Circle B Farms Septic System and Driveway Bid Documents August 13, 2014 CONTENTS SECTION I INSTRUCTIONS TO BIDDERS

Size: px
Start display at page:

Download "Circle B Farms Septic System and Driveway Bid Documents August 13, 2014 CONTENTS SECTION I INSTRUCTIONS TO BIDDERS"

Transcription

1 SECTION 1 Instructions to Bidders SECTION 2 Bid Proposal Contract Agreement SECTION 3 General Conditions of the Contract SECTION 4 Construction Specifications SECTION 5 Construction Plans SECTION 6 Attached documents Circle B Farms Septic System and Driveway Bid Documents August 13, 2014 CONTENTS SECTION I INSTRUCTIONS TO BIDDERS 1. All bids must be submitted on the attached bid proposal form prior to the bid opening date indicated. Sealed bids clearly marked Circle B Farms Septic System and Driveway Bid must be received at the Caribou City Hall by 11am on Friday, August 29, Bids should be addressed to City of Caribou Austin Bleess, City Manager, 25 High Street, Caribou, ME. There will be a pre-bid meeting on August 20, 2014 at 9am at Circle B Farms, the project site 290 East Presque Isle Road, Caribou, Maine. It is the responsibility of the prospective bidder to inspect the construction site and examine the plans and HHE 200 forms, technical specifications, quality assurance and quality control, and contract general conditions to ensure that the bidder fully understands the construction requirements. Any questions regarding the work should be directed to Sam Blackstone, Circle B Farms at (207) at least forty-eight hours before bid opening. 2. The Business (Circle B Farms) and City (City of Caribou) will be the sole judge of the acceptability of the bids, and may reject any and all bids if it is judged to be in the best interest of the business. The Business and City reserves the right to negotiate with any or all bidders in order to reduce costs to the Business and City if it is judged to be in the Business best interest. The contractor shall produce evidence of his ability to adequately perform the work by submitting three references before bids are awarded. 3. The bid prices must be for installation of 30 foot wide drive from road around new building with a 40 by 60 food area in front of loading docks with the drive being one foot of compacted rocks with 3 inches of screened gravel finish and a complete and finished septic systems as indicated in the bid documents including any piping, fittings, valves, fill, grading, insulation, site restoration, or other work not directly shown but which can be reasonably inferred by an examination of the site and construction documents to produce a finished product. Any errors

2 or omissions detected by prospective bidders should be brought to the attention of the Business at least twenty-four hours before bid opening. 4. All bidders must complete the CERTIFICATION OF CONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY and CERTIFICATION OF CONTRACTOR REGARDING SEGREGATED FACILITIES, page and return them with their bid for the bid to be considered a complete package. 5. This project is being funded using Community Development Block Grant funds through the U.S. Department of Housing and Urban Development. As such Davis Bacon wages apply. The contractor also must submit a Statement of Compliance to the City of Caribou, Attention City Manager, each week with each payroll. 6. The contractor is required to have insurance as follows: $1,000,000 for any one person and for each accident in cases of liability for bodily injury and/or accidental death; and $1,000,000 for any and all accidents in cases of liability for property damage. The contractor must also maintain the following types of insurance: o Full worker compensation insurance coverage for all persons employed by the contractor to perform work on the project. The insurance must be in compliance with State of Maine requirements. Bodily injury and contractor s protective property damage (broad form), each including coverage for blasting explosion, and injury to, or destruction of wires, pipes, conduits and similar property, appurtenant apparatus, whether public or private and collapse of, or structural injury to, any building or structure, except those on which work under the contract is performed. Bodily injury and property damage insurance covering the operation of all motor vehicles and equipment being operated in connection with project work, whether or not owned by the contractor. Contractual liability insurance as described earlier. Owner s protective liability insurance issued to the owner at the expense of the contractor. Fire insurance included with all property damage insurance in an amount equal to the total bid price of all structures subject to fire damage. Builders All Risk insurance equal to or greater than the total amount. All policies must designate the loss payee as the community and require that the community be notified in the event of any changes to the insurance policies. Contractors shall indemnify and hold harmless the U.S. Government, the State of Maine, the Owner and the grantee from liability for any injury or damage to persons or property resulting from the prosecution of work under a construction contract.

3 SECTION 2 BID PROPOSAL FORM THIS BID IS SUBMITTED TO: City of Caribou Circle B Farms Septic and Driveway Project 25 High St Caribou, ME Having carefully examined the Short Form Contract, General Conditions, and Plans and Specifications prepared by: Will Hersey (Site Evaluator) as well as the premises and conditions affecting the work, we the undersigned propose to furnish all Labor, Equipment, and Materials necessary for and reasonably incidental to the construction and completion of this proposal for: Bid for Drive Way $ Dollars Bid for Subsurface Disposal Field $ Dollars Bid for 1,000 gallon septic tank $ Dollars TOTAL BID FOR PROJECT $ Dollars The undersigned agrees, if awarded the Contract, to complete the Work by October 31, The undersigned agrees, if this Proposal is accepted, to sign a Contract and deliver it, along with the certificates of insurance by noon on September 10, SIGNED: DATE: PRINTED NAME: COMPANY NAME: TELEPHONE: ADDRESS: Employer Tax Identification Number

