENT: June 11, 2015 PROJECT: Transbay Block 9 LOCATION: San Francisco, CA SUBJECT: Invitation to Bid and Request for Bid Proposal BID DUE DATE: July 15, 2015 at 2:00 PM General

More information

SAFETY POLICY. Office Address 5195 W. 58 th Ave. Unit F Arvada, CO

SAFETY POLICY. Office Address 5195 W. 58 th Ave. Unit F Arvada, CO SAFETY POLICY Office Address 5195 W. 58 th Ave. Unit F Arvada, CO 80002 303-223-5716 info@valiantcc.com www.valiantcc.com I. Objective Safety Policy Table of Contents II. Policy III. Applicability IV.

More information

STATEMENT OF WORK Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598

STATEMENT OF WORK Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598 STATEMENT OF WORK 2018 Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598 Bureau of Topographic and Geologic Survey Pennsylvania Department of Conservation and Natural Resources Sproul

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

Accident Prevention Plans (APP) Appendix A EM (15 SEPTEMBER 2008 edition)

Accident Prevention Plans (APP) Appendix A EM (15 SEPTEMBER 2008 edition) Accident Prevention Plans (APP) Appendix A EM 385-1-1 (15 SEPTEMBER 2008 edition) FEAD/ROICC/FSC/OICC offices with the new safety requirements of EM 385 dated 15 SEPTEMBER 2008 assist our Contractors in

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO. QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.: PW1436 Please Note: The submittal deadline for the Request for Proposal

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