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

Similar documents
HVAC Remodel Second Floor North Center Building

SPECIFICATIONS FOR THE ADDITIONS AND ALTERATIONS TO KVAL: BROADCAST STATION 4575 BLANTON ROAD, EUGENE, OREGON A/E PROJECT # 17.

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

INSTRUCTIONS TO BIDDERS

W I T N E S S E T H:

WINDOW WASHING

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR BID PROPOSALS

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INSTRUCTIONS TO BIDDERS

Document A201 TM. General Conditions of the Contract for Construction

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

AIA Document A101 TM 2007

SECTION NOTICE INVITING BIDS

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

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

Boiler Repair. The City of Rock Island, Illinois

ADVERTISEMENT FOR BIDS (Invitation For Bids)

SAN DIEGO CONVENTION CENTER CORPORATION

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

Subcontract Agreement

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

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

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

SNOW REMOVAL. River Valley Community College - Keene Academic Center

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

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

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

Request for Proposals

Instruction To Bidders

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

Request for Bid/Proposal

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

REQUEST FOR QUOTATION

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

mason county road commission

INSTRUCTIONS TO BIDDERS

Network Cabling Upgrade/Renovation. Request for Proposal

INVITATION TO BID. Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Office Janitorial Services at One Administration Building

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

AIA Document A104 TM 2017

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

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

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

REQUEST FOR PROPOSAL FOR: Removal and Replacement of EMC Signage

Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual

INVITATION TO BID FOR PARKING LOT RE-CONSTRUCTION AND PAVING

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room

COUNTY OF PRINCE EDWARD, VIRGINIA

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

NOTICE OF INVITATION FOR BID

SUBCONTRACTOR AGREEMENT

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

January 18, Request for Proposals. for

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

SECTION INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

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

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

East Central College

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

Request for Bid #1667 (RFB) CONCRETE SERVICES

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

Request For Proposal (RFP) for

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

Transcription:

SECTION 00 0120 00 0120-1 INSTRUCTIONS TO BIDDERS & SPECIAL PROVISIONS MISSION ST SE Marion County, OR GENERAL Chambers Construction invites your firm to submit a bid for providing all Supervision, Labor, Materials, Equipment, Tools, and everything necessary to accomplish various portions of subcontract work and supply of materials as required by the bid documents which are a part of the construction documents, whether or not bound herewith, and by reference. All construction and materials shall conform to the plans and applicable requirements of the 2018 Oregon Standard Specifications For Construction. 1. BID DOCUMENTS: The following documents form a part of and are included in the Contract Documents: A. By reference, Project Manual, Divisions 00-30, Oregon Standard Specifications For Construction, dated 2018 prepared by Oregon Department of Transportation, except those sections prepared by Chambers Constructions as identified below in paragraph 1, C. B. Drawings titled MISSION ST SE, Marion County, December 2018 as prepared by KPFF Consulting Engineers. C. Bid Instructions, Contract Requirements a. Section 00 0116 Invitation to Bid b. Section 00 0120 Instructions to Bidders & Special Provisions c. Section 00 130.31 Sample Purchase Order d. Section 00 130.32 Sample Subcontract e. Section 00 130.33 Sample Trade Damage Clause f. Section 00 170.65 January 1, 2019 BOLI PWR g. Section 00 195.01 Textura Supplement h. Section 00 195.02 Textura Payment Overview i. Section 00 300 Bid Form j. Section 01 141.01 Copy of Development Agreement No. 32351 2. BID FORM: All bids must be submitted on the 00 0300 Bid Form. Bidder may also submit, as a supplement separate to the bid form, clarifications to bidder s scope of work with the stipulation that bidder acknowledges all terms, conditions and bid instructions listed in this Instructions to Bidders take precedence. Bidders are required to submit Lump Sum bids on the Work and if requested, any prescribed Alternates & Unit Prices. 3. BID DATE: Tuesday March 19, 2019 until 2:00 PM. Bid Submission: faxed and/or e-mailed bids will be received by the CM/GC, Chambers Construction Co., Construction Manager/General Contractor (CCB #114258), for MISSION ST SE on March 19, 2019 until 2:00 p.m. local time at Chambers Construction Office, 3028 Judkins Rd #1, Eugene, Oregon, 97403, e-mail: pduerr@chambers-gc.com Tel (541) 687-9445, Fax (541) 687-9451. Mission St SE Instructions & Special Provisions 00 0120-1