4 CONTRACT AGREEMENT THIS AGREEMENT made the day of 2014 by and between Circle B Farms, hereinafter called the Business, and hereinafter called the Contractor. ARTICLE 1. SCOPE OF WORK The Contractor shall furnish all of the Materials and perform all the Work shown on the Plans and described in the Specifications entitled: Subsurface Wastewater Disposal System Application, Permit #1933 Prepared by William Hersey, referred to in these Contract Documents, and install a 30 foot wide drive from road around new building with a 40 by 60 food area in front of loading docks with the drive being one foot of compacted rocks with 3 inches of screened gravel finish and shall do everything required by this Agreement, the General Conditions, the Specifications, and the Drawings. ARTICLE 2. TIME OF COMPLETION The work shall be completed according to the following schedule: Final Completion: By Friday, October 31, 2014, pending weather conditions. The system shall be complete within 6 working days once soil conditions permit. ARTICLE 3. THE CONTRACT SUM The Business shall pay the Contractor for the performance of the Contract, subject to additions and deductions provided by approved Change Orders in current funds as follows: $ (In Words) (In Figures) ARTICLE 4. PAYMENTS The Business shall make payment of 90% of the contract amount after the project is substantially completed. That is, all structures installed and operating and all disturbed areas loamed and seeded. Final payment shall be due after final completion. That is, the Work is completed and operational in accordance with the Contract Documents including a catch of grass. ARTICLE 5. THE CONTRACT DOCUMENTS The General Conditions of the Contract, Instructions to Bidders, the Bid Proposal, the Specifications, and the Drawings, together with this Agreement, form the Contract. The Business and the Contractor hereby agree to the full performance of the covenants herein. In witness whereof the parties hereto have executed this Agreement in the day and year first above written. BY: Samuel Blackstone, Circle B Farms WITNESS: BY: Contractor WITNESS: (printed) (printed) (printed)

5 SECTION 3 GENERAL CONDITIONS OF THE CONTRACT ARTICLE I: Definitions Wherever the following terms are used in the contract documents, the intent and meaning shall be as follows: Business- Circle B Farms acting through its authorized representative. Contract Documents - The documents which are comprised of the Bid Proposal, Instruction for Bidders, Contract Agreement, General Conditions of the Contract, Construction Plans and Specifications prepared by a Registered Professional Engineer or Licensed Site Evaluator (including HHE 200 forms), and General Construction Specifications for Septic Systems. They are also known as the contract. Engineer or Site Evaluator-- The designer of the replacement system. Final Completion - The condition in which the work is complete and operational, covered, graded, and satisfactory grass cover is established. HHE Form - A subsurface wastewater disposal system application form, provided by the Maine Department of Health & Human Services, exhibiting a complete subsurface wastewater disposal system design. LPI - Local Plumbing Inspector representing the Business. Project - The entire work to be performed under the contract. Substantial Completion - The condition in which the work is complete to a point where all structures are installed and operational, the system can be utilized for its intended purpose, and all disturbed areas are loamed and seeded. ARTICLE 2: Intent and Correlation of the Contract Documents It is the intent of the contract documents to describe a complete project. The contractor shall furnish all Labor, Material, Tools, Transportation, Insurance, and Incidentals which are reasonably required to construct and complete the project. The plans or HHE-200 forms, including all revisions, Instruction to Bidders, the General Conditions of the Contract, Executed Contract, General Construction Specifications for Septic Systems, and completed Bid proposal comprise the Contract documents. Should the contractor discover any error, omission, or inconsistency in the contract documents which would require additional costs above that shown in the bid, he shall notify the Business at least twenty-four hours before the bids are opened. Should errors, omissions,

6 inconsistencies, or differing site conditions be discovered after contract award, then the Business shall be promptly notified and affected work suspended until a resolution is found. In the event that there is a conflict between requirements of the plans and specifications, the more stringent requirement will be followed. ARTICLE 3: Permits, Laws, and Regulations The Business will apply for and obtain the Plumbing Permit. The Contractor is responsible for obtaining any other permits. It is the responsibility of the Contractor to comply with all laws, regulations, and permit conditions in constructing the project, including safety regulations. If the Contractor discovers that the contract documents conflict with any laws, regulations, or permit conditions, he shall promptly notify the Business. In addition, if the contractor's proposed construction methods require it, it shall be his responsibility to obtain any variances or permit modifications required. ARTICLE 4: Inspection of the Work The contractor shall permit access to the site and work to representatives of the Business at all times. Before covering the work, the contractor shall give timely notice to the Business and LPI that the work is ready for inspection. The work shall not be covered until it has been inspected and certified on the HHE 200 form by the LPI and/or designated inspector of the Business. Should the work be covered without approval of the Business and LPI, it must be uncovered for inspection at the contractor's expense. If the LPI or Business determines that the work is not in compliance with the contract documents, then it must be corrected to the satisfaction of the LPI and the Business at the contractor's expense. ARTICLE 5: Changes in the Work The Business may request changes, increases, or decreases of the work without invalidating the original agreement. Any changes involving a change in the contract price or time must be authorized by a change order executed by the Contractor and Business. Before awarding the contract, the Business may negotiate with any and all bidders if in the best interest of the Business. If the Contractor, in performing the work, discovers conditions which could not reasonably have been anticipated from inspection of the site and examination of the contract documents, including the need for ledge removal by blasting, he shall notify the Business promptly, and a change order shall be negotiated before proceeding further. ARTICLE 6: Contract Termination Should the Contractor fail to complete the work within the time frame specified in the contract and any time extension change orders, the Business may, after giving written notice to the Contractor, terminate the contract and arrange for the work to be completed by others. The cost of any uncompleted work will be deducted from the contract amount.

