REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR LUBBOCK, TEXAS

Similar documents
The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801)

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Bid/Proposal

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

The Firemen s Association of the State of New York

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

SAN DIEGO CONVENTION CENTER CORPORATION

(Electronic Submission Only)

Granville Township Request for Qualifications Construction Manager at Risk (CMAR)

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

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

REQUEST FOR PROPOSALS. RFP Number: MM-KV. Enterprise Cabling Contractor On Demand

REVISED Request for Proposal: Benton County Hearing Examiner Services

INSTRUCTIONS TO BIDDERS

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

construction plans must be approved for construction by the City PBZ department.

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Qualifications for General Contractors. 8th & Cooper Multi-use Project

REQUEST FOR QUALIFICATIONS DEADLINE: OCTOBER 19, :00 PM PT

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

B. The Bid is made in compliance with the Bidding Documents.

Stephen F. Austin State University Alumni Association P.O. Box 6096 Nacogdoches, TX REQUEST FOR PROPOSAL for Investment Management Services

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

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

Cheyenne Wyoming RFP-17229

Proposal Response Date: March 18, 2019, at 1:00p.m.

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS

Helena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR

REQUEST FOR PROPOSALS TOWN OF SEVERANCE PUBLIC WORKS FACILITY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

RICHMOND HEIGHTS LOCAL SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ( RFQ ) FOR OWNER S REPRESENTATIVE SERVICES

REQUEST FOR PROPOSAL

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

REQUEST FOR PROPOSALS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

2018 Recreation Center Dectron Unit - R22 Refrigerant

West Ridge Park Ballfield Light Pole Structural Assessment

AIA Document A701 TM 1997

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

SECTION NOTICE TO BIDDERS

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

REQUEST FOR PROPOSAL. Bid Number: INS Insurance Broker / Agent of Record. Lewis County Board of Education Vanceburg, Kentucky

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

The proposal response must include a full description of similar services that the Offeror has performed.

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

PURCHASING DEPARTMENT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

RFQ McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Scofield Ridge Homeowners Association

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

I. PROJECT DESCRIPTION

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Solicitation CMGC: HUNTSMAN CENTER ARENA - PHASE 1 REMODEL AND UPGRADE. Bid designation: Public

Transcription:

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR LUBBOCK, TEXAS BUILDOUT OF 1,500 S.F. SPACE FOR TALK 4 LESS COMMUNICATIONS, LLC DBA CRICKET WIRELESS ISSUE DATE: 11-28-2018 DUE DATE: 12-5-2018

Board Members: North & East Lubbock Investment, Inc. Managing Director W. David Haynes, Jr. P.O. Box 3893 Lubbock, Texas 79452 Monique Coleman Cosby Morton Phone: (806) 747-5937 Fax: (806) 747-5934 NELI Tax ID: 26-2315661 Valorie Duvall Email: parkwayplacelbk@outlook.com Parkway Place Tax ID: 26-4580355 Contractor Application for Work Approval Parkway Place, LLC The Parkway Place Plaza is managed by the for-profit entity North & East Lubbock Investment, Inc. (NELI, Inc.), which is a subsidiary of the non-profit North & East Lubbock CDC. NELI, Inc. is also partial owner of the Parkway Place Plaza. The relationships between the managing partner and all Parkway Place Plaza tenants are specified in the terms and conditions of each lease agreement executed by the leasing tenant and the landlord. When work is performed at Parkway Place, the lease is reviewed to determine if the scope of work falls within the Tenant or Landlord s scope of responsibilities. This contractor application for work approval is designed to document and clearly specify all expectations for work performed by contractors at Parkway Place. This application may also be used for the procurement of contractors to complete finish-outs in vacant shells or other larger construction projects. When applicable, the lease agreement should be reviewed before any maintenance, improvement, modification, or alteration is performed within, above, abutting, or adjacent to any tenant space. Note: the landlord(s)/managing partner has the discretion to approve, deny, support or contribute, partially or completely, to any improvements or renovations performed at Parkway Place that are not required by the terms of the lease agreement. Please complete the application below and submit the application and all requested supplemental documents to the managing director for approval before work begins. North & East Lubbock CDC / NELI, Inc. Office located in the Lubbock Housing Authority (LHA) 1708 Crickets Ave. Lubbock, TX. 79401 Main Phone Line: (806) 747-5937 Managing Director Line: (806) 747-1505 Fax Line: (806) 747-5934 Managing Director Email: parkwayplacelbk@outlook.com Please send all billing and/or correspondence to: Parkway Place Lubbock, LLC P.O. Box 3893 Lubbock, TX. 79452 If the managing director is unavailable, please contact the main office at (806) 747-5937 or send an email to assistant_nelcdc@outlook.com for further assistance. Please note the North & East Lubbock Community Development Corporation ( NELCDC ), via North & East Lubbock Investment, Inc. is the managing partner of Parkway Place Lubbock, LLC. As managing partner, NELCDC staff may, as a representative of NELI, Inc., be involved in the facilitation or execution of contracts, agreements, functions and/or activities pertaining to Parkway Place Lubbock, LLC 1

