CITY OF DECATUR. LMIG 2016 Milling, Pavement Repair and Street Resurfacing Project. Owner:

Size: px
Start display at page:

Download "CITY OF DECATUR. LMIG 2016 Milling, Pavement Repair and Street Resurfacing Project. Owner:"

Transcription

1 CITY OF DECATUR LMIG 2016 Milling, Pavement Repair and Street Resurfacing Project Owner: City of Decatur 509 North McDonough Street P. O. Box 220 Decatur, Georgia 30031

2 TABLE OF CONTENTS ITEM PAGE NUMBER Notice to Bidders NB-1 to NB-2 Instructions to Bidders IB-1 to IB-4 Proposal P-1 to P-5 List of Proposed Subcontractors LPS-1 to LPS-2 Non-Collusion Affidavit NC-1 to NC-2 Agreement (Sample Form) A-1 to A-3 Federal Work Authorization Program FWAP-1 to FWAP-9 General Conditions GC-1 to GC-11 Special General Conditions SGC-1 to SGC-4 Contract Specifications SP-1 TO SP-30 Street Location Map Exhibit A Appendix A (Standards & Details)

3 NOTICE TO BIDDERS NB-1

4 NOTICE TO BIDDERS The City of Decatur will receive sealed bids for the LMIG 2016 Milling, Pavement Repair and Street Resurfacing Project until 10:00 a.m. on Monday, August 1, 2016 in the City Commission room at Decatur City Hall, 509 North McDonough Street, Decatur, Georgia, at which time and place all bids will be publicly opened and read aloud. Prior to beginning construction the successful bidder will file with the City the required Bonds, Certificate of Insurance and other applicable documents as outlined in the General Conditions with the terms and surety to be approved by the City. The City reserves the right to reject any and all bids and to waive formalities in bidding. Bids are to be submitted on a proper form furnished by the City and shall be addressed to the City Manager, City Hall, 509 North McDonough Street, Decatur, Georgia, 30030, sealed, dated and enclosed in an envelope appropriately marked on the outside "Proposal for LMIG 2016 Milling, Pavement Repair and Street Resurfacing Project, marked with the name of the bidder and date and hour of opening, and mailed or delivered to reach the designated office on or before 10:00 a.m., on August 1, 2016 at which time they will be publicly opened and read aloud. A bid bond or certified check in an amount equal to not less than five percent (5%) of the amount of bid must accompany the bid. The following documents, at a minimum, are required to be submitted as part of the Contractor s bid package: Instructions to Bidders, completed with data required. Five (5) percent Bid Bond Bid for Construction form completed and executed List of Proposed Subcontractors Non-Collusion Affidavit of Prime Bidder Federal Work Authorization Program forms for Prime Contractor and all listed Subcontractors. Special General Conditions page SGC 1 to 2, with Compliance with Specifications Certification, Delivery/Completeness data, Experience, Certifications, Reference data, information and data on designated Project Superintendent and organizational chart. Specifications, construction plans and proposal forms may be secured from the office of the Design, Environment and Construction Division of the Public Works Department, 2635 Talley Street, Decatur, Georgia 30030, telephone There will not be a pre-bid meeting. Bids may be held by the City of Decatur for a period not-to-exceed thirty (30) days from the date of the opening of bids for the purpose of reviewing the bid and investigating the qualifications of bidder, prior to awarding of the contract. NB-2

5 INSTRUCTIONS TO BIDDERS IB-1

6 INSTRUCTIONS TO BIDDERS 1. EXAMINATION OF SITE AND CONTRACT DOCUMENTS (a) Bidders shall inform themselves of all conditions under which the work is to be performed, concerning the site of the work, the structure of the ground, the obstacles which may be encountered, whether shown in the Contract Specifications or not, and all other relevant matters concerning the work to be performed. A Contractor to whom a contract is awarded will not be allowed any extra compensation by reason of any such matters or things concerning which the Contractor did not inform himself (herself) prior to bidding. The successful Contractor must employ, as far as possible, such methods and means in the carrying out of this work as will not cause any interruption or interference with any other Contractors. (b) Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities listed in the proposal, and shall not, after submission of their proposal, dispute or complain of such estimate nor assert that there was any misunderstanding in regard to the nature or amount of work to be done. (c) Before submitting a proposal, each Bidder shall examine carefully the complete Contract Documents including but not limited to Notice to Bidders, Instructions to Bidders, General Conditions, Special General Conditions, the Form of Agreement and Bonds, Contract Specifications and all Exhibits and Addenda thereto, all of which contain provisions applicable not only to the successful bidder but also to any of his/her subcontractors. (d) Each bidder is expected to base his (her) bid on materials and equipment complying fully with the Contract Specifications, and in the event he (she) names or includes in his/her bid, materials or equipment which do not conform he (she) will, if awarded a contract, be responsible for furnishing materials and equipment which fully conform at no change in his (her) contract price. Bidder hereby certifies that, a (Name) duly qualified representative of (Firm Name) inspected all job locations on (Fill in Dates) IB-2

7 2. INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a bid on this project is in doubt as to the true meaning of any part of the Contract Specifications or other Sections of the Contract Documents, he (she) may submit to the Owner a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery, with such delivery being no later than 2 weeks prior to the bid opening date specified in the Notice to Bidders. Any interpretation of the Contract Documents including the Contract Specifications will be made only by addendum duly issued or delivered by the Owner to each person receiving a set of such documents. The Owner will not be responsible for any other explanations or interpretations of the Contract Documents including the Contract Specifications. 3. APPROXIMATE QUANTITIES On all items on which bids are to be received on a unit price basis the quantities stated in the Proposal will not be used in establishing final payment due the Contractor. The quantities stated on which unit prices are so invited, are approximate only, and each bidder shall make his own estimate from the Contract Specifications of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the Bidding Schedule set forth in the Proposal. Payment on the contract on unit price items will be based on the actual number of units installed on the completed work. 4. SIGNING OF PROPOSALS If the bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth together with the signatures of all the partners; and if bidder is an individual, his (her) signature shall be inscribed. If signature is by agent, other than an officer of a corporation or a member of a partnership, a power of attorney must be on file with the Owner prior to opening bids or submitting bids; otherwise, the bid may be disregarded as irregular and unauthorized. 5. BID SECURITY No proposal will be considered unless accompanied by a Bid Security as defined in the Notice to Bidders, as a guarantee that if the bid is accepted the bidder will execute an Agreement and file bonds and insurance as required by the Contract Documents within ten (10) days from the date of the award of the contract. All bid securities will be held until the agreement has been executed by the successful bidder and he (she) has filed with the Owner the required bonds and insurance, after which bid securities will be returned to the respective bidders. IB-3