7 ARTICLE 7: Payments The Business shall pay 90% of the contract cost when the work is satisfactorily and substantially complete. The Business may request that the contractor provide evidence that all payrolls, suppliers, and subcontractors have been paid before 90% payment is made. Final payment shall be made at final completion of the finished project provided that the contractor has submitted evidence that all payrolls, suppliers, and subcontractors have been paid. The making and acceptance of final payment shall constitute a waiver of all claims by the Business except those arising from unsettled liens, faulty work or claims under the one year warranty, and all claims by the Contractor, except those previously made and unsettled. For contracts exceeding one month, monthly progress payments may be requested. ARTICLE 8: Contractors Insurance The Contractor shall maintain in force for the duration of the project Public Liability and Property Damage insurance that shall protect the Contractor from claims and damages arising from operation under this Contract. The minimum amount of coverage shall be as is customary for the work to be performed and shall provide complete indemnification of the Business for the Contractor's work. In addition, Workman's Compensation shall be maintained by the Contractor if required by Maine Law. The contractor will be required to provide insurance certificates. ARTICLE 9: Warranty The Contractor shall warranty all work performed under the contract against defects in workmanship and materials for a period of one year from the date of final completion. During the warrantee period, Contractor shall promptly repair all such defects at no cost to the Business. ARTICLE 10: Disputes Disputes between the Business and Contractor which cannot be resolved shall be settled by litigation or mediation.

8 SECTION 4 CONSTRUCTION SPECIFICATIONS FOR PROJECT GENERAL All Work shown on the plans or specified must be included in the lump sum bid proposal. These specifications are general in nature and, in several instances, refer to the latest edition of the Maine Subsurface Wastewater Disposal Rules. If there is a conflict between the requirements of the plans and these written specifications, the most stringent requirement shall apply. No deviations from the Drawings will be allowed without written consent of the local Plumbing Inspector and Circle B Farms. Description 1. Furnish and install at the location and elevation shown on the plans, a septic system including septic tank, appropriate piping from the building to the septic tank, disposal field, miscellaneous piping and appurtenant structures as shown on the plans. 2. Install a 30 foot wide drive from road around new building with a 40 by 60 foot area in front of loading docks with the drive being one foot of compacted rocks with 3 inches of screened gravel finish and a complete and finished septic systems as indicated in the bid documents including any piping, fittings, valves, fill, grading, insulation, site restoration, or other work not directly shown but which can be reasonably inferred by an examination of the site and construction documents to produce a finished product. Any errors or omissions detected by prospective bidders should be brought to the attention of the Business at least twenty-four hours before bid opening. a. This is a U shaped driveway with the building in the middle of the u. b. Remove top soil and sod from area behind building construct a 30 to36 high berm with said material, connect to existing waterway. (145 +/- long to divert spring runoff from building and road. c. Remove another 24 of earth to lessen the rise of the driveway behind building. This material may be used as fill in the driveway/yard construction if suitable. d. Driveway on north side of building must be as close to the property line as possible in accordance with applicable local zoning ordinances to allow for trucks to have a better chance to turn and approach loading docks. e. All building drains must be in working order when work is complete. f. Install one 3 sleeve for irrigation line under driveway on south side of building for irrigation line. g. Business will supply a place to dump extra earth as need be. 3. This project is being done with funds from HUD Community Development Block Grant program. Therefore Davis Bacon wages apply and must be used for all aspects of this project. Materials

9 1. Drive way: Installation of 30 foot wide drive from road around new building with a 40 by 60 food area in front of loading docks with the drive being one foot of compacted rocks with 3 inches of screened gravel finish 2. Septic Tank: Septic tanks shall be of the size and type indicated on the HHE-200 form or construction drawings, and shall meet the requirements of the Maine Subsurface Wastewater Disposal Rules. The minimum septic tank volume shall be 1,000 gallons. 3. Building Sewer & Drain Pipe: The building sewer and drain piping material shall be in accordance with the Maine Subsurface Wastewater Disposal Rules. 4. Proprietary Disposal Devices: For septic systems utilizing proprietary devices only approved manufacturers' products may be used. A list of approved manufacturers can be found in the Maine Subsurface Wastewater Disposal Rules. 5. Fill Material: Fill material shall be coarse sand to gravelly coarse sand and as specified in the latest edition of the Maine Subsurface Wastewater Disposal Rules or as shown on the plans. 6. 1½" Crushed Stone: The stone used for septic systems is a coarse sand to gravelly coarse sand and shall be clean 1½ inch stone with 100% passing a 3 inch sieve, less than 90% passing a 2 inch sieve, less than 10% passing a 1 inch sieve, less than 4% passing a ½ inch sieve, and less than 2% passing a 200 mesh sieve. 7. Loam shall be topsoil taken from the excavation or topsoil of a similar texture. It shall be free from gravel, roots, clods, or stones larger than 2 inches. 8. Lime shall be standard grade dolomitic limestone. 9. Fertilizer shall be standard commercial mixture. 10. Seed shall contain a mixture of annual and perennial grass seeds such that a fast and lasting catch of grass is obtained. 11. Mulch material shall consist of hay or straw reasonably free from noxious weeds. 12. Insulation shall be extruded minimum 2" thick rigid board polystyrene or as specified on the drawings. EXECUTION 1. The disposal bed shall be constructed in accordance with the plans and the Maine Subsurface Wastewater Disposal Rules. All portions of the work shall conform to applicable state and local codes and ordinances. Where required to comply with codes or ordinances, the Contractor shall hire appropriate licensed professionals to perform portions of the work. The contract price shall include all such incidental costs.