Board Members: North & East Lubbock Investment, Inc. Managing Director W. David Haynes, Jr. P.O. Box 3893 Lubbock, Texas 79452 Monique Coleman Cosby Morton Phone: (806) 747-5937 Fax: (806) 747-5934 NELI Tax ID: 26-2315661 Valorie Duvall Email: parkwayplacelbk@outlook.com Parkway Place Tax ID: 26-4580355 SUBMIT TO: Parkway Place Lubbock, LLC 1708 Crickets Ave. Lubbock, TX 79401 CONTACT PERSON: Monique Coleman, Managing Director or her designee TEL: 806.747.5937 FAX: 806.747.5934 parkwayplacelbk@outlook.com Applicant/Business Name: Mailing Address: City State Zip: Telephone: Fax: E-Mail: Federal Tax ID: TENANT (LOCATION) WHERE WORK WILL BE PERFORMED: DATE WORK WILL BE PERFORMED: List Any Applicable License And/or Insurance Certificate(s). List Numbers Below And Provide Copies Of All Referenced Documents. Parkway Place Lubbock, LLC Contractor Application for Work Approval COST OF WORK (ESTIMATE/INVOICE): Provide copies of the following before work begins: 1. Insurance Certificate 2. Copy of License 3. Project Scope (location, linear footage, drawings) 4. W-9 (required for 1099 to be issued) 5. Guarantee/Warranty (for labor & materials) **Only provide a Project Scope if applicable Is Your Business Registered with the City? YES NO Is a city permit required for work to be performed? YES NO If no, explain: REQUIRED: If yes, provide a copy of the permit before work begins. APPLICATION RECEIPT & APPROVAL: DESCRIBE THE WORK TO BE PERFORMED (include activity/work and cost). ADDITIONAL ATTACHMENTS (such as an Official Estimate) MAY BE PROVIDED FOR SUPPORTING DOCUMENTATION IN LIEU OF THE DETAILS BEING PROVIDED BELOW. A COMPLETED AND APPROVED APPLICATION IS REQUIRED BEFORE WORK CAN BEGIN. 1. 2. 3. 4. By my signature, I certify that the information stated herein is accurate and correct. Authorized Signature _ Title Print/Type Name Date Please note the North & East Lubbock Community Development Corporation ( NELCDC ), via North & East Lubbock Investment, Inc. is the managing partner of Parkway Place Lubbock, LLC. As managing partner, NELCDC staff may, as a representative of NELI, Inc., be involved in the facilitation or execution of contracts, agreements, functions and/or activities pertaining 2 to Parkway Place Lubbock, LLC

TABLE OF CONTENTS TITLE SHEET NOTICE TO CONTRACTORS DESCRIPTION OF WORK PROCUREMENT PROCESS PROJECT SCHEDULE 3

NOTICE TO CONSTRUCTION MANAGERS/GENERAL CONTRACTORS Background A site plan was approved by the tenant s corporate office for the purposes of providing enough information to secure a bid estimate to build out a 1,500 s.f. space as Parkway Place. Process Information All RFP documents, including the application and selection requirements, will be available on 11/28/2018. For questions regarding this project, please contact Monique Coleman at (806)747-1505 or (254)644-0532 or Dr. G.S. Gill at (806) 783-8242. No others are to be contacted regarding this project. Proposals, including a fee proposal, project approach, references and statements of qualifications, must be received by 5:00 p.m. on 12/5/2018, Attn: Monique Coleman. Additional information will be required as stated on the Project Schedule. NOTE: Submittals must be received by Monique Coleman, by the 5:00pm on 12/5/2018. Parkway Place Lubbock, LLC will enter into a single agreement with the successful Contractor. Parkway Place Lubbock, LLC reserves the right to reject any or all proposals, or to waive any formality or technicality in any proposal in the interest of Parkway Place Lubbock, LLC. 4

