GENERAL DEMOLITION CONTRACTOR REQUIREMENTS FOR. [Date[ Bids Due 4:00 p.m.,, 20

Similar documents
Company Name: Address: Date: OFFICAL SIGNATURE PRINT

HOUSTON HOUSING AUTHORITY SECTION 3 REQUIREMENTS & COMMITMENT

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

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

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

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

COLORADO DEPARTMENT OF LOCAL AFFAIRS (DOLA) SECTION 3 PLAN (1/5/16) IS ATTACHED HERETO AND INCORPORATED HEREIN BY REFERENCE

June 11, To: Prospective Bidders,

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Town of Islip Housing Authority Bid Specifications Waste removal

November 16 th, 2015

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Request for Quote Date: March 29, 2018

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

Request for Proposals Parking Lot Services

STATEMENT OF BIDDER'S QUALIFICATIONS

CONSTRUCTION AGREEMENT

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

GENERAL INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

DO YOU USE THIS PACKAGE?

Request for Proposals Lawn Maintenance Services

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

Section 3 Participation Plan

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

S-VAC VACANCY REHABILITATION CONTRACTOR SERVICES FOR THE WATERBURY HOUSING AUTHORITY PRE-APPROVAL APPLICATION GENERAL INFORMATION

INSTRUCTIONS TO BIDDERS

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

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Franklin Redevelopment and Housing Authority

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

INSTRUCTIONS TO BIDDERS

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

LEGAL SERVICES EMPLOYMENT/LABOR LAW

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

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

REQUEST FOR PROPOSALS

AGENCY-WIDE LAWN MAINTENANCE

INVITATION TO BID (ITB)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

Multiple Structure Asbestos Abatement and Demolition Project

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

General Contract Conditions for Small Construction/Development Contracts

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

REQUEST FOR BIDS MINOR REPAIRS

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

REQUEST FOR BIDS MINOR REPAIRS

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

REQUEST FOR BIDS RENOVATION

St. George CCSD #258

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

GENERAL INSTRUCTIONS TO BIDDERS

CITY OF GREENVILLE Danish Festival City

WINDOW WASHING

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

Cherokee Nation

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

Request for Proposals (RFP)

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Municipal Small Cities Housing Rehabilitation Program CONTRACTOR ORIENTATION

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

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

REQUEST FOR BIDS MODERNIZATION

SAN DIEGO CONVENTION CENTER CORPORATION

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSAL

Real Estate Services For Neighborhood Stabilization Program 3

M E M O R A N D U M. March 13, 2019

INVITATION TO BID. Demolition of Commercial Building 706 Washburn Switch Road, Shelby, NC N W

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

Transcription:

Form XIII-11 GENERAL DEMOLITION CONTRACTOR REQUIREMENTS FOR [Date[ Bids Due 4:00 p.m.,, 20 Please note special reporting requirement for all properties labeled NSP2 (see p. 5)

INSTRUCTIONS TO BIDDERS (PROJECT SUMMARY) COUNTY LAND REUTILIZATION CORPORATION DEMOLITION OF CCLRC OWNED PROPERTY PROJECT SUMMARY: The CLRC is seeking proposals to perform the demolition and removal of CLRC-owned structures and/or with any accessory structures. Attached to this document are Exhibit B Demolition Specifications for each dwelling. A. EXAMINATION OF SPECIFICATIONS AND SITE Before submitting each bid, each bidder shall carefully read the specifications and all other contract documents and visit the site(s) of the work. Each bidder shall fully inform himself prior to bidding as to all existing conditions and limitations under which the work is to be performed and shall include in the bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents. No allowance will be made to any bidder because of lack of such examination or knowledge. The submission of each bid shall be construed as conclusive evidence that the bidder has made such examination. B. PROPOSALS Each individual proposal shall be submitted in duplicate on the forms included in this package. Proposals shall be enclosed in a sealed opaque envelope and identified with the name of the bidder and the name of the project. Where a bidder is a corporation, proposals must be signed with the legal name of the State of Ohio incorporation and the legal signature of the officer authorized to bind the corporation to a contract. C. BID DEPOSIT AND BOND A bid deposit, specifying the address of the project, submitted with the bid, in the form of: 1) a certified check drawn on a solvent U.S. bank, 2) a bid bond in an amount equal to ten (10%) percent of the contract amount in such form as approved by the Controller. Note: a performance bond may be required by the CLRC. This check will be returned if contract is not awarded to bidding contractor. In the event the winning bidder does not perform the work, the check will be cashed by CLRC. D. WITHDRAWAL OF BIDS Any bidder may withdraw his bid, either personally or by written request, at any time prior to the opening of bids. All bids shall be held open for acceptance by the CLRC for a period of thirty (30) days after the date set for the opening thereof.