10 2. Construction shall not be performed when the soil moisture content is above the plastic limit. Soil moisture shall be tested by rolling a lump of soil with the fingers to form a wire. If a wire 1/8 inch in diameter can be formed which does not crumble when handled, the soil moisture is too high. Upon encountering excessive soil moisture conditions, the Contractor shall immediately notify the Circle B Farms and shall not proceed further with construction. 3. Excavation shall be made to lines and grades necessary to allow for construction of the septic system including interconnecting piping. 4. Excavated material not required for backfill shall be removed from the site and disposed of in a lawful manner at the Contractor's expense. 5. The entire fill area shall be scarified by rototilling or raking with excavator bucket teeth prior to placing fill material or stone. On sites requiring fill, a transition layer shall be constructed by rototilling 4-6 inches of fill material into the original soil underneath the entire fill area. Wheeled vehicles must not be used on scarified soil. 6. The crushed stone shall be dumped beside the bed and placed in the disposal field to minimize the transfer of fines to the disposal field. Piping shall be installed to the lines and grades shown on the plans, covered with hay or fabric, and backfilled with suitable fill material. 7. Proprietary devices shall be installed as per the manufacturer s specifications. 8. The septic tank is to be placed on a working pad of 6 inches or more of bank-run gravel, compacted by tamping with excavator bucket. 9. The Contractor shall replace the building drain from a point just outside the building wall to the septic tank. The materials shall be in accordance with the Maine Subsurface Wastewater Disposal Rules. 10. Where internal plumbing changes are required, the Contractor shall extend the building drain from the septic tank through the foundation wall at the proper elevation and provide a clean-out connection. 11. All pipe connections and pipe penetrations shall be water tight. 12. Pressure and gravity lines shall be protected against freezing. 13. Septic tanks to be abandoned shall be pumped out and filled with soil or removed.

11 14. Spread loam uniformly on all disturbed areas, except driveways, with a minimum depth of 2 inches. The loam shall be hand-raked to achieve a smooth surface blending into the undisturbed areas. 15. Fertilizer shall be applied at the rate of 14 pounds of fertilizer per 1,000 square feet. It shall be thoroughly mixed with the soil to a depth of 1 inch. 16. The seed mixture shall be sown at the rate of 3 pounds per 1,000 square feet. Mulch shall be applied to all seeded areas the same day as seeding. 17. A Natural Resources Protection Act (NRPA) Permit is not required for the abandonment of wastewater treatment facilities or the installation of a subsurface wastewater disposal system. 18. Soil erosion and sedimentation of watercourses and water bodies must be minimized by an active program meeting the requirements of the Maine Erosion and Sediment Control Handbook for Construction: Best Management Practices, dated March 2003 or later. BASIS OF PAYMENT 1. Payment for construction of the septic system shall be as a lump sum including finish site work. 2. Ledge excavation will be measured by the Engineer for payment on the basis of cubic yards removed. Payment will be negotiated as a Change Order.

12 These documents are on the following pages. Section 6 Attached Documents

13

14

15

16

17

18

19 DEPARTMENT OF ECONOMIC & COMMUNITY DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CERTIFICATION OF CONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY (For Prime Contracts Exceeding $10,000) INSTRUCTIONS This certification is required pursuant to Executive Order (30 F.R ). The implementing rules and regulations provide that any bidder or prospective contractor, or any other of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause, and if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven (7) calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER Name and address of bidder 1. Bidder has participated in a previous contract or subcontract subject to the EEO Clause. Yes No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100. Yes No 4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? Yes No Name and Title of Authorized Representative (print or type) Signature of Authorized Representative Date Rev 7/11

20 DEPARTMENT OF ECONOMIC & COMMUNITY DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CERTIFICATION OF CONTRACTOR REGARDING SEGREGATED FACILITIES (For Prime Contracts Exceeding $10,000) Name of Prime Contractor: Project Name and Number: The undersigned hereby certifies that: (a) No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of Name and Title of Authorized Representative (print or type) Signature of Authorized Representative Date Rev 7/11 OCD/SegCon/2000

21 Department Of Economic and Community Development 59 Statehouse Station Augusta, Maine POLICY STATEMENT #4 Subject: Bonding and Insurance Requirements for CDBG Funded Contracts Revised: 04/03 The following outlines the minimum requirements to be followed when purchasing supplies, equipment, construction and professional services paid in whole or in part with Community Development Block Grant (CDBG) funds. You may use your municipality s procurement procedures provided that the State of Maine and/or the Department of Housing and Urban Development have made a written determination that the governments interest is adequately protected, or you may adopt the requirements described below. If appropriate, you may supplement your procedures to improve existing systems. To ensure fair procurement practices, a written policy identifying the procedures must be available for review by all potential bidders and the OCD. PERSONAL BONDING Community officials or consultants/paid administrators who are authorized to process CDBG funds, including signing of checks, must be bonded. BID BOND For contracts which exceed $100,000, including the practice of block bidding housing rehabilitation projects, a bid guarantee from each bidder equivalent to five percent of the bid price is required. The bid guarantee shall consist of a firm commitment such as a bid bond, certified check or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of their bid, execute such contractual documents as may be required within the time specified. CONTRACT BOND For contracts which exceed $100,000, including the practice of block bidding housing rehabilitation projects, there must be prior to signing of the contract, a performance bond on the part of the contractor for 100 percent of the contract price. The performance bond is executed in connection with the contract to secure fulfillment of all of the contractor s obligations under the contract. There must also be, prior to signing of the contract, a payment bond on the part of the contractor for 100 percent of the contract price. The payment bond is executed in connection with the contract to assure payment as required by law of all persons supplying labor and materials in the execution of the work provided for in the contract. INSURANCE