DESCRIPTION OF WORK List a detailed description of work. Reference A/E Drawings and Specifications. PROCUREMENT PROCESS Request for Proposal Documents The Request for Proposal ( RFP ) documents consist of all the documents listed in the Table of Contents and all said documents are incorporated in this RFP by reference. Availability of Requests for Proposals The RFP will be open to all qualified contractors and is available free of charge. Contact Information Except as authorized by a Parkway Place Lubbock, LLC, communications during the selection process shall be in writing directed to Monique Coleman, at parkwayplacelbk@outlook.com. In order to maintain the fair and equitable treatment of everyone, Contractors shall not contact or offer gifts or gratuities to owners, users or selection committee members in an effort to influence the selection process or in a manner that gives the appearance of influencing the selection process. This prohibition applies after the RFP is issued as the project is developed and extends through the award of a contract. Failure to comply with this requirement may result in a disqualification in the selection process. Contractors should be aware that selection committee members may be required to certify that they have not been contacted by any of the Contractors in an attempt to influence the selection process. Requests for Information All requests for information regarding this project shall be in writing and directed to: Monique Coleman P.O. Box 3893 Lubbock, TX 79452 Phone: (806) 747-1505 or (254) 644-0532 Email: parkwayplacelbk@outlook.com Proposal Schedule The successful contractor must review and familiarize themselves with the project schedule (if applicable) as it pertains to the performance of their work. Liquidated damages may be assessed upon failure to complete the project on or before the stipulated date in the construction documents. 5

Insurance The contractor shall provide insurance as required by the construction documents. Submittal Dates and Times All complete proposals must be delivered to (via email, mail, or in person), and be received by, Parkway Place Lubbock, LLC prior to the date and time indicated in the Project Schedule. RFPs received after the specified time, will not be accepted. Please allow adequate time for delivery. If using a courier service, the contractor is responsible for ensuring the delivery will be made directly to the required location. Addendum All responses to questions and requests for clarification will be in writing and issued as addenda to the Request for Proposals. Any addenda issued prior to the submittal deadline shall become part of the Request for Proposals and any information required shall be included in your proposal. Minimum Qualifications Parkway Place Lubbock, LLC is looking for a firm that has completed similar projects of the size and scope. Your firm must meet the following requirements: Completion of two or more commercial buildouts of 1,500 s.f. spaces or better, during the past ten (10) years; Project Manager/Superintendent with experience managing commercial buildout projects; References from clients or architects on projects meeting criteria; Proven, documented ability to adhere to project budgets and schedules; Ability to meet all City bonding and insurance coverage requirements; A valid contractor s license to perform all the work associated with the construction of the facilities; Minimal litigation background over the previous five (5) years. 6

References Contractors shall submit reference information on completed projects that meet the minimum qualifications. Projects should be of a similar type. For each reference, the contractor shall provide the following information: Project Name: Name of the project. Contact Name: Person who will be able to answer any customer satisfaction questions. Phone Number: Phone number of the contact we will be surveying. User Name: Name of the Company/Institution that purchased the construction work. Date Completed: Date of substantial completion. Address: Street, City and state where work was performed. Size: Size of the project in square feet Cost: Construction cost. Include original contract price, and any cost modifications / change orders. Duration: Duration of the project/construction in months. Include original contract duration, and any additional time granted. Type: Type of the project (i.e., Recreation Center, Pool, School, Offices, Warehouse, etc. Fee Proposal, Fees, and Markups Before submitting a fee proposal, each Contractor shall carefully examine the RFP; shall visit the site of the work; shall fully inform themselves as to all existing conditions and limitations; and shall include in the proposal the cost of all items required by the RFP. If the contractor observes that portions of the Contract Documents are at variance with applicable law, building codes, rules, regulations or contain obvious erroneous or uncoordinated information, the Contractor shall promptly notify the specified Parkway Place Lubbock, LLC representative (Monique Coleman) and the necessary changes shall be accomplished by Addendum. The fee proposal, bearing original signatures, must be typed or handwritten in ink on the Fee Proposal Form provided in the procurement documents and submitted in a separate sealed envelope at the location specified below prior to the deadline for submission of fee proposals indicated on the Project Schedule. Project Approach As part of the submittal, the contractor shall describe their approach to this project addressing such issues as how to best provide input during the design phase, how to reduce change orders, how the site will be staged, and scheduling strategies. 7