8 6. QUALIFICATION OF BIDDERS It is the intention of the Owner to award a contract only to a bidder who furnishes satisfactory evidence that he (she) has the requisite experience and ability and that he/she has sufficient capital, facilities and plant to enable him (her) to prosecute the work successfully and promptly, and to complete the work within the time named in the Contract Documents. To determine the degree of responsibility to be credited to a bidder, the Owner will weigh any evidence that the bidder or personnel guaranteed to be employed in responsible charge of the work has or has not performed satisfactorily on other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. 7. DISQUALIFICATION OF BIDDERS More than one proposal for the work described in this Document, to be included under a Contract, from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there are reasonable grounds for believing that collusion exists among the bidders, the proposals of the participants in such collusion will not be considered. 8. AGREEMENT, BONDS, INSURANCE The attention of bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. 9. FAILURE TO EXECUTE AGREEMENT AND FILE REQUIRED BONDS AND INSURANCE Failure of a successful bidder to execute the agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the award. On failure of a successful bidder to execute the agreement and file the required bonds and insurance within the required time, he (she) shall forfeit his (her) bid security as agreed as liquidated damages, and the bidder, by filing a proposal, agrees to this proviso. Upon annulment of an award as aforesaid, the Owner may then award a contract to the next lowest responsible bidder. 10. INTERPRETATION Whenever the context may require, any noun or pronoun used herein shall include the corresponding masculine, feminine or neuter forms. The singular form of nouns, pronouns and verbs shall include the plural and vice versa. IB-4

9 PROPOSAL P-1

10 PROPOSAL FOR CONSTRUCTION STATE OF GEORGIA, COUNTY OF DeKALB PROPOSAL OF: TO THE CITY MANAGER OF THE CITY OF DECATUR, GEORGIA: The undersigned, as bidder, hereby submits this bid for: LMIG 2016 Milling, Pavement Repair and Street Resurfacing Project The contractor has made a personal examination of the site of the proposed work and proposes and agrees that if this proposal is accepted to provide the necessary labor, machinery, tools, apparatus, equipment and all things necessary to complete the work in the manner and within the time stipulated in the contract documents, all of which documents bidder declares they have carefully examined and same are annexed to and made a part of this bid, for the Unit Prices and Lump Sum Price set out below, to wit: ITEM UNIT QUANTITY UNIT PRICE PAVEMENT MILLING, 1-1/2 SY 2570 INCH EASTLAND DRIVE COMPLETE PAVEMENT MILLING, 1-1/2 SY 1068 INCH PENSDALE ROAD COMPLETE PAVEMENT MILLING, 1-1/2 SY 3206 INCH MIDWAY ROAD COMPLETE PAVEMENT MILLING, 1 1/2 SY 3869 INCH CHELSEA DRIVE COMPLETE PAVEMENT MILLING, 1-1/2 SY 5091 INCH OLYMPIC PLACE COMPLETE PAVEMENT MILLING, 1-1/2 SY 1664 INCH SWANTON WAY COMPLETE PAVEMENT MILLING, SY 50 VARIES SOUTH MCDONOUGH STREET COMPLETE AMOUNT P-2

11 4 INCH ASPHALT PATCHING TON 90 REPAIR, EASTLAND DRIVE COMPLETE 4 INCH ASPHALT PATCHING TON 160 REPAIR, PENSDALE ROAD COMPLETE 4 INCH ASPHALT PATCHING TON 360 REPAIR MIDWAY ROAD COMPLETE 4 INCH ASPHALT PATCHING TON 270 REPAIR CHELSEA DRIVE COMPLETE 4 INCH ASPHALT PATCHING TON 150 REPAIR OLYMPIC PLACE COMPLETE 4 INCH ASPHALT DEEP TON 70 PATCHING REPAIR SWANTON WAY COMPLETE 6 INCH ASPHALT DEEP TON 30 PATCHING REPAIR OLYMPIC PLACE COMPLETE 6 INCH ASPHALT DEEP TON 390 PATCHING REPAIR SWANTON WAY COMPLETE TACK OIL GAL 1050 ASPHALT LEVELING TON 30 COURSE PENDSALE ROAD COMPLETE ASPHALT SURFACE TON 210 FRICTION COURSE 1.5 INCH, EASTLAND DRIVE COMPLETE ASPHALT SURFACE TON 90 FRICTION COURSE 1.5 INCH, PENSDALE ROAD COMPLETE ASPHALT SURFACE TON 270 FRICTION COURSE 1.5 INCH, MIDWAY ROAD COMPLETE ASPHALT SURFACE TON 320 FRICTION COURSE 1.5 INCH, CHELSEA DRIVE COMPLETE ASPHALT SURFACE TON 420 FRICTION COURSE 1.5 INCH OLYMPIC PLACE COMPLETE ASPHALT SURFACE FRICTION COURSE 1.5 INCH SWANTON WAY COMPLETE TON 140 P-3

12 ASPHALT SURFACE TON 20 FRICTION COURSE 2.5 INCH MELROSE ALLEY COMPLETE ASPHALT SURFACE TON 50 FRICTION COURSE WITH DIVERSION (VARIES) SOUTH MCDONOUGH STREET COMPLETE. POTHOLE FULL DEPTH TON 320 ASPHALT REPLACEMENT 6 INCH, COMPLETE POTHOLE FULL DEPTH GAB TON 640 REPLACEMENT 12 INCH, COMPLETE PAVEMENT MARKINGS, LF 170 WHITE 12 INCH STOP BAR, THERMOPLASTIC, COMPLETE PAVEMENT MARKINGS, LF 1260 WHITE 8 INCH CROSSWALK, THERMOPLASTIC, COMPLETE PAVEMENT MARKINGS, LF 1750 DOUBLE YELLOW 4 INCH CENTER LINE, COMPLETE CURB CUT RAMPS, EACH 5 COMPLETE SPEED TABLE, COMPLETE EACH 1 CONCRETE HEADER CURB, LF 100 COMPLETE SURVEYING 1 LUMP SUM GRADING, CHELSEA DRIVE 1 LUMP SUM COMPLETE GRADING, MELROSE ALLEY 1 LUMP SUM COMPLETE SOIL EROSION AND 1 LUMP SUM SEIMENTATION CONTROL SOD/FINAL STABILIZATION, 1 LUMP SUM CHELSEA DRIVE COMPLETE TRAFFIC CONTROL 1 LUMP SUM MOBILIZATION 1 LUMP SUM Total (written): Total: $ NOTE: Unit Abbrevations in each proposal section stand for the following: P-4

13 LF Lineal Feet SF Square Feet SY- Square Yards CY Cubic Yards GAL Gallons TON Tons The Bidder agrees that payment shall be made upon actual quantities used and at the unit price set forth herein. No Bidder may withdraw his Bid within thirty (30) days after the actual date of the opening of thereof. Bids may be held by the City for a period not to exceed (30) days from the date of the opening of Bids for the purpose of reviewing the Bids and investigating the qualifications of the Bidders prior to awarding the contract. If awarded a Contract under the Proposal, the undersigned proposes to complete work within 60 days of the notice to proceed. Attached hereto is a bid bond made by, a surety company qualified to do business in Georgia, payable to the City of Decatur, Georgia (or certified check) in the amount of five percent (5%) of the above bid; to wit $. If this proposal is accepted by the City of Decatur and the undersigned shall fail to execute a satisfactory Contract in the form of said proposed Contract and give satisfactory bonds and insurance as stated in the Instructions to Bidders and General Conditions attached hereto within ten days (Sunday excepted) from the date of notification of acceptance by the City, then the City may at its option determine that the undersigned abandoned the Contract and thereupon this proposal shall be null and void, and the sum stipulated in the attached bid bond (or certified check) shall be forfeited to the City as liquidated damages. Bidder further declares that the full name and residence address of all persons and parties interested in the foregoing bid as principals are as follows: Signed, sealed and dated this day of, 2016 By Signature Title P-5