22 Communities undertaking construction projects with CDBG funds, including housing rehabilitation activities, must ensure that construction contractors purchase and maintain insurance until final acceptance of their work. The community must have evidence of this insurance at the time of executing any contract/agreement with the contractor or assisting in the execution of any contract/agreement between a contractor and homeowner. The insurance policy must have the following attributes: * It must protect the contractor, the community and the owner from all claims and liabilities for damages for bodily injury, including accidental death, and for property damage, which may arise from operations under the contract, whether such operation is by the contractor or any employee, The amount of the insurance must be at least: Construction contracts other than housing rehabilitation: - $1,000,000 for any one person and for each accident in cases of liability for bodily injury and/or accidental death; and -$1,000,000 for any and all accidents in cases of liability for property damage. Housing rehabilitation contracts: -$100,000 for bodily injury to anyone, and not less than $300,000 for each occurrence -$50,000 per occurrence and $100,000 aggregate for property damage -$100,000 for any one person and $300,000 per occurrence for vehicular liability The contractor must also maintain the following types of insurance: * Full worker compensation insurance coverage for all persons employed by the contractor to perform work on the project. The insurance must be in compliance with State of Maine requirements. * Bodily injury and contractor s protective property damage (broad form), each including coverage for blasting explosion, and injury to, or destruction of wires, pipes, conduits and similar property, appurtenant apparatus, whether public or private and collapse of, or structural injury to, any building or structure, except those on which work under the contract is performed. * Bodily injury and property damage insurance covering the operation of all motor vehicles and equipment being operated in connection with project work, whether or not owned by the contractor. * Contractual liability insurance as described earlier. * Owner s protective liability insurance issued to the owner at the expense of the contractor. * Fire insurance included with all property damage insurance in an amount equal to the total bid price of all structures subject to fire damage. * Builders All Risk insurance equal to or greater than the total amount. All policies must designate the loss payee as the community and require that the community be notified in the event of any changes to the insurance policies. Contractors shall indemnify and hold harmless the U.S. Government, the State of Maine, the Owner and the grantee from liability for any injury or damage to persons or property resulting from the prosecution of work under a construction contract. Please remember that if a bid goes out for eight (8) or more rehab or sewer hookup projects at one time, and one contractor is awarded 8 or more of these projects, Federal Labor Standards will apply. This will be true even if contracts are technically between the homeowner and contractor. Please refer to the Labor Standards section of this book for further information.

23 U.S. Department of Labor Community Development Block Grant Payroll Number: Wage and Hour Division Weekly Payroll For Week Ending: Name: Tax ID#: Contractor: Subcontractor: Project#: Address: Project & Location: (1) Name, and ID # Of Employee (2) # of Exmp (3) Work Classifacation O T or S T OT S u (4) Day and Date (5) M T u W T h Hours Worked Each Day F S a Total Hour s (6) Rate of Pay (7) Gross Amt. Earne d FIC A (8) Deductions (9) With- Holdin g Tax Tot. De d. Net Wag es For Week ST OT ST OT ST OT ST OT ST OT ST OT ST

24 U.S. Department of Labor Wage and Hour and Public Contracts Division Form Approved Budget Bureau No. 44-R1109J Date: STATEMENT OF COMPLIANCE I,,, do hereby state: (Name of Signatory Party) (Title) (1) That I pay or supervise the payment of the persons employed by (Contractor or Subcontractor) on the ; that during the payroll period commencing on the day (Name of Project) of, 2000, all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said (Contractor or Subcontractor) from the full weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3, (29 CFR Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat Stat. 108, 72 Stat. 357: 40 U>S> C> 276c) and described below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers and mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into this contract; that the classifications set forth therein for each laborer or mechanic conform with the work he or she performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in Section 4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH Each laborer or mechanic listed in the above referenced payroll has been paid as indicated on the payroll an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed on the contract, except as listed in Section 4(c) below. (c) EXCEPTIONS EXCEPTION (CRAFT) EXPLANATION Name and Title Signature THE WILFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE.

