Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 112T2004
|
|
- Sharleen Wilkerson
- 5 years ago
- Views:
Transcription
1 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) Information Available to Bidders Executed Contract Documents Subcontractor Bidding Manual Sample Subcontract I 805 Standard Special Provisions Contract Documents: (a) DesignBuild 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: Electrical Provide all labor, equipment and material to furnish and install permanent Electrical and ITS componets detailed in the available Design Packages listed above in the Description. The provided drawings are being offered for bidding purposes only to establish bid unit prices. Upon award of contract, any changes made to design provided at bid time will be reconciled and agreed change orders will be issued if necessary based on Approved signed Plans. All scope and prices will be agreed before any work proceeds for each specific area of work. 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 material scope changes occurring between 65% and 100% complete construction drawings will be adjusted with material estimates and negotiated cost. Subcontractor will be paid based on approved design drawings. 2) Work is expected to begin August Work anticipated to be substantially complete by Winter 2013 or early Page 1 of 5
2 3) 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) Cost breakdowns to be provided for any lump sum quoted work. Subcontractor to bid quantities on provided bid sheet: 03 CIDH Summary Lump sum quotes will be accepted for the entire work package as well. 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 2/20/13. 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 ONSITE 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 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. Page 2 of 5
3 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 5 Contract Required Limits GL: Each occurrence $1M GL: General Aggregate $2M GL: Products/Completed Operations Aggr. $2M Auto: Combined Single Limit $1M 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.
4 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 conditions 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. Contractor will furnish hoisting equipment for setting pre-tied caissons and columns. Hoisting of any other pre-tied units expressly for the convenience of the Subcontractor will be a pre-bid consideration and agreed to by the respective parties. 28. 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. Page 4 of 5
5 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 5 of 5
Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 11-2T2004
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
More informationCALTRANS 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 informationDIVISION 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 informationThis 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 informationExhibit. 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 informationTEXAS 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 informationFLORIDA 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 informationThis 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 informationEXHIBIT 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 informationOhio 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 informationAlameda 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 informationSubcontractor 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 informationPower 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 informationPOWER 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 informationROBERT 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 informationBid/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 informationJ.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 informationCONTRACTOR 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 informationAPPLICATION 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 informationDOCUMENT 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 informationFLORIDA 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 informationBid/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 informationARTICLE 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 informationDear 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 informationMINIMUM 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 informationADDENDUM 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 informationCONTRACTOR 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 informationSAN 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 informationBASE 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 informationCommonwealth 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 informationCounty 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 informationAGREEMENT 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 informationNOTICE 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 informationSAMPLE 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 informationContractor 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 informationAGREEMENT 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 informationAPPENDIX 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 informationSpecial 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 informationSt. 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 informationSPECIAL 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 informationAGREEMENT 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 informationSECTION 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 informationAMENDMENT 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 informationPROCUREMENT 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 informationMASTER 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 informationSUBCONTRACTOR 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 informationADDENDUM 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 informationGENERAL CONTRACT - PROPOSAL FORM (revised )
VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission
More informationDBE 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 informationTOWN 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 informationATTACHMENT "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 informationMETROPOLITAN 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 informationRequest 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 informationSubcontractor 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 informationREQUEST 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 informationStandard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:
Document A142 2014 Standard Form of Agreement Between Design-Builder and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Design-Builder: (Name,
More informationBernards (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 informationREQUEST 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 informationDELAWARE 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 informationSharpsburg 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 informationODOT 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 informationREQUEST 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 informationSPECIAL 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 informationDISADVANTAGED 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 informationCITY & 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 informationTOWN 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 informationAPPENDIX 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 information2. 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 informationW 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 informationADVERTISING, SALE & AWARD
ADVERTISING, SALE & AWARD PRIMARY ROLES & RESPONSIBILITIES PRIMARY TASK ODOT LPA DEVELOP BID PROPOSAL PREPARE AND SUBMIT PS&E PACKAGE TO DISTRICT DISTRICT REVIEW OF PS&E PACKAGE (District LPA Manager with
More informationSHORT 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 informationAttachment 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 informationCARROLL 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 informationGeneral 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 informationAttachment 17 RTD Pricing Conditions
Attachment 17 RTD Pricing Conditions 1. General conditions Incurred Costs may be claimed by the Concessionaire under this Agreement only to the extent such Incurred Costs have been incurred in compliance
More informationINSURANCE 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 informationEarly 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 informationAddendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions
Sam Lin Manager Project Development Unit 1402 Maple Street March 12, 2018 Redwood City, CA 94063 650-369-4766 slin@smcgov.org Addendum #02 CMR Services Responses to RFP Questions To All Respondents, Please
More informationMWBE 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 information11. Payments. 5. Compliance Verification
clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives
More informationSuite 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 informationGreater 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 informationThis Webcast Will Begin Shortly
This Webcast Will Begin Shortly If you have any technical problems with the Webcast or the streaming audio, please contact us via email at: splemoderator@smartpros.com Thank You! 1 KEY ISSUES IN NEGOTIATING
More informationContractor 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 informationREQUEST 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 informationMETROPOLITAN 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 informationAddendum #4 To Request for Proposal For Elliman Fume Hood Relocation: Project Dated 08/21/2018
Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 September 20, 2018 Addendum #4 To Request
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso
More informationOCIP Contract Language
Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered
More informationStandard Subcontract
Subcontractor: New York State Fence, Inc. Job Number: 92 Taxpayer ID No.: 16-1098453 THIS AGREEMENT, made this 1 st day of May, 2007 by and between Subcontract Number: 06 New York State Fence, Inc. 858
More informationQUESTIONS - 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 informationBID 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 informationREQUEST 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 informationSUBCONTRACTOR 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 informationSpecial 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 informationPART VII CONTRACT DELIVERABLES
PART VII CONTRACT DELIVERABLES SECTION TITLE Q R S T U Certificate of Insurance Surety Bonds Invoices Project Reports/Documents Closeout Submittals 58 SECTION Q CERTIFICATE OF INSURANCE Q.1 GENERAL REQUIREMENTS
More informationSPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA
SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping
More informationFEDERALLY 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 informationLandscaping and Mowing. City of Ranson, West Virginia
Project Manual and Request for Proposals Landscaping and Mowing City of Ranson, West Virginia Mandatory Pre-Bid Meeting: Bids Close: January 7, 2016 @ 10:00 a.m. Ranson City Hall 312 S. Mildred Street
More informationOperational Procedure: Section TABLE OF CONTENTS
TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR
More information