SECTION PAYMENT PROCEDURES

Similar documents
Project Manual Index of Specifications Shenandoah Schools Concession Building

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS

ADDENDUM 2 - JULY 14, 2015

APPLICATION AND CERTIFICATE FOR PAYMENT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington

Illinois State University Softballl Dugout Replacement Normal, Illinois

PROJECT MANUAL POINT BLANK RANGE & GUN SHOP. 600 Corporate way Knoxville, TN. Bid/Permit Set

Project Manual. Unitarian Universalist Congregation of Princeton 50 Cherry Hill Road Princeton, New Jersey Lot: 11 Block: 5201

TABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages

TRUMAN STATE UNIVERSITY SITE IMPROVEMENTS, KIRK BLDG, MISSOURI HALL & STUDENT REC CENTER LTD RENOVATIONS

DeKalb County Library Dunwoody Library Staff Area Renovation

TOWNES + architects, P.A.

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015

SPECIFICATIONS. September 27, 2016 Bid Set

Division 00 Procurement and Contracting Requirements

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT PROJECT MANUAL. Commonwealth Architects

TRUMAN STATE UNIVERSITY BALDWIN HALL, PERSHING BLDG AND VIOLETTE HALL ROOFING & EXT. RENOV.

PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia PROJECT MANUAL BID SET April 4, 2018

PAULDING COLLEGE & CAREER ACADEMY

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109

George Washington Middle School - HVAC Replacement 100% Construction Documents May 7, 2018 TABLE OF CONTENTS

ADDENDUM NO. 1. TO: PLANS AND SPECIFICATIONS FOR MSLPC & SLPRC-Security Fixtures and Hardware

SPECIFICATIONS May 25, Ellicott Station Redevelopment Brewery Building - 40 Ellicott Street Ellicott Street Batavia, New York United States

Willow Oak Veterinary Hospital

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

SPECIFICATIONS. Permit Set RICHMOND CITY HALL: SUITE 110 RENOVATIONS. City of Richmond, Virginia Architect s Project No

VAE VIEW ELEMENTARY WINDOW REPLACEMENT West 1600 North Layton, UT Specifications. Construction Documents

RANDOLPH COMMUNITY CENTER GYMNASIUM FLOOR REPLACEMENT

RICHMOND PUBLIC SCHOOLS

INVITATION TO TENDER ITT No. PS RODDAN LODGE CONSTRUCTION ADDENDUM NO. 16

University Apartments on Brooklyn PROJECT MANUAL

Schedule of Values Cruise Terminal 2 Expansion

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6

Watercrest - Sand Hill - Columbia, SC TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS

NMSU Carlsbad Campus Main Building and Computer Building DDC Control Upgrade. Project Manual Technical Specifications Review Submittal May 12, 2017

Facility Expansion/Renovation for: CLEVELAND EYE & LASER SURGERY CENTER Fairview Corporate Center Fairview Park, Ohio DSCA Project No.: 11.

Prequalification Form

G , Request for Proposal Land Survey

PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

THE FORUM ROME, GEORGIA FOR FLOYD COUNTY PROJECT MANUAL (BALLROOM AND CONCESSIONS) Construction Documents

1) Unified School District No. 489 reserves the right to reject any or all bids and to waive any informalities in the bid procedure.

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

RICHMOND PUBLIC SCHOOLS

ADDENDUM 3 - JULY 24, 2015

TABLE OF CONTENTS Public Safety Building

G703 Continuation Sheet Minimum Schedule of Values Please use the breakdown listed below when submitting your billing for the project

SANTA FE STATION KDOT Grant No. 23 TE

AWT 9TH FLOOR IMPROVEMENTS CITY OF ANAHEIM, CALL CENTER CREDIT & BILLING DEPARTMENTS, ANAHEIM, CA TECHNICAL SPECIFICATIONS AUGUST 2, 2018

VOLUME 4 DIVISION SPECIFICATIONS

INVITATION FOR BIDS FOR

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

4.1.3 Project Manual

IBMF STATE OF GOOD REPAIR UPGRADES

AWT 2ND FLOOR IMPROVEMENTS CITY OF ANAHEIM, HOUSING AUTHORITY & WORKPLACE, ANAHEIM, CA TECHNICAL SPECIFICATIONS OCTOBER 24, 2017

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

ENTRY SECURITY MODIFICATIONS

Minneapolis Community and Technical College T-Building Floor 2 Student Affairs Cost Estimating Form Templates - Exhibit C

DOCUMENT B. 2. The low bidder shall submit this Expanded Subcontractors Listing to the Owner within 24 hours after the bid opening.