25 INSTRUCTIONS FOR COMPLETING PAYROLL FORM, WH-347 General: The use of WH-347, payroll form, is not mandatory. This form has been made available for the convenience of contractors and subcontractors required by their Federal or Federally aided construction type contracts and subcontracts to submit weekly payrolls. Properly filled out, this form will satisfy the requirements of regulations, Parts 3 and 5 (29 CFR, Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis-Bacon and related Acts. This form meets needs resulting from the amendment of the Davis-Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay not less than fringe benefits as predetermined by the Department of Labor, in addition to payment of not less than the predetermined rates. The contractor s obligation to pay fringe benefits may be met either by payment of the fringes to the various plans, funds or programs or by making these payment to the employees as cash in lieu to fringes. The payroll provides for the contractor s showing on the face of the payroll all monies paid to the employee, whether as basic rates or as cash in lieu of fringes and provides for the contractor s representation in the statement of compliance on the rear of the payroll that he is paying to others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions concerning the preparation of the payroll follow; Contractor or Subcontractor: Fill in your firm s name and check appropriate box. Address: Fill in your firm s address. Column 1 Name, and identification number of Employee: The employee s full name must be shown on each payroll submitted. Column 2 Withholding Exemptions: This column is merely inserted for the employer s convenience and is not a requirement of Regulations, Parts 3 and 5. Column 3 Work Classifications: List classifications descriptive or work actually performed by employees. Consult classifications and minimum wage schedule set forth in contract specifications. If additional classifications are deemed necessary see Contracting Officer or Agency representative. Employee may be shown as having worked in more than one classification provided accurate breakdown of hours so worked is maintained and shown on submitted payroll by use of separate line entries. Column 4 Hours Worked: On all contracts subject to the Contract Work Hours Standards Act enter as overtime all hours worked in excess of 8 hours per day and 40 hours a week. Column 5 Total: Self-explanatory Column 6 Rate of Pay, Including Fringe Benefits: In straight time box, list actual hourly rate paid the employee for straight time worked plus any cash in lieu of fringes paid the employee. When recording the straight time hourly rate, any cash in lieu of fringes may be shown separately from the basic rate thus 13.25/. 40. This is of assistance in curectly computing overtime. See Fringe Benefits below. In overtime box show overtime-hourly rate paid, plus any cash in lieu of fringes paid the employee. See Fringe Benefits below. Payment of not less than time and one-half the basic or regular rate paid is required for overtime under the Contract Work Hours Standards Act of In addition to paying not less than the predetermined rate for the classification in which the employee works, the contractor shall pay to approved plans, funds, or programs or shall pay as cash in lieu of fringes amounts predetermined as fringe benefits in the wage decision made part of the contract. See FRINGE BENEFITS below. FRINGE BENEFITS Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amount not less than were determined in the applicable wage decision of the Secretary of Labor, shall continue to show on the face of the payroll the basic cash hourly rate and overtime rate paid to his employees just as he has always done. Such a contractor shall check paragraph 4(a) of the statement on the reverse of the payroll to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined as fringe benefits for each craft. Any exceptions shall be noted in Section 4(c). Contractors who pay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employees, and insert the straight time hourly rate column of the payroll, an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each

26 classification in the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringes, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu of fringes at the straight time rate. In addition, the contractor shall check paragraph 4(b) of the statement on the reverse of the payroll to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c) Exceptions: Any contractor who is making payment to approved plans, funds, or programs in amount less than the wage determination requires, is obligated to pay the deficiency directly to his employees as cash in lieu of fringes. Any exception to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exception column the craft, and enter in the Exception column the hourly amount paid the employee as cash in lieu of fringes and the hourly amount paid to plans, funds, or programs as fringes. The contractor shall pay and shall show that he is paying to each such employee for all hours (unless otherwise provided by applicable determination) worked on Federally assisted project an amount not less than the predetermined rate plus cash in lieu of fringes as shown in Section 4(c). The rate paid and amount of cash paid in lieu of fringe benefits per hour should be entered in column 6 on the payroll. See paragraph on Contractors who pay no fringe benefits for computation of overtime rate. wage, but indicate that deductions are based on his gross wages. Column 9 Net Wages Paid for Week: Selfexplanatory. Totals: Space has been left at the bottom of the columns so that totals may be shown if the contractor desires. Statement Required by Regulations, Parts 3 and 5: While this form need not be notarized, the statement of the back of the payroll is subject to the penalties provided by 18 USC 1001, namely possible imprisonment for 5 years or $10, fine or both. Accordingly, the party signing this required statement should have knowledge of the facts represented as true. Space has been provided between items (1) and (2) of the statement for describing any deductions made. If all deductions made are adequately described in the Deductions column above, state See Deductions column in the payroll. See paragraph entitled FRINGE BENEFITS above for instructions concerning filling out paragraph 4 of the statement. Column 7 Gross Amount Earned: Enter gross amount earned on this project. If part of the employees weekly wage was earned on projects other than the project described on this payroll, enter in column 7 first the amount earned on the Federal or Federally assisted project and then the gross amount earned during the week on all projects, thus $63.00/ Column 8 Deductions: Five columns are provided for showing deductions made. If more than five deductions should be involved, use first 4 columns; show the balance of deductions under Other column; show actual total under Total Deductions column; and in the attachment to the payroll describe the deductions contained in the Other column. All deductions must be in accordance with the provisions of the Copeland Act Regulations 29 CFR, Part 3. If the employee worked on other jobs in addition to this project show actual deductions from his weekly gross

27 INSTRUCTIONS FOR PREPARATION OF STATEMENT OF COMPLIANCE This statement of compliance meets needs resulting from the amendment of the Davis- Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay fringe benefits as predetermined by the Department of Labor, in addition of payment of the minimum rates. The contractor s obligation to pay fringe benefits may be met by payment of fringes to the various plans, funds or programs or by making these payments to the employees as cash in lieu of fringes. The contractor should show on the face of his payroll all monies paid to the employees whether as basic rates or as cash in lieu of fringes. The contractor shall represent in the statement of compliance that he is paying to others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions follow: Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor shall continue to show on the face of his payroll the basic cash hourly rate and overtime rate paid to his employees, just as he has always done. Such a contractor shall check paragraph 4(a) of statement to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined as fringe benefits for each craft. Any exception shall be noted in Section 4(c). Contractors who pay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employee and insert in the straight time hourly rate column of his payroll an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification in the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringes, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on the basic or regular rate plus the required cash in lieu of fringes at the straight time rate. To simplify computation of overtime, it is suggested that the straight time basic rate and cash in lieu of fringes be separately stated in the hourly rate column, thus $3.25/.40. In addition, the contractor shall check paragraph 4(b) of the statement to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obligated to pay the deficiency directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the

28 Exception column the craft, and enter in the Explanation column the hourly amount paid the employees as cash in lieu of fringes, and the hourly amount paid to plans, funds, or programs as fringes.