Proposals The CM/GC shall provide Parkway Place Lubbock, LLC with one (1) copy of its proposal. The proposal shall include all information that the Contractor wants to be considered in the decision-making process. At a minimum, the proposal should include the experience and qualifications of the Contractor and the project team key individuals as identified in the management plan. It should include information on similar projects that have been completed by the Contractor and the project team individuals. When listing similar projects, include information to indicate the dates, size, firm worked for at the time and what the responsibility of the individual was on the project. Include the experience and special qualifications of the team that are applicable to this project and/or are part of the project specific selection criteria. Time The Contractor will include in the management plan the schedule for completing the work, including any items required by Parkway Place Lubbock, LLC or any consultant. A completion date prior to that shown in the RFP schedule is requested, but not mandatory. It is anticipated that a contract will be given to the Contractor for signature by the date specified in the Project Schedule. The actual notice to proceed, which will be a stamped approval application, will be based on how quickly the Contractor returns the contract and the required bonds, as well as the resolution of any issues that may arise in the procurement process. The actual completion date will be based on the Contractor s proposed schedule and the date the Contractor received the contract for signature. All plans, schedules, and the cost proposals are required to reflect the project construction time. Non-compliance with the schedule will not result in automatic disqualification; it will be evaluated by the selection committee in determining the final selection. Of particular interest and concern are the management team and the ability of the prime contractors to deliver the project within the construction time. Contractors will need to demonstrate the method of delivery and the competency of the individuals who will manage its successful completion. Selection Committee Members of Parkway Place Lubbock, LLC Interviews ***The Owner reserves the right to select a Contractor without an interview process. 8

Selection Criteria for CM/GC The following criteria will be used in ranking each of the Contractors. The criteria are not listed in any priority order. The selection committee will consider all criteria in performing a comprehensive evaluation of the proposal. Cost: (35 points) The Contractor s Fee Proposal will be considered with all other criteria to determine the best value to the project. Submit in separate, sealed envelope. References: (15 points) Each construction firm will be evaluated on the past performance of similar projects. Strength of Contractor s Team: (30 points) Based on the statements of qualifications and management plan, the selection team shall evaluate the expertise and experience of the construction firm, the project manager, and the superintendent as it relates to this project in size, complexity, quality and duration. Key personnel assigned to which task and their commitment to each phase of the work will be evaluated. Project Management Approach: (20 points) Based on the information provided in the construction and management plan, the selection team shall evaluate how each team has planned the project and determined how to construct the project in the location and in the time frames presented. The firm should present how they plan to move material and people into and out of the site, keep the site safe, minimize disruption to surrounding properties, etc. The Contractor shall also discuss what portions of the project they plan to self-perform, and sub-contract. Safety Contractor Shall provide EMR Scores for the past two years. (FYI: Any EMR Score above 1 (or 100% is cause for safety concerns) Contractor shall provide the company s Safety Plan Award of Agreement The award of the CM/GC Agreement shall be in accordance with the criteria set forth in the RFP. Parkway Place Lubbock, LLC intends to enter into an agreement with the selected Contractor to construct the project as outlined in this RFP. Individual contractors or alliances between two or more contractors are allowed in this process. However, Parkway Place Lubbock, LLC will contract with only one legal entity. Agreement and Bond The Contractor s Agreement will be in the form found in the specifications. The contract time will be as indicated in the proposal. The selected Contractor will be required to furnish a performance bond and a payment bond. The performance and payment bonds shall be for an 9

amount equal to one hundred percent (100%) of the contract sum. Any bonding requirements for subcontractors will be specified in the Supplementary General Conditions. Licensure The Contractor shall comply with and require all its subcontractors to comply with the license laws as required by the State of Texas (FYI: No GC License is required for TX) Insurance All insurance requirements shall apply to the Contractor and any subcontractor or supplier that will be providing work or services under the final CM/GC Agreement. The Contractor shall require any subcontractor, supplier, or other person providing services or materials under the CM/GC Agreement to obtain prior to, and maintain the same scope, limits, and terms of coverage running in favor of Parkway Place Lubbock, LLC, as required of the Contractor. It shall be the responsibility of the Contractor to assure that each subcontractor or supplier complies with the insurance requirements. All insurance coverage shall be required to continue in full force and effect throughout the construction period and thereafter when the contractor may be correcting and/or removing defective work and during any warranty period, contract extension, or other modification of any provision of the construction contract or the obligations of the contractor, subcontractors or suppliers or other person providing services or materials. The Contractor will be required to provide: General Liability & Automobile: HUD should have that amount. Professional Liability: HUD should have that amount. Workers Compensation: As required under the workers compensation laws of the State of Texas. Note: This section shall not be deemed to limit any insurance provisions of the final construction contract. PROJECT SCHEDULE By January 11, 2019. If more time is needed, the schedule may be adjusted with owner/tenant agreement and approval. 10