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

A. Remove Table of Contents and insert new attached Table of Contents.

TABLE OF CONTENTS. (Δ = Rev 06/08)

1ARCHITECTURE TABLE OF CONTENTS

***Specifications***

Baseball Performance Development Center A Prevailing Wage Project

Project Manual OVERLAND PARK BRANCH & ESIS RELOCATION. for

CSO / BSU NW2 NORTH RESIDENTIAL NEIGHBORHOOD PHASE #2 VOLUME 1 PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

TABLE OF CONTENTS. (Δ = Rev 11/15) Update #7

TABLE OF CONTENTS. (Δ = Rev 04/17) Update #8

PROJECT MANUAL. Phi Delta Theta Phase NW 13 th Street Corvallis, OR Varitone Architecture LLC

Plainview ISD High School Addition and Renovations 1501 Quincy Avenue Plainview, Texas

PROJECT MANUAL ISSUE FOR PERMIT 08 AUGUST 2018 Volume 1 of 1 Divisions 00 through 33 ASTERISK EVENT SPACE DENVER, COLORADO Path21 Project No.

DREW UNIVERSITY SPECIFICATIONS ARCHITECTURAL & M.E.P. HALL OF SCIENCES LABORATORY 129 AND 133 RENOVATION. 36 Madison Avenue Madison, New Jersey

ADDENDUM NO. 2 Consisting of 3 pages and Attachments

ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty...

ANTELOPE VALLEY COLLEGE PALMDALE AIRPORT TERMINAL REMODEL

Hard Rock Hotel and Casino - Tulsa Casino 3 and Suite Hotel Exterior Painting Bid Issue Issue Date: 18 March 2013 Project Number

PROJECT MANUAL & SPECIFICATIONS FOR GRACE LUTHERAN CURCH Newlin Gulch Boulevard Parker, Colorado, 80134

Project Manual. Beaverton School District Beaverton High School Gymnasium Improvement Beaverton, Oregon. Issue date: December 21st 2017

Subcontractor Pre-Qualification Statement Hunt / Moss, A Joint Venture

A. Project Identification: Wiggums Park Place Renovation. D. See Section Project Team List for additional information.

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION

ruby ridge terrace apartments

HOLLOWAY HALL AUDITORIUM RENOVATION

Chapter 6, Construction

SSM Project: Centennial School District Issued for Bid AC Unit Replacements 05/16/2014 Klinger and Log College Middle Schools

DESIGN & CONSTRUCTION GUIDELINES

AMENDMENT OF SOLICITATION

DALLAS-FORT WORTH INTERNATIONAL AIRPORT

DOCUMENT BID DOCUMENT

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR

OSNI PONCA OFFICE REMODEL

CHAPEL HILL TOWN HALL RENOVATIONS UPPER LEVEL, SOUTH CHAPEL HILL, NORTH CAROLINA

PROJECT MANUAL PROJECT LABOR AGREEMENT

Transcription:

SECTION 012900 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 01 Specifications Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Sections include the following: 1. Division 01 Section 012600 for administrative procedures for handling changes to the Contract. 2. Division 01 Section 013200 for administrative requirements governing preparation and submittal of Contractor s Construction Schedule and Submittal Schedule. 3. Division 00 Section 007000 University of North Texas System Uniform General Conditions and Supplementary General Conditions 2010, Amended. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor s Appli cation for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor s Construction Schedule 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules including the following: a. Application for Payment form with Continuation Sheets b. Submittal Schedule c. Contractor s Construction Schedule 2. Submit the Schedule of Values to Architect at earliest possible date but no later than seven calendar days before the date scheduled for submittal of initial Application for Payment. 3. Sub schedules: Where the Work is separated into phases requiring separately phased payments, provide sub-schedules indicating values correlated with each phase of payment. B. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location b. Name of Architect c. Architect s project number d. Contractor s name and address e. Date of submittal 2. Arrange schedule of values consistent with format of AIA Document G703 (see form instructions) 3. Draft Submittals: Submit in same format as final payment application 4. Arrange the Schedule of Values in tabular form with separate sections to indicate the following for each item listed: a. Related Specification Section or Division Project Name, Project Location 012900-1

b. Brief description of the Work c. Name of subcontractor d. Name of manufacturer or fabricator e. Name of supplier f. Change Orders (numbers) that affect value g. Dollar value 1) Percentage of the Contract Sum to nearest one-tenth percent adjusted to total 100 percent. 5. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Owner/Architect will review Contractor s Schedule of Values and approve upon receipt of sufficient detail as deemed satisfactory to Owner/Architect. 6. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 7. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored but not yet installed. a. Differentiate between items stored on-site and items stored off-site. Include evidence of insurance and storage in bonded warehousing for materials stored off-site. b. For major items provide separate line items for materials and labor. Major items include but not limited to: 1) Earthwork 2) Paving 3) Drilled Piers 4) Concrete beams and slab 5) Masonry 6) Steel 7) Architectural woodwork 8) Miscellaneous metals 9) Waterproofing 10) Roofing 11) Doors and frames 12) Storefront and entrances 13) Curtain wall system 14) Aluminum windows 15) Hardware 16) Gypsum board and metal studs 17) Acoustical panel ceilings 18) Resilient flooring 19) Resinous flooring 20) Carpet 21) Wall coverings 22) Painting 23) Toilet compartments 24) Signage 25) Lab casework 26) Equipment 27) Elevators 8. Provide separate line items in the Schedule of Values for initial cost of materials for each subsequent stage of completion and for total installed value of that part of the Work. 9. Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. Project Name, Project Location 012900-2