SECTION 00 0120 00 0120-2 Delivery of Bids shall be conducted in accordance with 00 0116 Invitation to Bid. Bidders bear the responsibility to insure their Bid arrives prior to the Bid closing time. Label clearly on Bid the Project Name. 4. PRE-BID CONFERENCE: Not Required 5. CONTRACT INFORMATION The Subcontract Agreement will be awarded on a standard Chambers Construction Subcontract Agreement form for any work requiring labor at the jobsite. Purchase Orders will be awarded on a standard Chambers Construction Purchase Order Agreement form only for the supply of materials. Copies of these forms are included in the Project Manual. Any proposed modifications are to be included with the bid. Chambers Construction may reject any bid that includes unacceptable modifications to the Subcontract Agreement. 6 REQUEST FOR CLARIFICATION & DISCREPANCIES Regarding Technical Questions - Should a bidder have a Request for Clarification or find discrepancies, ambiguities, or omissions in the request for bid package relating to the technical requirements, or should a bidder be in doubt as to their meaning, bidder should contact the Engineer: KPFF Consulting Engineers, Anna Backus, P.E., 1201 Oak Street, Ste 100, Eugene, OR 97401. Ph (541) 684-4902, Fax (541) 684-4909 or e-mail at: Anna.Backus@kpff.com Regarding Administrative Questions - Should a bidder have a Request for Clarification or find discrepancies, ambiguities, or omissions in the request for bid package relating to administrative requirements, or should a bidder be in doubt as to their meaning, bidder should contact the CM/GC: Chambers Construction, attn.: Pat Duerr, at (541) 687-9445, fax (541) 687-9451 or e-mail at: pduerr@chambers-gc.com Under no circumstances shall the Owner be contacted by any bidder. 7 PLAN CENTERS: The Bid Documents may be viewed at the following plan centers Eugene Builder's Exchange, 2460 W. 11th, Eugene, OR 97402 PH (541) 484-5331 FX (541) 484-5884 Daily Journal of Commerce, 921 SW Washington St., Ste 210, Portland, OR 97205 PH (503) 274-0624 FX (503) 274-2616 Douglas Plan Center, 3076 NE Diamond Lake Blvd, Roseburg, OR 97470 PH (541) 440-9030 FX (541) 440-8937 Contractor Plan Center, 5438 SE International Way, Milwaukie, OR 97222 PH (503) 650-0148 FX (503) 650-8273 Salem Contractor's Exchange, 2256 Judson Street SE, Salem, OR 97309 PH (503) 362-7957 FX (503) 362-1651 Mission St SE Instructions & Special Provisions 00 0120-2

SECTION 00 0120 00 0120-3 McGraw Hill Construction, 3461 NW Yeon Avenue, Portland, OR 97210 PH (253) 922-7172 Premier Builders Exchange, 1902 NE 4 th Street, Bend, OR 97701 PH (541) 389-0123 FX (541) 389-1549 Willamette Valley Bid Center, 32054 Old Hwy 34, Tangent, OR 97389 PH (651) 928-5159 FX (541) 928-0865 Bidding Documents may also be examined at: Chambers Construction Office, 3028 Judkins Rd #1, Eugene, Oregon 97403. PH (541) 687-9445 FX (541) 687-9451 Chambers Website: https://planroom.chambersconstruction.com/ 8 CONTACT FOR INFORMATION: (also see paragraph 6) Pat Duerr Chambers Construction Co. 3028 Judkins Road Eugene, OR 97403 Telephone: (541) 868-8508 Fax: (541) 687-9451 E-mail: pduerr@chambers-gc.com 9 STATE OF OREGON / DEVELOPER AGREEMENT Information: The State of Oregon and Developer have entered into a Development Agreement. This agreement is referenced as Misc. Contracts and Agreements No. 32351. The Development Agreement is included in Section 01 141.01. The Subcontractor agrees to be bound to Contractor by the terms of the Development Agreement to the extent required to construct the improvements. All reference to and requirements of Contractor in the contract documents pertain to subcontractor as well. 10 INCOMPLETE PLANS: If the work in the documents defined is not complete or does not provide a fully functional system, include the cost for providing a complete and fully functional system. Bidder acknowledges they are providing a complete functional system which meets all installation code requirements under their base bid. Where no specific details are shown, Subcontractor shall include construction costs to conform to similar work as detailed elsewhere on the project. 11 DOCUMENT CONFLICTS: Subcontractor shall include cost to cover the most expensive construction method where conflicts occur in the documents. 12 COMPLETE DOCUMENT USE: Subcontractors shall base their bid, and if subsequently awarded a contract, on a complete set of contracts documents. A bid may be subject to rejection if noted Mission St SE Instructions & Special Provisions 00 0120-3