14 LIST OF PROPOSED SUBCONTRACTORS LPS-1

15 LIST OF PROPOSED SUBCONTRACTORS PROVIDE THE FOLLOWING INFORMATION FOR EACH PROPOSED SUBCONTRACTOR. 1. NAME: ADDRESS: TELEPHONE NUMBER: SUBCONTRACT EFFORT: 2. NAME: ADDRESS: TELEPHONE NUMBER: SUBCONTRACT EFFORT: 3. NAME: ADDRESS: TELEPHONE NUMBER: SUBCONTRACT EFFORT: 4. NAME: ADDRESS: TELEPHONE NUMBER: SUBCONTRACT EFFORT: (Signed) (Title) (Date) LPS-2

16 NON-COLLUSION AFFIDAVIT NC-1

17 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of. County of., being first duly sworn, deposes and says that: (1) He (She) is (owner, partner, officer representative, or agent) of, the Bidder that has submitted the attached Bid; (2) He (She) is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Decatur, Georgia or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Subscribed and sworn to before me this day of, 20 (Title) My commission expires NC-2

18 AGREEMENT A-1

19 AGREEMENT GEORGIA, DeKALB COUNTY, THIS AGREEMENT, made and entered into this day of, 2016, by and between the City of Decatur, Georgia, Party of the First Part, hereinafter referred to as the City, and of the State of Georgia, Party of the Second Part, hereinafter called the Contractor. WITNESSETH: That the Contractor has agreed and by these presents does agree with the City to furnish all equipment, tools, materials, skill, labor of every description, and all things necessary to carry out and complete in a good, firm, substantial and workmanlike manner the work and construction in strict conformity with the specifications for: LMIG 2016 Milling, Pavement Repair and Street Resurfacing Project which together with the Notice to Bidders, Proposal, Instructions to Bidders, Federal Work Authorization Program, Special Conditions of Contract, General Conditions, Special General Conditions, Project Specifications, including Exhibits and Appendices and the Georgia Department Of Transportation Standard Specifications for Construction of Transportation Systems, latest edition, as applicable, are incorporated in and made a part of this Contract by reference. The Contractor shall commence work under this Contract as soon as possible after the award and must complete work no later than 60 days after the notice to proceed. If said work is not completed within the time stated above, the Contractor shall be liable and hereby agrees to pay the City as liquidated damages and not as a penalty the sum of 100 dollars per calendar day for each and every day or part of a day thereafter that said work remains incomplete. As full payment for the faithful performance of this Contract, the City shall pay said Contractor for the actual quantities of work done at the price set forth in the proposal. Payments shall be made as follows: Monthly as the work progresses, the City shall pay said Contractor the amounts earned during the preceding month less 5% and within thirty days after the work is fully completed and accepted by the City of Decatur, the balance due hereunder shall be paid; provided, however, that final payment shall not be made until said Contractor shall submit satisfactory proof to the City that all just claims for labor, material, skill, tools, and equipment incident to said work have been fully paid A-2

20 by said Contractor, and that said Contractor has settled and satisfied every lawful claim for damages against the Contractor incident to said work. Within ten calendar days from the date of this Contract, the Contractor as principal an, a surety company qualified to do business in Georgia, as surety shall provide the required bonds and Certificate of Insurance as outlined in the General Conditions for the amounts and terms as specified therein. The Contractor agrees to maintain said construction for a period of sixty days after its completion and acceptance by the City and does hereby warrant and guarantee said construction against all defects for a period of 12 months after its completion and acceptance by the City. This Contract, executed in triplicate, constitutes the full agreement between the parties, and no part of this Contract shall be sublet by the Contractor without written approval of the City. IN WITNESS WHEREOF, the parties hereto have set their hands and caused their seals to be affixed hereupon the day and year first above written. CITY OF DECATUR, GEORGIA (Party of the First Part) ATTEST: Clerk By: City Manager Approved as to form: City Attorney Contractor (Party of the Second Part) By: A-3

21 FEDERAL WORK AUTHORIZATION PROGRAM Contractor and Subcontractor Evidence of Compliance All Federal Work Authorization Program Forms Enclosed Must Be Completed and Submitted With The Bid Proposal for The Prime Contractor and All Subcontractors Listed on The List of Proposed Subcontractors Contained in The Bid Package for The Bid Submittal to Be Deemed Complete FWAP-1

22 FEDERAL WORK AUTHORIZATION PROGRAM CONTRACTOR AND SUBCONTRACTOR EVIDENCE OF COMPLIANCE (1) Pursuant to O.C.G.A , City of Decatur ( City ) contracts for the physical performance of services within the State of Georgia shall comply with the following requirements: a. compliance with the requirements of O.C.G.A and Rule ¹ are conditions of this contract; b. contractor shall specify which one of the three statutory employee-number categories applies as identified in O.C.G.A , 500 or more employees, 100 or more employees, or fewer than 100 employees. Contractor shall check, initial or otherwise affirmatively indicate the employee-number category applicable to the contractor; and c. contractor agrees that, in the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from the subcontractor(s) such subcontractor(s ) indication of the employee-number category applicable to the subcontractor; and d. contractor shall comply with the requirements of O.C.G.A and Rule and shall attest by the execution of the contractor affidavit as shown in Rule , or a substantially similar contractor affidavit, which document shall be attached to, and become a part of, the covered contract. (2) Pursuant to O.C.G.A , the contractor agrees that, in the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from such subcontractor(s) attestation of the subcontractor s compliance with O.C.G.A and Rule or a substantially similar subcontractor affidavit, and maintain records of such attestation for inspection by the City at any time. Such subcontractor affidavit shall become a part of the contractor/subcontractor agreement. (3) All portions of contracts pertaining to compliance with O.C.G.A and these rules, and any affidavits related thereto, shall be open for public inspection in this state at reasonable times during normal business hours.² (4) The City will certify its registration and participation in the EEV / Basic Pilot Program (or other applicable federal work authorization program) by transmitting a copy of all documents required for the City s registration and participation in such program, including a fully executed copy of the required Memorandum of Understanding and the EEV / Basic Pilot Program User Identification Number, to the City s agency head or to an individual designated by the agency head to receive such certification.³ ¹ See, O.C.G.A ; O.C.G.A ; Rules of Georgia Department of Labor, Georgia Security and Immigration Compliance Act of 2006; Rule , and Rule ² Authority O.C.G.A ³ Authority O.C.G.A FWAP-2

23 CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is contracting with the City of Decatur (the City ), a municipal corporation of the State of Georgia, has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L ], in accordance with the applicability provisions and deadlines established in O.C.G.A The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with the City, then the contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A on the Subcontractor Affidavit provided in Rule or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the City, at the time the subcontractor(s) is retained to perform such service Employment Eligibility Verification Program (EEV)/ City of Decatur EEV Basic Pilot Basic Pilot Program* User Identification Number Program* User Identification Number BY: Authorized Officer or Agent (Contractor Name) Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires: FWAP-3