E. BIDS Contractor shall submit a proposal for the work stipulated in the Form of Proposal for the work they only are qualified to perform, through previous experience and having responsible management. No oral, telephone or facsimile bids will be accepted or considered by CLRC, unless otherwise solicited in the bid documents. F. AWARD OR REJECTION OF BIDS The CLRC reserves the right to accept or reject any or all bids and to accept the bid that the CLRC in its judgment deems the lowest and best bid. G. EXECUTION OF AGREEMENT AND INSURANCE The bidder, to whom the contact is awarded by the CLRC, shall within ten (10) days after notice of award and receipt of agreement forms from the CLRC, sign and deliver to CLRC all required copies of the agreement. The contractor shall have in full force and effect during the performance of this contract, public liability insurance and in the case of subcontractors, carry a current Workmen s Compensation Certificate. At or prior to the delivery of signed agreement, the contractor shall deliver to CLRC all applicable bonds and policies of insurance or insurance certificates as required by contract documents. All bonds and policies or certificates of insurance shall be in such form as approved by the CLRC before the successful bidder may proceed with the work. H. INTERPRETATION OF CONTRACT DOCUMENTS PRIOR TO BIDDING If any person contemplating submitting a bid for the construction of the work is in doubt as to the true meaning of any part of the contract documents or finds discrepancies in or omissions from any part of the contract documents, he may submit to CLRC a written request for an interpretation or correction thereof not later than seven (7) days before the bids are to be opened. Address all communications regarding this work to CLRC, c/o at yourname@yourclrc.org. Any interpretation or correction of the contract documents will be made only by addendum and will be mailed or delivered to each bidder of record or published on the CLRC website. The CLRC office will not be responsible for any oral explanations or interpretations of the contract documents. I. PROPOSAL DATE AND DELIVERY

Each individual bid shall be made in duplicate and shall be addressed to County Land Reutilization Corporation,, OH 44. Proposal shall be enclosed in a sealed envelope marked: DEMOLITION SPECIFICATIONS FOR COUNTY LAND REUTILIZATION CORPORATION, and bear the name of the bidder. Proposals are due to the CLRC no later than 2:00 p.m.,, 20

GENERAL STANDARDS A. General Provisions 1. The contractor shall comply with all laws, ordinances, regulations and rules promulgated by the jurisdiction in which work is to be performed (e.g. in Cleveland Heights you must follow all the rules relative to performing demolition in Cleveland Heights). 2. The contractor will comply with all statutory provisions and regulations with reference to the performance of the work, and establishing a contained and secure site during installation, and particularly agrees that he will place proper site restraints during periods of non-construction. 3. The contractor shall secure and have in full force and effect during the performance of this contract, public liability insurance and a current Workmen s Compensation Certificate, (as applicable in the case of sub contractor.) 4. The contractor shall/ x shall not secure and submit with the contract a one hundred (100%) percent Performance Bond in the form included in this document. Performance bonds will be required at the discretion of CLRC. 5. All work under this contract is subject to inspection and acceptance by the CLRC as to compliance with the specifications and any non-complying work or imperfect work and/or materials that is discovered before final acceptance shall be corrected or replaced immediately on demand of the CLRC staff, notwithstanding it may have been overlooked by an interim inspector. 2. Stone shale is not an acceptable backfill material. 7. The contractor shall provide a finished site that is level and free of debris, including along lot lines. The contractor shall seed the site with slow growing grass at a rate of 6 lb. per 1000 sq.ft. and provide a cover of straw. The contractor is responsible for insuring that grass is growing on the site and that the site is sufficiently level and debris-free so that the site may be safely mowed. For winter projects, the contractor is responsible for returning to the site when conditions allow and providing the above described site finish. A ten percent (10%) retainage will be held until site finish is completed. d right side of the demolition site, in writing, that demolition is scheduled on the relevant date, before commencement of the work. B. Insurance Required A. Insurance requirements for demolition contracts are as follows with the CCLRC named as an additional insured: 1. Bodily Injury Each Occurrence

Aggregate 2. Accidental Death Each Occurrence Aggregate 3. Property Damage Each Occurrence Aggregate 4. As further required in the demolition contract (see attached Exhibit B). C. Section 3 Requirements (where applicable as required by appropriate funding sources) 1. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u ( Section 3 ). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greatest extent feasible be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. 3. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers representative of the contractor's commitments under this Section 3 Clause and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The contractor agrees to include this Section 3 Clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause. Upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135, the contractor will not subcontract with any subcontractor where the contractor has notice of knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135.

5. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed were not filled to circumvent the contractor's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contractor for default, and debarment or suspension from future HUD assisted contracts. D. Section 1512 Reporting Requirements (applicable to all NSP2 projects and where applicable as required by funding source) : 1. Section 1512 of the American Reinvestment and Recovery Act (ARRA, or the Recovery Act) requires recipients and sub-recipients to report on the nature of projects undertaken with Recovery Act funds, and the numbers of jobs created and retained. 2. Contractors to the CLRC being paid with Recovery Act funds must report this information to CLRC at the time of submission of invoices for work performed. CLRC would like to only have one representative from each organization submit reports directly to us. The required reporting form is available electronically on the CLRC s website: www.yourlandbank.org The required sections to be filled out are: a. Section 1: Organization Information (all data cells) b. Section 2: Employee Information (only the first 3 columns) c. Signature and Date lines at bottom of form. 3. Contractors must keep certified payroll documents on file for one year for the affected projects as these may be occasionally requested as part of routine monitoring and compliance reviews.