SECTION 00 0120 00 0120-4 to have been based on partial information. All subcontractors that receive a subsequently awarded contract shall construct the work utilizing complete sets of contract documents. 13 Not required. 14 ADDENDA: Addenda will be posted to plan centers listed above. Bidders shall acknowledge receipt of any addenda prior to submitting a bid by identifying the addenda number in the space provided on the bid form. The last date for any addenda to be issued is anticipated to be March 14, 2019. Only those clarifications issued as Addenda by in writing shall be valid and become part of the Contract Documents. 15 SUBSTITUTIONS: Substitution requests must be received by KPFF Consulting Engineers for design team review no later than noon on March 12, 2018 and be submitted in accordance with specification sections 01 1600 of the Specifications. 16 BIDDER CLARIFICATIONS / EXCLUSIONS: In the event the Bidder excludes or clarifies an item of work that was included as part of their scope of work described in the Specifications (including Sections 00 and 01) or any other bidding document, the Bidder agrees to accept Chambers Construction s evaluation of the cost of the missing or clarified item for the purpose of comparing bids. 17 VALUE ENGINNERING: None Accepted. 18 ACCEPTANCE OF BID (AWARD): It is the intent of the Contractor to award a subcontract to the qualified Bidder. The CM/GC shall have the right to waive informalities or irregularities in a Bid received and to accept the Bid which, in the CM/GC s judgment is in the Owner s best interest. The CM/GC and Owner shall have the right to accept Prescribed Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the lowest total cost to the Owner on the basis of the sum of the Base Bid and any or all Prescribed Alternates accepted. 19 DRUG & ALCOHOL POLICY: In an effort to provide a safe and healthy work place Chambers Construction has the following policies in force for their employees, Bidders shall have an established a drug and alcohol testing program for their employees:.1 A written employee drug-testing program,.2 Required drug testing for all new Subject Employees, or alternatively, requiring testing of Subject Employees every six months on a random selection basis,.3 Required testing of a Subject Employee when the Contractor has reasonable cause to believe the Subject Employee is under the influence of drugs, and.4 Required testing of a Subject Employee when the Subject Employee is involved in: (I) an incident causing an injury requiring treatment by a physician, or (ii) an incident resulting in Mission St SE Instructions & Special Provisions 00 0120-4

SECTION 00 0120 00 0120-5 damage to property or equipment. 20 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The subcontractor shall secure and maintain such public liability and property damage insurance as will protect the CM/GC and Owner from any and all claims from damage or personal injury including death, which may arise from operations under this Contract or in connection therewith, including all operations of subtier subcontractors. Such insurance shall provide coverage for not less than the following as allowed by the CM/GC: Employers Liability Insurance: Minimum limits of $1,500,000 each incident, $1,500,000 policy limit, and $1,500,000 per each employee. Commercial Liability Insurance: Minimum limits of $2,000,000 for each occurrence and $2,000,000 in the aggregate for all claims arising from a single occurrence, on a per project basis. Automobile Liability: Minimum limits of $2,000,000. Limits of insurance as required above may be satisfied by a single policy or in combination with an excess liability or umbrella policy Additional Insured parties: Chambers Construction and Mission XYZ, LLC and State and City must be named as additional insured on the Certificate of Liability Insurance. 21 WORKERS COMPENSATION INSURANCE: Statutory Oregon Coverage must be provided. Insurance shall be issued by company or companies acceptable to CM/GC on forms acceptable to CM/GC. 22 CERTIFIED PAYROLL: Required in accordance with Oregon BOLI PWR. 23 EQUAL OPPORTUNITY: The CM/GC and the CM/GC s subcontractors shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The CM/GC will take affirmative action to ensure that applicants are employed, and that employees are treated equally during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 24 JOBSITE CONDITIONS: Subcontractors who submit a bid shall certify that they have visited the jobsite and are completely familiar with the existing conditions, concurrently scheduled construction, access, staging and site limitations, and have made allowances for those conditions in their bid. 25 LABOR RATES: Prevailing Rate of Wage Oregon BOLI rate of pay is required on this project. Mission St SE Instructions & Special Provisions 00 0120-5