24 SUBCONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract with (Name of Contractor) on behalf of the City of Decatur, a municipal corporation of the State of Georgia, has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L ], in accordance with the applicability provisions and deadlines established in O.C.G.A Employment Eligibility Verification Program (EEV)/ City of Decatur EEV Basic Pilot Basic Pilot Program* User Identification Number Program* User Identification Number BY: Authorized Officer or Agent (Subcontractor Name) Date Title of Authorized Officer or Agent of Subcontractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires: FWAP-4

25 PRIME CONTRACTOR S WORK AUTHORIZATION CERTIFICATION Pursuant to O.C.G.A , all qualifying contractors and sub-contractors performing work within the State of Georgia on a contract with a public employer must register and participate in a federal work authorization program. Prime contractors may participate in any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ( IRCA ). The date by which a prime contractor must register and participate in a qualifying federal work authorization program depends on the number of employees in the prime contractor s company. If the prime contractor s company has 500 or more employees, it is required to register and participate in a qualifying federal work authorization program by July 1, If the prime contractor s company has 100 or more employees, it is required to register for and participate in a qualifying federal work authorization program by July 1, If the prime contractor s company has 99 employees or fewer, it is required to register for and participate in a qualifying federal work authorization program by July 1, Certify compliance with O.C.G.A by checking the appropriate line below: The undersigned has registered for and is participating in a qualifying federal work authorization program. or The undersigned is not required to register for or participate in a qualifying federal work authorization program at this time because it has less than employees. But, when the undersigned becomes a qualifying prime contractor in the future, the undersigned agrees to register for and participate in a qualifying federal work authorization program. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services within this state pursuant to this contract with a public employer, the undersigned will secure from such subcontractor(s) a verification of compliance with O.C.G.A using the form Subcontractor s Work Authorization Certification or a substantially similar form. The undersigned will maintain records of compliance and provide a copy of each sub-contractor s verification to the public employer at the time the sub-contractor is retained to perform such service. [SIGNATURE ON NEXT PAGE] FWAP-5

26 BY: Authorized Officer or Agent Date Title of Authorized Officer or Agent Printed Name of Authorized Officer or Agent Employment Eligibility Verification Program (EEV)/Basic Pilot User Identification Number (if applicable) City of Decatur Basic Pilot User Identification Number With express authority on behalf of: Printed Name of Prime Contractor Subscribed and Sworn before me on This day of, 20. Notary Public My Commission Expires:. FWAP-6

27 SUBCONTRACTOR S WORK AUTHORIZATION CERTIFICATION Pursuant to O.C.G.A , all qualifying contractors and sub-contractors performing work within the State of Georgia on a contract with a public employer must register and participate in a federal work authorization program. Sub-contractors may participate in any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ( IRCA ). The date by which your company must register and participate in a federal work authorization program depends on the number of employees in your company. If your company has 500 or more employees, you are required to register and participate in a qualifying federal work authorization program by July 1, If your company has 100 or more employees, you are required to register and participate in a federal work authorization program by July 1, If your company has 99 employees or fewer, it is required to register and participate in a federal work authorization program by July 1, Certify compliance with O.C.G.A by checking the appropriate line below: The undersigned has registered for and is participating in a qualifying federal work authorization program, or The undersigned is not required to register for or participate in a qualifying federal work authorization program at this time because it has less than employees. But, when the undersigned becomes a qualifying sub-contractor in the future, the undersigned agrees to immediately: (1) Notify the covered prime contractor; and (2) Register for and participate in a qualifying federal work authorization program. BY: Authorized Officer or Agent Title of Authorization Officer or Agent Date Subscribed and Sworn before me on this the day of, 20. Printed Name Employment Eligibility Verification Program (EEV)/Basic Pilot User Identification Number Notary Public My Commission Expires: City of Decatur Basic Pilot User Identification Number FWAP-7

28 CONTRACTOR AFFIDAVIT VERIFYING APPLICANT STATUS FOR CITY OF DECATUR PUBLIC BENEFIT By executing this affidavit under oath, as an applicant for a public benefit referenced in O.C.G.A. Section , I am stating the following with respect to my City of Decatur, Georgia, application for: (check all that apply) Business license or occupation tax certificate Alcohol license Taxi permit Contract with City Other public benefit, Specify: If applying on behalf of a business, specify the name and address of the business: 1) I am a United States citizen OR 2) I am a legal permanent resident 18 years of age or older or I am otherwise a qualified alien or nonimmigrant under the Federal Immigration and Nationality Act 18 years of age or older and lawfully present in the United States.* If #2 is selected above, a copy of one of the following documents must be attached to the affidavit: 1. Unexpired foreign passport 2. Employment Authorization Card (I-766) 3. Refugee Travel Document (I-571) 4. Permanent Resident Card (I-551) 5. Reentry Permit (I-327) 6. Certificate of Citizenship 7. Naturalization Certificate 8. Machine Readable Immigrant Visa (with Temporary I-551 language) 9. Temporary I-551 Stamp (on passport of I-94) 10. WT/WB Admission Stamp in unexpired foreign passport 11. Certificate of Eligibility for Nonimmigrant (F-1) Student Status (I-20) 12. Certificate of Eligibility for Exchange Visitor (J-1) Status (DS2019) In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section of the Official Code of Georgia. SUBSCRIBED AND SWORN Signature of Applicant Date BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires: Printed Name: * Alien registration number for non-citizens * Note: O.C.G.A (e)(2) requires that aliens under the Federal Immigration and Nationality Act, Title 8 U.S.C., as amended, provide their alien registration number. Because legal permanent residents are included in the federal definition of alien, legal permanent residents must also provide their alien registration number. Qualified aliens that do not have an alien registration number may supply another identifying number below: FWAP-8

29 SUBCONTRACTOR AFFIDAVIT VERIFYING APPLICANT STATUS FOR CITY OF DECATUR PUBLIC BENEFIT By executing this affidavit under oath, as an applicant for a public benefit referenced in O.C.G.A. Section , I am stating the following with respect to my City of Decatur, Georgia, application for: (check all that apply) Business license or occupation tax certificate Alcohol license Taxi permit Contract with City Other public benefit, Specify: If applying on behalf of a business, specify the name and address of the business: 3) I am a United States citizen OR 4) I am a legal permanent resident 18 years of age or older or I am otherwise a qualified alien or nonimmigrant under the Federal Immigration and Nationality Act 18 years of age or older and lawfully present in the United States.* If #2 is selected above, a copy of one of the following documents must be attached to the affidavit: 13. Unexpired foreign passport 14. Employment Authorization Card (I-766) 15. Refugee Travel Document (I-571) 16. Permanent Resident Card (I-551) 17. Reentry Permit (I-327) 18. Certificate of Citizenship 19. Naturalization Certificate 20. Machine Readable Immigrant Visa (with Temporary I-551 language) 21. Temporary I-551 Stamp (on passport of I-94) 22. WT/WB Admission Stamp in unexpired foreign passport 23. Certificate of Eligibility for Nonimmigrant (F-1) Student Status (I-20) 24. Certificate of Eligibility for Exchange Visitor (J-1) Status (DS2019) In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section of the Official Code of Georgia. SUBSCRIBED AND SWORN Signature of Applicant Date BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires: Printed Name: * Alien registration number for non-citizens * Note: O.C.G.A (e)(2) requires that aliens under the Federal Immigration and Nationality Act, Title 8 U.S.C., as amended, provide their alien registration number. Because legal permanent residents are included in the federal definition of alien, legal permanent residents must also provide their alien registration number. Qualified aliens that do not have an alien registration number may supply another identifying number below: FWAP-9