29 General Decision Number: ME /09/2014 ME6 Superseded General Decision Number: ME State: Maine Construction Type: Heavy County: Aroostook County in Maine. HEAVY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/03/ /07/ /09/2014 * IRON /16/2014 Rates Fringes IRONWORKER, STRUCTURAL AND REINFORCING...$ LABO /01/2013 Rates Fringes LABORER: Common or General (Industrial Work Only)...$ PLUM /01/2013 Rates Fringes PIPEFITTER (Industrial Work Only)...$ SUME /16/2011 Rates Fringes CARPENTER (Form Work Only)...$ ELECTRICIAN...$ LABORER: Pipelayer...$ LABORER: Common or General, Excluding Industrial Work...$ LABORER: Flagger...$ LINE CONSTRUCTION: Lineman...$ MILLWRIGHT...$

30 OPERATOR: Asphalt Paver...$ OPERATOR: Asphalt Roller...$ OPERATOR: Bulldozer...$ OPERATOR: Crane...$ OPERATOR: Drill...$ OPERATOR: Excavator...$ OPERATOR: Loader...$ OPERATOR: Mechanic...$ OPERATOR: Roller...$ OPERATOR: Backhoe/Trackhoe...$ TRUCK DRIVER: Servicer...$ TRUCK DRIVER...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM /01/2011. The first four letters, PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e.,

31 Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA /13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

Alabama State Port Authority. Description

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

More information

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

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

More information

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

More information

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

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

More information

Solicitation FA441718R0003 Attachment 3

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

More information

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King George, Lancaster, Middlesex,

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King George, Lancaster, Middlesex, General Decision Number: VA180023 01/05/2018 VA23 Superseded General Decision Number: VA20170023 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King

More information

Prevailing Wage Rates (No Fringes)

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

More information

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

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

More information

NEVADA IRRIGATION DISTRICT. Appendix B

NEVADA IRRIGATION DISTRICT. Appendix B NEVADA IRRIGATION DISTRICT DEVELOPMENT STANDARDS DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS Appendix B Conveyance Agreement Standard Form Preface The standard form of Conveyance Agreement

More information

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

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

More information

ATTACHMENT E INSURANCE REQUIREMENTS

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

More information

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site,

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site, PREVAILING WAGES If the project is expected to exceed $50,000 in cost then the contractor will be required to conform with the Oregon Bureau of Labor and Industry requirement for wages and payroll submittals.

More information

(a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site;

(a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site; Template: FA-Special Terms and Conditions 8-20-2009 FINAL (APPROVED BY DOL) FA-TC-0050 Prescription: Include for ARRA Awards when WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE AMERICAN RECOVERY AND

More information

Housing Urban Development (HUD) Supplemental Conditions

Housing Urban Development (HUD) Supplemental Conditions 8. FEDERAL LABOR STANDARDS PROVISIONS (Davis-Bacon Act, Copeland Act, and Contract Works Hours & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION 2013 CDBG/HOME HOUSING NEW CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT is made and entered into this day of 2013, by and between, (marital status),

More information

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION E RICIAN- UTILITY WORK (SOUTH) Rates Expiration Date: 11/30/2010 Effective Date: 11/15/2010

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice

More information

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

REQUEST for CONTACT INFORMATION

REQUEST for CONTACT INFORMATION REQUEST for CONTACT INFORMATION In an effort to insure appropriate communication, please fill out and return the following information to: ROBERT A. BOTHMAN, INC. Phone: (48) 279-2277 269 Scott Boulevard

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

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 Sheet 1 of 7 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 REQUIRED CONTRACT PROVISIONS KANSAS FUNDED CONSTRUCTION CONTRACTS I. GENERAL. 1. These contract

More information

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

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

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

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

More information

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

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

More information

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION CITY OF SOUTH GATE COMMUNITY DEVELOPMENT DEPARTMENT 8650 CALIFORNIA AVENUE SOUTH GATE, CALIFORNIA 90280 (323) 563-9535 COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION City of South Gate

More information

County of Aroostook COMMISSIONERS OFFICE

County of Aroostook COMMISSIONERS OFFICE County Administrator Douglas F. Beaulieu County of Aroostook COMMISSIONERS OFFICE County Commissioners Paul J. Adams Houlton Norman L. Fournier, Wallagrass Paul J. Underwood, Presque Isle REQUEST FOR PROPOSAL

More information

Invitation to Bid Hogan House Historic Painting Project

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

More information

Winnebago County Housing Authority

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

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

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

GP-4-1 of 9 GP-4 SCOPE OF WORK

GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4 SCOPE OF WORK GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4.01 CONTRACT INTENT The Contractor shall (within specified tolerances) perform all work in accordance with the lines, grades, typical cross sections,

More information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2 TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement

More information

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents. Administrative Procedure 515 FACILITIES AND MAINTENANCE TENDERING Background Golden Hills School Division believes in purchasing goods and services at competitive prices, treating suppliers fairly and