SECTION 00 0120 00 0120-6 26 COORDINATION OF THE WORK: Subcontractor will be responsible for coordinating their work with that of other trades. All field coordination requiring communications with representatives of other trades shall be through Chambers Construction. There will be a Mandatory Subcontractor Coordination meeting held weekly at the job site: Monday at 10:00 a.m. Each Subcontractor shall designate a qualified representative to attend. 27 SCHEDULE: Subcontractor shall provide submittals required by the contract documents in a timely manner such that materials and equipment will be delivered to the jobsite to meet the project schedule. Bidders shall commence the work in April 2019 and complete the work in July 2019. Bidder shall furnish a detailed construction schedule as part of the work. Bidders shall recognize that time is of the essence. 28 WARRANTIES AND GUARANTIES: Subcontractor shall fully warrant all work, at a minimum, for at least one (1) full year from Substantial Completion of the Project regardless of manufacturers or subcontractor/installers warranties. Individual specification sections may require longer warranty periods. Refer to specific specification sections for more detailed information. 29 LAYOUT: Subcontractor shall provide their own engineering layout as required for subcontract work. 30 HOISTING: Subcontractor shall provide their own off-loading, hoisting and rigging as required. 31 SCAFFOLDING, LIFTS: Subcontractor shall provide their own scaffolding, work platforms, boom lifts, etc. as required to complete the contracted scope of work within the confines of the building and site. 32 CLEAN UP/DEBRIS REMOVAL: Subcontractor shall include all cleanup costs, waste sorting costs, and deposit of wastes and recycling for materials associated with subcontractor s scope of work. Subcontractor performing shall be responsible for their own hauling, dumpster, and all other costs related to debris removal. Subcontractor shall be responsible for their own operations and subsequent dust control and daily clean up. 33 REPROGRAPHICS: Subcontractor shall be required to pay for the cost of reproduction for all plans and specifications required by subcontractor for performance of the work. Subcontractor shall bid and perform the work (if awarded a contract) from complete sets of plans and specifications including posting any addendums within the construction documents. 34 WORK SEQUENCE: It is agreed that continuous operations are not anticipated, and work must Mission St SE Instructions & Special Provisions 00 0120-6

SECTION 00 0120 00 0120-7 be sequenced to expedite work of other trades as directed by Chambers Construction. 35 All change proposals including material invoices and quotations must be itemized and provide sufficient detail for analysis of fee and all costs for material, labor, payroll taxes, equipment, and subcontractors. It is agreed that a not-to-exceed 10% maximum overhead and profit will be added to the justified costs as detailed and substantiated in change analysis by the subcontractor performing the actual work. Subcontractors of all higher tiers shall be permitted 5% maximum overhead and profit for changes. When both additions and credits are involved in any one change, the allowance for overhead and profit shall be figured on the basis of the net increase, if any. This markup shall be full and final compensation for home office overhead, field overhead, profit, time extensions, extended general conditions, labor inefficiencies, any and all costs associated with the change due to the effect of multiple changes. All sub-tier contractors are required to provide the same documentation. Non-Compensable Changes: Certain changes are considered part of the Work and are not compensable to the Subcontractor, such as, but not limited to: a) Subcontractor error or omission. b) Omitted detail that is reasonably inferable as incidental to the work. c) Omitted detail that is customarily performed in such work. d) Work required to be performed by code even though not detailed on the drawings. e) Interferences between the work of various subcontractors. f) Quality of a component of the work not in keeping with the specifications. g) Warranty repairs. h) Mistakes in layout and/or measuring by Subcontractor. 36 DAILY REPORTS: Subcontractor shall provide, on a daily basis during on-site activities, a written report identifying, at a minimum, the following information: Subcontractor s crew size and makeup, work performed, delays or disruptions, injuries or accidents, safety observations, and tests performed. Subcontractors must use the Daily Construction Report included in Chambers Construction Subcontract. 37 INSPECTIONS AND TESTING: Subcontractor shall coordinate and request all necessary inspections and testing for their work with the Owner s Testing Laboratory and any other jurisdictional authorities related to their work. Owner shall pay for testing and inspection cost. 38 PERMITS, LICENCES AND FEES: Owner shall pay only for the general Building Permit cost and related plan check fees and systems development charges (SDC). Subcontractor shall obtain and pay for all other permits, licenses, fees, required to perform their scope of work. 39 PARKING/STORAGE: Subcontractor shall be responsible to secure parking and storage areas necessary for timely prosecution of the work. It is understood access to the construction site is limited and deliveries for staging / laydown area is limited. Mission St SE Instructions & Special Provisions 00 0120-7

SECTION 00 0120 00 0120-8 40 Subcontractor and supplier invoicing shall be through Textura, an internet-based invoicing and payment system. One-time fee paid by subcontractor/supplier are as follows: 0.18% of contract value o Minimum - $50 o Maximum - $2,500 END OF SECTION This page intentionally left blank Mission St SE Instructions & Special Provisions 00 0120-8