30 GENERAL CONDITIONS GC-1

31 GENERAL CONDITIONS 1. HOLD HARMLESS AGREEMENT, INTERMEDIATE FORM 2. CONTRACTOR'S BONDS 3. CONTRACTOR S WARRANTY 4. CONTRACTOR'S INSURANCE 5. NONDISCRIMINATION IN EMPLOYMENT 6. DEFINITIONS 7. SAFETY 8. LAWS TO BE OBSERVED 9. PROVISIONS OF LAW 10. SUBCONTRACTORS 11. LICENSES, PERMITS, AND REGULATIONS 12. TAXES 13. LOCATION OF EXISTING UTILITIES AND PIPING 14. PROGRESS ESTIMATES AND PAYMENTS 15. CHANGE IN WORK, ALTERATIONS, OMISSIONS & EXTRA WORK GC-2

32 1. HOLD HARMLESS AGREEMENT, INTERMEDIATE FORM The Contractor agrees to indemnify and save harmless the Owner, the Architect, the Engineer, and all of their officers, partners, agents and employees from and against all loss or expense (including court costs and attorney's fees) by reason of liability imposed by law upon Owner, Architect or Engineer for damages because of bodily injury, including death at any time, resulting therefrom sustained by any person or persons or on account of damage to or destruction of property, real or personal, including loss of use thereof, arising out of or in consequence of performance of this work, whether such injuries to property are due or claimed to be due to the negligence of the Contractor, his Sub-Contractors, the Owner, Architect or Engineer, their officers, Partners, agents and employees except only such injury, death or damage as shall have been occasioned by the sole negligence of the Owner, Architect or Engineer. 2. CONTRACTOR'S BONDS (a) Faithful Performance Bond - As a part of the execution of this Contract, the Contractor shall furnish to the Owner a bond payable to the Owner in the form of Faithful Performance Bond, secured by a surety company acceptable to the Owner, conditioned upon the faithful performance of all covenants and stipulations under this contract, specifically including, but not limited to, the performance of the warranty set forth in Section 3 below. The amount of the bond shall be not less than one hundred percent (100%) of the total contract amount, as this sum is set forth in the Agreement. (b) Labor and Material Bond - As a part of the execution of this Contract, the Contractor shall furnish to the Owner a bond of a surety company acceptable to the Owner in a sum of one hundred percent (100%) of the total contract amount, as this sum is set forth in the Agreement for the payment in full of all persons, companies or corporations who perform labor upon or furnish material to be used in the work under this Contract. (c) Date of Substantial Completion When the work authorized by the contract Agreement has been completed, the Owner will make all final inspections it deems appropriate for the purpose of ascertaining that the work has been completed in accordance with the requirements of the Contract Documents. The Contractor shall correct all deficiencies that are found. When the Owner has determined that all deficiencies have been corrected and that the work has been completed in all respects in accordance with the Contract Documents, the Owner will take possession of the work and issue a written Substantial Completion statement with a date mutually agreed to between the Owner and Contractor. (d) Notice of Completion A Notice of Completion shall be issued by the Owner not earlier than one (1) year from the date of substantial completion. In the event the Faithful Performance Bond provided to the Owner contains a limitation on the time within which suit may be initiated on the Faithful Performance Bond, such limitation shall commence no earlier than the date of Notice of Completion. GC-3

33 (e) Notification of Surety Companies - The Contractor shall advise the surety companies and other signers of any of the bonds listed above to familiarize themselves with all of the conditions and provisions of this contract, and they shall waive the right of special notification or any change or modification of this contract or of extension of time, or of decreased or increased work, or of the cancellation of the contract or any other act or acts by the Owner or its authorized employees and agents, under the terms of this contract and failure to so notify the aforesaid surety companies of changes shall in no way relieve the surety companies of their obligation under their contract. 3. CONTRACTOR S WARRANTY Contractor warrants to the Owner that, for a period of one (1) year from the date of substantial completion, the work performed under this Contract will conform to the requirements of the Contract Drawings and Specifications and will be free from defects. If at any time prior to substantial completion or within one (1) year after substantial completion, Owner discovers that the work does not conform to the requirements of the Contract Drawings and Specifications or is not free from defects, Contractor shall promptly correct such work within a reasonable time of receiving written notice from the Owner. If the work is not corrected by Contractor within a reasonable time of receiving written notice from the Owner, Owner may undertake to correct the work. Owner s undertaking of such corrective work shall not limit in any way Owner s rights of recourse against Contractor or Owner s rights of recourse against Contractor s surety under the Faithful Performance Bond. 4. CONTRACTOR'S INSURANCE The Contractor shall, at the time of execution of this Contract, file with the Owner the certificate of insurance as contained in the Agreement, which shall cover all of the Contractor s insurance as required herein including evidence of payment of premiums thereon, and the policy or policies of insurance covering said Owner, the Engineer and their officers, agents and employees. Each such policy and certificate shall be satisfactory to the Owner and shall bear an endorsement precluding the cancellation or reduction in coverage without giving the Owner at least fifteen (15) days prior notice thereof in writing. All policies shall be written by insurers licensed to do business in the State of Georgia and acceptable to the Owner, with a current A.M. Best rating of no less than A- :VII. All coverages indicated on the certificate of insurance shall be included in the Comprehensive General Liability and Automobile Liability insurance policies unless they are not applicable due to the nature of the work under this Contract Document. Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor s responsibilities for payment of damages resulting from its operations under this Contract. On all required coverages, the Contractor shall secure from all subcontractors certificates of insurance as evidence that each subcontractor carries insurance to provide GC-4

34 coverage under this Contract up to the same minimum limits required of the Contractor in this Agreement. The Contractor shall submit copies of its subcontractors insurance certificates to the Owner and Engineer as evidence of such insurance coverage. The Contractor acknowledges and agrees that each subcontractor performing work for this Contract will meet these minimum insurance requirements and that any costs or uninsured events arising from or involving a subcontractor working on behalf of the Contractor for this Contract is the sole responsibility of the Contractor. The Contractor agrees to indemnify said Owner for any costs, expenses or damages that may arise from any subcontractor having insufficient insurance coverage. (a) Public Liability and Property Damage Insurance The Contractor shall take out, pay for, and maintain until completion and acceptance of the work required by this Contract, public liability and property damage insurance as shall protect the Contractor and the said Owner from all claims for bodily injury and property damage which may arise because of the nature of the work or from operations under this Contract. The Contractor is not required to have its subcontractors named as co-insureds in the Contractor s policy of public liability and property damage; but the policy shall protect the Contractor and the Owner from contingent liability which may arise from operations of subcontractors. Each of said policies of insurance shall provide coverage in the following minimum amounts: Commercial general liability insurance with a minimum combined bodily injury and property damage limit of One Million Dollars ($1,000,000) per occurrence, a personal and advertising injury limit of One Million Dollars ($1,000,000), a products-completed operations aggregate limit of Two Million Dollars (2,000,000) and a general aggregate limit of Two Million Dollars ($2,000,000) per location. $1,000,000 Each Occurrence Limit $1,000,000 Personal and Advertising Injury Limit $2,000,000 Products/Completed Operations Aggregate $2,000,000 General Aggregate (b) Comprehensive Automobile Liability - The Contractor shall also take out, pay for, and maintain until completion and acceptance of the work required by this Contract, automobile public liability and property damage insurance as shall protect the Contractor and said Owner from claims for bodily injury or property damage which may arise from the use of motor vehicles engaged in various operations under this Contract. The policy or policies of automobile insurance shall provide coverage in the following minimum amounts: Automobile liability insurance covering owned, hired and non-owned vehicles, with separate coverage in an amount not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage. $1,000,000 Bodily Injury or death to any one person $1,000,000 Bodily Injury, each occurrence GC-5

