CARPENTRY SERVICE CONTRACT TO Salisbury University B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS

Similar documents
Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices

EJCDC Contract Documents for America s Infrastructure Buy online at

ADVERTISEMENT FOR BIDS

January 22, Table of Contents

Both envelopes must have the following information in the lower left hand corner:

A , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

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

ADVERTISEMENT FOR BIDS

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

ATTACHMENT D SCOPE OF SERVICES

Document B252TM 2007

Job Order Contracting (JOC) ITB JE Overview August 2016

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

Architectural Services

Appendix A WORK PROCESS SCHEDULE AND RELATED INSTRUCTION OUTLINE

Scope of Work Bid Package C-4 - West Polished Concrete

Information for Contractors Regarding Public Works Projects

Construction Family of Documents

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017

LEVEL I PREQUALIFICATION DOCUMENTS

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Main Building Auditorium

CONTRACT / CONSTRUCTION REQUIREMENTS FOR PUBLIC SCHOOLS PROJECTS. August 2005

INVITATION FOR BID TERMS AND CONDITIONS:

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

Construction Summary

DOCUMENT BID FORM - STIPULATED SUM

Information for Contractors Regarding Public Works Projects

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

UNDP Procurement. UNDP Angola Procurement

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Procurement Policies and Procedures

STATE OF MARYLAND 12/13/2013 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

INVITATION TO BID. John Eager Howard Elementary School Secondary Telecom Package 16B Linden Ave Abingdon, MD 21009

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

INVITATION FOR BIDS GROUNDS MAINTENANCE

INVITATION TO BID CITY OF HOPKINSVILLE

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

SCHOOL EQUIPMENT PRODUCTION UNIT

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.

SPECIFICATIONS PART 1

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

City of Jacksonville Finance Department

Commonwealth of Virginia

FEMA PA Match Training

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

Request for Proposal Robstown Independent School District ERate

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

BID AND PURCHASING LAWS/BEST PRACTICES

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

REQUEST FOR PROPOSAL TOWN OF MIDDLESEX, NEW YORK WATER SYSTEM IMPROVEMENTS PROJECT

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Hong Kong Science and Technology Parks Corporation

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

Construction Contract Basics

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

Request For Proposal Of Printing and Design Services. Marketing Department

SECTION NETWORK ANALYSIS SCHEDULES (NCA)

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

AP 515 PURCHASING. Administrative Procedures Manual AP Purchasing

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

UNC Chapel Hill Informal Contracting Guidelines

Construction Manager as Constructor (CMc) Manual

You Passed Your Bond Now What? a Part 3: Multi-Prime and Design-Build Project Delivery Methods and Project Labor Agreements

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

The documents in the A-Series relate to various forms of agreement between an owner and a contractor.

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

School Risk Assessment

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

Invitation to Negotiate

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

Estimating and Scheduling

Prevailing Wage Frequently Asked Questions

House Doctor Consulting Services Application Package

REQUEST FOR PROPOSAL

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

St. Charles City County Library District - Foundation Invitation for bid Donor Recognition Project

Department of Public Works Division of Engineering. Nassau County, New York

Project phases II. Tendering-constructionoperation

REQUEST FOR PROPOSALS ENERGY AUDIT GASTONIA HOUSING AUTHORITY MARCH 23, 2009

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

Transcription:

CARPENTRY SERVICE CONTRACT 10-04 TO 9-09 Salisbury University SECTION III SPECIFICATIONS A. DIVISION 1 - GENERAL CONDITIONS 1. General B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS 1. Qualifications 2. Communication 3. Asbestos 4. Application for Payment 5. Facilities C. DIVISION 3 - DETAILED SPECIFICATIONS 1. Scope of Work 2. Detail of Work 3. Term of Contract 1

DIVISION 1 - GENERAL CONDITIONS 1. GENERAL: a. The State of Maryland, Salisbury University, General Conditions of the Contract between the Owner and Contractor, current issue, and hereby made a part of these documents. They are available for review at either the Procurement Office at Business and Financial Services or the Procurement Office at the Support Services Building, Salisbury University, 1101 Camden Avenue, Salisbury, Maryland 21801. 1. QUALIFICATIONS DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS a. Recommendation for award of this contract will be contingent upon the Contractor meeting the following qualifications: 1. The Contractor selected must be a certified Maryland Licensed Contractor. Contractor shall have been currently licensed for at least three (3) years. The successful bidder will be required to provide his original license to the Procurement Officer before the Contract is started. 2. The University may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work; the Bidder shall furnish to the University all such data and information as requested by the University. The University shall be the sole judge of the competency of Bidders to carry out the Contract. The University s decision shall be final. 3. Provide at bid opening the following: a. Copy of the company s business license. b. A statement of how long the company has been in business under the same name that appears on the business license. c. A list of three (3) different references of carpentry renovations, constructions, or projects of similar size and scope. d. A list of all employees that are carpenters or other trades. List is to include name of employee, trade, years of experience, years employed by the company, and any certification acquired. 2