a. Temporary facilities and other major cost items that are not direct cost of actual work-in-place shall be shown as separate line items in the Schedule of Values as requested by Owner. 10. In addition to line item costs of Sections in Division 02 thru 39, furnish line item costs for each item of the following general administrative and procedural cost items. a. Bonds b. Insurance c. Mobilization d. Field Superintendence e. Temporary Facilities f. Trench Safety g. Clean-up and Disposal h. Project Close Out i. Final Cleaning j. Demobilization k. Overhead and General Conditions l. Contractor s Fee 11. Plumbing, HVAC, Electrical and Life Safety work shall be broken down in accordance with the following subcategories as a minimum: a. Fire Protection: 1) Service to Building 2) Rough-in (by floor) 3) Finish-out (by-floor) b. Plumbing: 1) Service to Building including water 2) Pumps, water heaters and other equipment 3) Domestic water rough-in (by floor) 4) Sanitary rough-in (by floor) 5) Top-out 6) Plumbing fixtures (by floor) 7) Trim (by Phase) c. Heating, Ventilating and Air Conditioning (HVAC): 1) Units 2) Controls 3) Ductwork and Rough-in (by floor) 4) Grills and Diffusers (by floor) d. Electrical: 1) Service to Building 2) Switch Gear 3) Conduit and Boxes (by floor) 4) Panels (by floor) 5) Wiring (by floor) 6) Fixtures (by floor) 7) Devices (by floor) 8) Trim (by floor) e. Fire Detection and Alarm: 1) Conduit and Boxes (by floor) 2) Panel 3) Wiring (by floor) 4) Devices (by floor) 12. Schedule Updating: Update and resubmit the Schedule of Values before the next Application for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. Project Name, Project Location 012900-3

1.5 APPLICATIONS FOR PAYMENT A. Mail all Applications for Payment to: University of North Texas System Facilities Planning and Construction 1155 Union Circle #311040 Denton, Texas 76203-5017 Hand Delivery to: University of North Texas System Facilities Planning and Construction 2204 West Prairie Street Facilities Administration Building Denton, Texas 76201 B. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion and Final Application for Payment involve additional requirements. C. Payment Application Times: The due date for each progress payment is the first day of each month. The period covered by each Application for Payment starts on the following day of the last date of the preceding period and ends fifteen (15) days before the date for each progress payment. D. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as the form for Application for Payment or substantially similar forms furnished by or acceptable to the Owner. E. Application Preparation: Complete every entry on form. Application to be Notarized by a Notary and executed by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and Contractor s Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Order issued before the last day of construction period covered by application. 3. Include supporting documentation including subcontractor and supplier invoices. F. Transmittal: Prepare one copy with original signatures and original notary of each Application for Payment by a method ensuring receipt within 24-hours. The copy shall include waivers of lien, schedule updates, contractor s executive summary and similar attachments. 1. Transmit each package with a transmittal form listing attachments and recording appropriate information about application including subcontractor supplemental documentation and required general conditions documents. G. Waivers of Mechanic s Lien: With each Application for Payment, submit waivers of mechanic s lien from subcontractors, sub-subcontractors and suppliers for construction period covered by the previous application. 1. Submit partial lien waivers on each item for amount requested in previous applications after deduction for retainage of each item. 2. When an application shows completion of an item submit final or full lien waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit lien waivers. 4. Submit final Application for Payment with, or proceeded by, final lien waivers from every entity involved with performance of the Work covered by the application that is lawfully entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms executed in a manner acceptable to Owner. H. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment. 1. Include the following: a. List of subcontractors b. Schedule of Values Project Name, Project Location 012900-4

c. Contractor s Construction Schedule (preliminary if not final) d. Products list e. Submittal Schedule (preliminary if not final) f. List of Contractor s staff assignments g. List of Contractor s principal consultants h. Initial progress report i. Report of preconstruction conference j. Certificates of insurance and insurance policies k. Performance and payment bonds l. Data needed to acquire Owner s insurance I. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. J. Final Payment Application: Submit Final Application for Payment within thirty (30) days of Substantial Completion along with releases and supporting documentation not previously submitted and accepted including, but not limited to, the following: 1. Evidence of completion of Project closeout requirements 2. Insurance certificate for products and completed operations where required and proof taxes, fees and similar obligations were paid 3. Updated final statement accounting for final changes to the Contract Sum 4. AIA Document G706, Contractor s Affidavit of Payment of Debts and Claims 5. AIA Document G706A, Contractor s Affidavit of Release of Liens 6. AIA Document G707, Consent of Surety to Final Payment 7. Evidence that claims have been settled K. Electronic Fund Transfer (EFT): Vendors are encouraged to utilize EFT for the distribution of all future payments. To sign up for EFT, complete the EFT Agreement (Supplier) at, http://bsc.untsystem.edu/sites/default/files/bsc_supplier_eft_form.pdf. Once established, all future payments will be made by EFT. When an EFT payment is made, an email will be sent to the email address you specify on the EFT agreement form. If you have any questions, please contact the Business Service Center at bsc@untsystem.edu or 940-369-5500. PART 2 PRODUCTS PART 3 EXECUTION (Not Used) (Not Used) END OF SECTION Project Name, Project Location 012900-5