35 $1,000,000 Property Damage, each occurrence (c) Umbrella Policy- The Contractor shall have an umbrella policy over General Liability, Automobile Liability, Workers Compensation/Employers Liability and any such policies that the umbrella can be placed over that involves insurance that is applicable to the work under this contract or at least applicable to the minimum required insurance under this contract. The policy shall be placed in the amount of One Million Dollars ($1,000,000) or an amount equal to that to be paid for the work being performed under this agreement, whichever is greater. (d) Workers Compensation Insurance - Before beginning the work, the Contractor shall furnish to the Owner satisfactory proof that it has taken out, for the period covered by the work under this Contract, Statutory Workers Compensation, Employers Liability Insurance and/or United States Longshore and Harbor Workers Compensation Act and Liability under Admiralty or Federal Jurisdiction, whichever is necessary for appropriate Workers Compensation Coverage for applicable work being performed under said Contract. Such insurance shall be maintained in full force and effect during the period covered by this Contract. (e) Notification of Insurance Companies - The Contractor shall advise all insurance companies to familiarize themselves with all of the conditions and provisions of this Contract, and insurance companies shall waive the right of special notification or any change or of decreased or increased work, or of cancellation of the Contract or of any other act or acts by the Owner or its authorized employees and agents, under the terms of this Contract and failure to so notify the aforesaid insurance companies of changes shall in no way relieve the insurance companies of their obligation under this Contract. (f) Indemnification - The Contractor shall indemnify and save harmless the Owner, the Engineer and all of their officers, agents, and employees from all suits, actions or claims of any character brought for or on account of any injuries to or death of or damages received by any person, persons or property resulting from the operations of the Contractor or any of its subcontractors, in prosecuting the work under this Contract. (g) Additional Insured-The Contractor shall name the Owner as an additional insured and shall provide Owner with proof thereof with the certificate of insurance and copy of endorsement that meets the additional insured requirement or specifically lists owner as additional insured for said contract in the policy for said work by Contractor on behalf of this Contract. (h) Subrogation Waiver-The Contractor waives all rights of subrogation against the Owner. Written evidence that each respective insurer acknowledges and agrees to such waivers of subrogation rights shall be submitted to Owner prior to commencement of the project (at minimum, a certificate of insurance, followed by a copy of an endorsement or policy language evidencing the insurer s acknowledgement of and agreement to such waiver). In the event such requirement is not met and/or any subrogation proceeding is commenced by or on behalf of the Contractor or its insurers, GC-6

36 the Contractor shall fully indemnify and save harmless the Owner for all costs, expenses and damages resulting therefrom, and shall take action necessary to stop any subrogration proceedings by the Contractor s insurers. 5. NONDISCRIMINATION IN EMPLOYMENT During the performance of this Contract, the Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, religion, sex, national origin, age or disability. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, age, or disability. Such action shall include, but not be 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. 6. DEFINITIONS a. "Owner" shall mean the City of Decatur, Georgia. b. "Engineer" shall mean the Senior Engineer or his duly authorized representative. 7. SAFETY In accordance with generally accepted construction practice, the Contractor will be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's safety measures, in, on, or near the construction site. 8. LAWS TO BE OBSERVED The Contractor shall keep himself fully informed of all existing and future Federal, State, County, and municipal laws, ordinances and regulations which in any manner affect those engaged or employed in the work or the materials used in the work or the conduct of the work or the rights, duties, powers or obligations of the Owner or of the Contractor or which otherwise affect the Contract, and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He shall at all times observe and comply with, and shall cause all his agents, sub-contractors and employees to observe and comply with, all such laws, ordinances, regulations, orders and decrees; and shall protect and indemnify the Owner, the Engineer and all of their officers, agents GC-7

37 and employees, against any claim, loss or liability arising or resulting from or based upon the violation of any such laws, ordinance, regulation, order or decree, whether by himself or by his agents, sub-contractors or employees. If any discrepancy or inconsistency is discovered in the plans, Contract Drawings, Contract Specifications or other Contract Documents for the work in relation to such laws, ordinance, regulation, orders or decree, the Contractor shall forthwith report the same to the Engineer. 9. PROVISIONS OF LAW It is specifically provided that this Contract is subject to all applicable laws and that the rules of law shall prevail over any provision contained in any of the Contract Documents which may be in conflict thereto or inconsistent therewith. 10. SUBCONTRACTORS The Contractor shall notify the Owner in writing of the names of all Subcontractors he proposes to employ on the Contract and shall not employ any Subcontractors until the Owner's approval in writing covering such Subcontractors has been obtained. The Contractor agrees to be fully and directly responsible to the Owner for all acts and omissions of his Subcontractors and of any other person employed directly or indirectly by the Contractor or Subcontractors, and this contract obligation shall be in addition to the liability imposed by law upon the Contractor. Nothing contained in the Contract Documents shall create any contractual relationship between any Subcontractor and the Owner. It shall be further understood that the Owner will have no direct relations with any Subcontractor. Any such necessary relations between Owner and Subcontractor shall be handled by the Contractor. The Contractor agrees to bind every Subcontractor (and every Subcontractor of a Subcontractor, etc.) by all terms of the Contract Documents as far as applicable to the Subcontractors work unless specifically noted to the contrary in a subcontract approved in writing as adequate by the Owner. Should any Subcontractor fail to perform in a satisfactory manner the work undertaken by him, such subcontract shall be terminated immediately by the Contractor upon notice from the Owner. 11. LICENSES, PERMITS, AND REGULATIONS The Contractor shall secure all Federal, State and Local licenses required by law. He shall obtain and pay for all necessary permits. He shall give all notices and comply with all laws, ordinances and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the drawings or Contract Specifications are GC-8