More information

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

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

More information

Document 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

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT 40555 Utica Road P.O. Box 8009 Sterling Heights, MI 48311-8009 TEL 586-446-2720 FAX 586-276-4061 CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

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

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

County of Aroostook COMMISSIONERS OFFICE

County of Aroostook COMMISSIONERS OFFICE County Administrator Ryan D. Pelletier County of Aroostook COMMISSIONERS OFFICE County Commissioners Paul J. Adams, Houlton Norman L. Fournier, Wallagrass Paul J. Underwood, Presque Isle COUNTY OF AROOSTOOK

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

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

CITY OF UNIVERSITY HEIGHTS TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS

CITY OF UNIVERSITY HEIGHTS TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS CITY OF UNIVERSITY HEIGHTS 2016-1 TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS Explanation of City of University Heights Pruning Codes Code 0 indicates that no tree work at this time is needed. Code

More information

San Juan County, New Mexico

San Juan County, New Mexico San Juan County, New Mexico General Decision Number: NM170015 02/24/2017 NM15 Superseded General Decision Number: NM20160015 State: New Mexico Construction Type: Heavy County: San Juan County in New Mexico.

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

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

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER "BUILDING MAINE COMMUNITIES"

STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER BUILDING MAINE COMMUNITIES STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER "BUILDING MAINE COMMUNITIES" Department of Economic & Community Development Office of Community Development

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) BOILER PLATE (GUIDE) FOR COMMUNITY DEVELOPMENT BLOCK GRANTS PROJECTS

FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) BOILER PLATE (GUIDE) FOR COMMUNITY DEVELOPMENT BLOCK GRANTS PROJECTS FEDERAL GRANT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) BOILER PLATE (GUIDE) FOR COMMUNITY DEVELOPMENT BLOCK GRANTS PROJECTS CAPITAL CONSTRUCTION PROJECTS Revised 1/17/14 Page 1 of 34 TABLE OF

More information

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

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER] NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS [SEPTIC to SEWER] Jewish Family Services (JFS) is seeking sealed bids for the project scope located at their address of 2100 Lee

More information

SUBPART LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION

SUBPART LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION SUBPART 222.4--LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION 222.402 Applicability. 222.402-70 Installation support contracts. (a) Apply both the Service Contract Act (SCA) and the Davis-Bacon Act

More information

CONSTRUCTION CONTRACT AND CONTRACT FORMS

CONSTRUCTION CONTRACT AND CONTRACT FORMS Lorain County Public Health Water Pollution Control Loan Fund (WPCLF) Household Sewage Treatment System Repair/Replacement/Sewer Connection Program 2018-19 CONSTRUCTION CONTRACT AND CONTRACT FORMS CONTRACT

More information

S.C. Department of Health and Environmental Control State Revolving Fund

S.C. Department of Health and Environmental Control State Revolving Fund S.C. Department of Health and Environmental Control State Revolving Fund Guide to Permit Application for SRF Clean Water or Drinking Water Projects that are designated as Non-Equivalency Projects and/or

More information

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT 2019-18 LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT DESCRIPTION This work shall consist of one or more applications of bituminous material applied to the prepared surface and

More information

GENERAL INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,

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

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

TDHCA Tutorial Davis Bacon Compliance: DBRA Certified Payroll Form (WH 347)

TDHCA Tutorial Davis Bacon Compliance: DBRA Certified Payroll Form (WH 347) TDHCA Tutorial Davis Bacon Compliance: DBRA Certified Payroll Form (WH 347) Presented by: Carmen A. Roldan, TDHCA Labor Standards Specialist Based on: Payroll certification tool required by TDHCA and published

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

Request for Proposals. The Town of Ogden is accepting Proposals for the following: The Town of Ogden is accepting Proposals for the following: Playground Equipment Design, Procurement, and Installation, including Safety Surfacing At 1 Park Road Spencerport, NY 14559 The Town of Ogden

More information

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

The catch basins consist of both separated and combined-sewer catch basins. Basins may be located on public rights of way and / or private property.

The catch basins consist of both separated and combined-sewer catch basins. Basins may be located on public rights of way and / or private property. This Catch Basin Cleaning Services Contract ( Contract ) made this day of, 2016 between the Greater Augusta Utility District ( District ) and ( Contractor ) is the execution of the first year Contract

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # 20-11 INVITATION TO BID The City of Portsmouth, New Hampshire is seeking bids for the installation of two Bicycle

More information

Davis Bacon Labor Relations

Davis Bacon Labor Relations Davis Bacon Labor Relations Your, Instructions to Bidders Packet for your pre-bid meeting should contain the following documents: 1. Instructions to Bidders Cover Sheet 2. Instructions to Bidders 3. Construction/Rehabilitation

More information

BID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $

BID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $ 2018 Annual Water Distribution Leak Repairs Contract, Package 1 SAWS Job Nos. 18-0103 (O&M) and 18-1401 (CIP) Solicitation No. B-18-001-JG BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

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

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

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE)

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE) CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE) THIS AGREEMENT, effective this day of, 201, by and between hereinafter called the "Contractor, and, Vail Unified

More information

(iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest.

(iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. DE-EE0003 071 /003 (i) Section 1605(a) of the American Recovery and Reinvestment Act of2009 (Pub. L. 111-5) (Recovery Act), by requiring that all iron, steel, and manufactured goods used in the project

More information

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

MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM

MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACT SPECIAL PROVISIONS The following CDBG Contract Special Provisions should be used with all construction contracts, and professional

More information

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

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

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019. INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information