e. Provide a clear, concise statement on company letterhead stating that all workmen employed on projects under this contract will come from employees of record and not from a subcontracting source. 4. Responders to this bid offer who fit the designation of General Contractor are hereby notified that in consideration of University time constraints, conflicting work schedules between responders and the University, and for ease of daily communications management, Salisbury University will accept no sub-contractors for work projects assigned under this bid. General Contractors who can accomplish work assigned under this bid from within regular company employees of record at the time of the issue of the Contract from this bid notice are encouraged to respond. Those who may have to sub-contract all or part of any future assigned projects need not apply. All individual contractors who do not function as General Contractors are encouraged to respond to this bid request. This invitation is applicable for the Carpentry Trade only. All responders to this bid must provide a clear concise statement on company letterhead stating that all workmen employed on projects under this contract will come from employees of record and not from a sub-contracting source. 5. In consideration of the volume of work available within the general population at certain times of the year which may cause severe scheduling conflicts for all concerned, it is the intent of the University to offer work under this bid to the top three (3) responders in order of lowest to highest hourly wage submitted. The University has determined that responsiveness in the execution of some of the tasks envisioned under this contract is of paramount importance and must be given prime consideration in the establishment of this contract. Additionally, responders must be able to guarantee the ability to handle multiple tasking simultaneously without the need for additional time to look for and engage additional resources from outside their organization when tasked past their limit of capability. To eliminate this problem of over tasking the University reserves the right to employ multiple contractors of the same trade or licensed tradesmen and to issue multiple contracts in response to this bid. The University will not entertain bids from General Contractors with intent to sub-contract. All Contracting will be conducted by the University. The University will, of course, select the Contractor submitting the lowest hourly wage rates as the primary Contractor and task them initially for all work assigned under this bid. It is the intent of the University to select the 2 nd and 3 rd lowest bids submitted as back up contractors for work under this bid and offer to them any work not able to be handled by the prime contractor due to over tasking. This work will be offered to the 2 nd lowest contractor record and in the event that he is unavailable then it will be offered to the 3 rd lowest contractor of record. The 2 nd and 3 rd ranking will be determined as a result of the initial bid process and be determined by the hourly wage rates submitted. The contractors will be granted only one PASS of work offered under this bid. 6. The Contractor awarded this bid must not sub-contract for the tradesmen indicated for this bid (i.e., carpenter, plumber & HVAC mechanic or electrician). However, if after becoming involved in a project for the University it is found by the contractor that they cannot do part of the job due to it being out of their trade skill, then a sub-contractor may be 3

called only after approval from the University. At this time it will be the contractor s responsibility to arrange for a sub-contractor and pay that sub-contractor for the job. 2. COMMUNICATION a. The contractor is required to maintain on site at all times when work is in progress on this project, an individual who represents the Contractor, is responsible for the entire project, and can communicate in English with the State representatives. 3. ASBESTOS a. If at any time during the performance of the work required by the Contract, the Contractor finds or has reason to suspect the presence of asbestos in the work area, he shall immediately notify the University representative in writing setting forth his observation, suspicions and requesting instructions. At the same time, the Contractor shall withdraw all his personnel from the potentially contaminated area. 4. APPLICATION FOR PAYMENT a. The Contractor shall submit monthly, or as agreed upon with the University, an application for payment submitted on University provided forms. Provide original and five copies. 5. FACILITIES a. The Contractor is not to use campus lounges for lunches or for breaks. 1. SCOPE OF WORK DIVISION 3 - DETAILED SPECIFICATIONS a. Contractor is to provide an hourly rate for a carpenter and a laborer. To be experienced in all aspects of carpentry to provide carpentry support on a campus wide as needed basis, i.e., door and window installation, framing, walls, ceilings, drywall installation, drywall finishing, cabinet and counter top installations, VCT floor tiles, etc. 2. DETAIL OF WORK a. The Contractor is to be available on a 48-hour notice to support carpentry operations as determined by the campus need. The Contractor will also provide emergency service calls as necessary. The contract will begin on 10-15-04 and terminate on 9-30-05 or until the sum of $150,000 per year has been depleted, whichever occurs first. The contract will also include the provision for four (4) one year extensions of the contract at the sole discretion of the University beginning October 1, 2005 and running until September 30, 2009. Price increase for each additional year, if any, for years 2005 thru 2009 (October 1, 2005 thru September 30, 2006; October 1, 2006 thru September 30, 2007; October 1, 2007 thru September 30, 2008; and 4

October 1, 2008 thru September 30, 2009) is not to exceed the percentage increase of the United States Department of Labor Consumer Price Index for the preceding year. The Contractor will advise the Owner by June 30 the total compensation required for next years service period October 1 to September 30 and for each successive year thereafter throughout the length of the contract, i.e., through September 30, 2009. b. The Contractor may be required to report to the Physical Plant Facility Building to use the time clock while performing work on campus. This will be determined by the Director of Physical Plant. c. The list of materials applicable to the various projects should be purchased through the University Procurement Officer, Elaine Allnutt, Support Services. Coordinate material list with representative of Physical Plant Department. d. Contractor is to install such items in accordance with codes and standards set by the industry using tools, rigging (less scaffolding), equipment, etc., to be provided by the Contractor. e. The Contractor will be responsible to provide all tools for the execution and completion of the contract. The University will not be responsible to repair, replace, or provide any tools in the execution or completion of this contract. f. Based upon the scope of work and completion schedule it may be necessary for the contractor to provide more than one person for each of the trade classifications listed. 3. TERM OF CONTRACT a. The term of this contract will begin on October 15, 2004 and will terminate on September 30, 2005 and will include the provision for four (4) one year extensions of the contract at the sole discretion of the University beginning October 1, 2005 and running until September 30, 2009. b. The Owner or state representative reserves the right to terminate this contract at the end of any contractual year (September 30) if monies have not been made available through budgeted funds for additional work by giving thirty (30) days written notice prior to September 30 in any year. c. Due to planned renovations, replacements and new construction, the timing and extent of which has not yet been determined, the University reserves the right to terminate this contract by giving 30 days written notice at such time the University determines the contract is 5

no longer adequately responsive to the maintenance needs being generated by such renovations, replacements and/or new construction. Preliminary to such a termination would include an opportunity for the contractor and the University to negotiate such changes to the existing contract that would be acceptable to both parties. END OF SECTION 6