38 at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the Contract for changes in the work. 12. TAXES Contractor shall, without additional expense to the Owner, pay all applicable Federal, State and local sales and other taxes, except taxes and assessments on the real property comprising the site of the project. 13. LOCATION OF EXISTING UTILITIES AND PIPING The location of existing and underground utilities, such as gas mains, water mains, electric lines, etc., as shown on the Contract Drawings, have been taken from the record drawings of the parent utility companies where available. However, the Owner does not assume responsibility for the possibility that during construction utilities other than those shown may be encountered or that the actual location of those shown may be different from the locations designated on the Contract Drawings. At the locations wherein detailed positions of these facilities become necessary to the new construction, the contractor shall, at his own expense, furnish all labor and tools to either verify and substantiate the record drawing location or definitely establish the position of the facilities. Because of the nature of the work, adjustments may be required in new construction to meet existing conditions. Such adjustments shall be made by the Contractor without additional cost to the Owner. 14. PROGRESS ESTIMATES AND PAYMENTS No payments under this Contract will be made except upon the presentation of Periodical Estimate for Partial Payment prepared by the Contractor on forms, supplied by Owner, and approved in writing by the Engineer which shall show that the work covered by the payments has been done and the payments therefore are due in accordance with this Contract. Such Payment Forms shall be submitted to the Engineer on the 25th day of a calendar month to permit checking before the end of the calendar month. Upon presentation of certified copies of purchase bills and freight bills the Owner will, unless specifically stated otherwise in the General Conditions of Contract, include in such monthly estimates payments for materials that will eventually be incorporated in the project, providing that such material is suitably stored on the site of the project, at the time of submission of the estimate for payment. At the time the next following monthly estimate is submitted, certified copies of receipted purchase and freight bills for the stored materials included in the previous monthly payment estimate shall be submitted. If the Contractor fails to submit proof of payment with the next monthly payment estimate, those items of stored materials for which no proof of payment has been submitted will be deleted from the current payment estimate. Such materials when so GC-9

39 paid for by the Owner will become the property of the Owner and in case of default on the part of the Contractor the Owner may use or cause to be used by others these materials in construction of the project. However, the Contractor shall be responsible for safeguarding such materials against loss or damage of any nature whatsoever, and in case of any loss or damage the Contractor shall replace such lost or damaged materials at no cost to the Owner. Except as otherwise provided in the immediately preceding paragraph, the first estimate shall be of the value of the work done and of materials proposed and suitable for permanent incorporation in the work, delivered and suitably and safely stored at the site of the work since the Contractor shall have begun the performance of this contract, and every subsequent estimate, except the final estimate, shall be of the value of the work done and materials delivered and suitably stored at the site of the work since the last preceding estimate was made; provided, however, that should the Contractor fail to adhere to the program of completion fixed in this Contract, the Engineer shall deduct from the next and all subsequent estimates the full calculated accruing amount of the liquidated damages (if any) to the date of said estimate, until such time as the compliance with the program has been restored; and provided, also that materials delivered to the site for which payment is included in the estimate shall not be removed from the site of the work prior to its completion without the written consent of the Engineer. The estimates shall be signed by the Engineer and approved by the Owner, and after such approval the Owner, subject to the foregoing provisions, will pay or cause to be paid to the Contractor, in the manner provided by law, an amount equal to ninety five percent (95%) of the estimated value of the work performed and of the value of the materials furnished and delivered and unused and suitably and safely stored at the site of the work, such materials to be those which are proposed and suitable for permanent incorporation in the work. 15. CHANGE IN WORK, ALTERATIONS, OMISSIONS & EXTRA WORK Owner reserves the right to increase or decrease the quantity of any item or portion of the work, or to omit portions of the work, as may be deemed necessary or advisable by the Owner, and, also, to make such alternations or deviations, additions to, or omissions from the work or the Contract Drawings and Specifications, as may be determined during progress of the work to be necessary or advisable for the proper completion thereof. Upon written order of the Owner, the Contractor shall proceed with the work as increased, decreased or altered. The Engineer is authorized to order, on behalf of the Owner, minor changes in the work which do not involve extra cost to Owner and which do not change the character of the work; he is not authorized to order any other changes, alterations, omissions, additions, or extra work, unless the same are approved in a Contract Supplement properly authorized in writing by the governing unit of the Owner. No claim of Contractor for extra compensation because of any change, alteration, omission, addition or extra work GC-10

40 will be paid or be payable unless a written order for such charge, alteration, omission, addition or extra work, is signed by the authorized representative of the Owner. When any changes decrease the amount of work to be done, such changes shall not constitute a basis or reason for any claim by Contractor for extra compensation or damages on account of any anticipated profits which he thereby loses on the omitted work; and Contractor shall not be entitled to any compensation or damages therefor. GC-11

41 SPECIAL GENERAL CONDITIONS SGC-1

42 SPECIAL GENERAL CONDITIONS A. USE OF EQUIVALENT MATERIALS, PRODUCTS AND EQUIPMENT. B. ABILITY TO MEET PROJECT SPECIFICATIONS C. ANY DEVIATION FROM PROJECT SPECIFICATIONS MUST BE COMPLETELY EXPLAINED BY THE BIDDER D. DELIVERY/COMPLETION E. EXPERIENCE F. BIDDER SHALL PROVIDE AT LEAST THREE (3) JOB REFERENCES G. WARRANTY AND/OR GUARANTY H. SILENCE OF SPECIFICATIONS I. EQUIPMENT LIST SGC-2

43 SPECIAL GENERAL CONDITIONS A. USE OF EQUIVALENT MATERIALS, PRODUCTS AND EQUIPMENT. The materials, products and equipment described in the Project Specifications establish a standard of required function, dimension, appearance and quality to be met by any proposed equivalent. Bidder shall provide manufacturer's specifications and system description, product data and installation instructions, and warranty, as applicable. B. ABILITY TO MEET PROJECT SPECIFICATIONS: Bidder must check applicable blank below. Bidder affirms he (she) meets exactly the project specifications: YES NO C. ANY DEVIATION FROM PROJECT SPECIFICATIONS MUST BE COMPLETELY EXPLAINED BY THE BIDDER. The Owner reserves an absolute right to approve or reject any proposed equivalent materials, products and equipment and may reject any bid which does not exactly meet the Project Specifications. Bidder will explain exact particulars where his bid does not meet exactly the Project Specifications if "NO" is checked above. Use additional sheets and provide drawings, performance and test data as necessary. D. DELIVERY/COMPLETION: The work must be completed no later than 60 days from the date of the notice to proceed. Bidder shall provide firm dates of work: Start date: Finish date: E. EXPERIENCE: Bidder shall submit a list of at least five (3) municipal and major development projects of similar size and scope. List shall include project name, location, contact person, telephone number, contract amount and completion date. Contractor shall use an adequate number of workers, including a specifically assigned construction superintendent, who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the SGC-3

44 specific requirements and methods needed for proper performance of this work. A project designated superintendent shall be assigned to the project, be present on a daily basis during the prosecution of the work and be accountable to the Engineer for coordination, scheduling and completion of the work and for the resolution of conflicts, problems and complaints arising from the work. Provide the name of the superintendent and contact information and an organizational chart that documents the strength of work force assigned to the project to ensure all work can be completed within the contract limits established herein with the bid package materials. F. BIDDER SHALL PROVIDE AT LEAST THREE (3) JOB REFERENCES. G. WARRANTY AND/OR GUARANTY: All installation shall be under warranty, including all materials and labor, for a period of twelve (12) months against defects, defective materials and/or workmanship, such period to start upon final acceptance of work by the City of Decatur, as required by the General Conditions. H. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications and any supplemental specifications as to any detail or omission from these specifications of a detailed description concerning any point shall be regarded as meaning only that the best commercial practices are to prevail and that only materials of first quality and correct size, type and design are to be used. All interpretations of the specifications shall be made upon the basis of this statement with the owner's interpretation to prevail. I. EQUIPMENT LIST: The Contractor shall furnish will the Bid package a list of all equipment proposed for use for the project. Refer to the Contract Specifications for the specific equipment data required. SGC-4

45 CONTRACT SPECIFICATIONS SP - 1

46 CONTRACT SPECIFICATIONS A. APPLICABLE SPECIFICATIONS B. DESCRIPTION C. LOCATION D. LIMITS OF WORK E. STANDARDS and DETAILS F. CURB CUT RAMPS G. CONCRETE HEADER CURB H. GRADING I. SURVEYING, STAKING, LAYOUT J. MILLING K. 4 INCH ASPHALT PATCHING L. 6 INCH ASPHALT DEEP PATCHING M. ASPHALT LEVELING COURSE N. HOT MIX ASPHALT SURFACE FRICTION COURSE O. POTHOLE FULL DEPTH REPLACEMENT P. HOT MIX ASPHALT QUALITY ASSURANCE Q. HOT MIX ASPHALT DELIVERY, STORAGE AND HANDLING R. HOT MIX ASPHALT JOB CONDITIONS S. HOT MIX ASPHALT SEQUENCING T. HOT MIX ASPHALT PRODUCTS U. HOT MIX ASPHALT EXECUTION V. EQUIPMENT W. TRAFFIC CONTROL PRODUCTS THERMOPLASTIC PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS X. SPEED TABLES Y. CONCRETE Z. CONCRETE EXPANSION JOINTS AA. RESET UTILITY BOXES and OTHER FACILITIES BB. SOIL EROSION CC. RESTORATION DD. CLEANUP EE. NOTIFICATION FF. WORK HOURS GG. PROTECTION HH. TRAFFIC CONTROL II. SUBMITTALS JJ. MEASUREMENT KK. PAYMENT SP - 2

47 CONTRACT SPECIFICATIONS City of Decatur LMIG 2016 Milling, Pavement Repair and Street Resurfacing A. APPLICABLE SPECIFICATIONS All work shall be done in accordance with the Project Construction Specification, these contract documents and the Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems, latest edition, that shall govern this project, as they may be applicable, except as stipulated otherwise in these contract documents, or as amended herein and which are part of this contract and shall have the same force and effect as if fully recited herein. The following sections of the Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems are hereby amended: 1. Section Commissioner. Commissioner shall mean the City of Decatur, Georgia. 2. Section Department. Department shall mean the City of Decatur, Georgia. 3. Section Engineer. Engineer shall mean the City Manager of the City of Decatur, acting directly or through a duly authorized representative. 4. Section Holidays. Holidays shall mean those holidays designated by the City of Decatur, Georgia. 5. Section State Highway Engineer. State Highway Engineer shall mean the City Manager of the City of Decatur, acting directly or through a duly authorized representative. B. DESCRIPTION The work consists of furnishing materials, equipment and labor to perform asphalt milling, 4 inch asphalt patching, 6 inch asphalt deep patching with base course, tack oil application, asphalt leveling course paving, surface friction course paving, hauling and disposal of all milled and excavated materials, installation of paint and thermoplastic pavement markings, speed tables installation, forming, furnishing, placing, finishing and curing Portland cement concrete, header curb installation, concrete curb cut ramps, grading of soil bases, grading of stone bases, installation of graded aggregate base, permanent vegetated stabilization installation, soil erosion controls installation and maintenance, work zone traffic controls installation and maintenance. The Contractor shall be responsible for supplying all labor, materials and equipment and all else necessary for the timely completion of the listed work. SP - 3

48 C. LOCATION The Project consists of work in 12 Project Areas throughout the City of Decatur, see Exhibit A. The general location of these Project Areas is identified as follows: Area 1 Eastland Drive Area 2 Pensdale Road Area 3 Midway Road Area 4 Chelsea Drive Area 5 Olympic Place Area 6 Swanton Way Area 7 Melrose Alley Willow Lane to City Limits Willow Lane to City Limits South Candler Street to City Limits Coventry Road to Kathryn Avenue West College Avenue to Dead End Commerce Drive to Dead End Between Devonshire, Melrose, and Drexel Area 8 Mount Vernon Drive Repair at 144 Area 9 Bucher Drive Repair at 129 Area 10 South Columbia Drive Repair at 403 Area 11 North Decatur Road Repair at 2248 Area 12 South McDonough Street Repair at 301 SP - 4

49 D. LIMITS OF WORK The limits of the work are as listed above. The Engineer will mark the starting and ending location of all milling, asphalt patching, asphalt deep patching, pothole full depth replacement, asphalt surface friction course installation, curb cut ramps and speed table installations on a street by street basis. E. STANDARDS and DETAILS The following Standards and Details contained in Appendix A shall be utilized in the construction of the specified components for work associated with this Project: 1. Georgia Department of Transportation Special Detail - Concrete Sidewalk Details, Curb Cut (Wheelchair) Ramps is to be used for all sidewalk construction and for curb cut ramps in the various Project Areas. 2. Georgia Department of Transportation Special Detail Detectable Warning Surface Truncated Dome Size, Spacing and Alignment Requirements. 3. Georgia Department of Transportation Detail of Pavement Marking Placement Non-Limited Access Roadway, T-11A. 4. Speed Tables Details #1 and City of Decatur Barrier Curb SP - 5

50 F. CURB CUT RAMPS Curb cut ramps and their tactile warning surfaces shall be installed in accordance with the GDOT Special Details in Appendix A. All concrete construction items in the scope of work for this project shall be completed prior to commencement of asphalt work. All ramps must meet Federal Americans with Disabilities (ADA) standards, with regard to slope and grade. Refer to Section Y for Concrete Specifications. The area of each ramp along the curb line interface shall be thickened to 8 inches as required by GDOT standards. The removal and disposal of existing curb and other concrete to construct each type of ramp is to be included in the work and will not be paid for separately. Tactile Warning panels measuring 2 feet by 4 feet, in compliance with GDOT standards, shall be manufactured by ADA Solutions, Inc of North Billerica, Mass. or accepted equivalent and shall be Colonial Red in color. Be advised that radial configuration panels may be utilized at the Contractor discretion in locations that are suited to such panels. Composite warning surface units shall be of the inset type that are anchored into the concrete with stainless steel anchors, surface installed units that lay on top of the finished concrete will not be acceptable. The installation of all approved tactile warning surface panels shall be in accordance with manufacturer s installation instructions. The Contractor shall inspect the locations specified as follows to determine the extent of the work necessary to construct each curb cut ramp listed based on the existing conditions that vary from location to location: 1. Area 3 Midway Road South Candler Street to City Limits i. Two curb cut ramps at Clarke Hill Drive intersection. 2. Area 6 Swanton Way Commerce Drive to Dead End i. Two curb cut ramps at Commerce Drive intersection 3. Area 12 South McDonough Street Repair at 301 i. One curb cut ramp The type of curb cut ramp to be constructed at each required location shall comply with the GDOT standards contained in Appendix A. The Contractor is to select the ramp type to be used based on the site conditions and configuration of existing sidewalk present with the approval of the Engineer.. The unit price established for all curb cut ramps in the Bid Proposal shall reflect the site conditions present, extent of concrete and curb removal, disposal and replacement and concrete/asphalt saw cutting to create a smooth/even interface required for each ramp location and tactile surface requirements throughout the various locations specified. Curb cut ramps shall be paid for at the contract unit price for each ramp complex as CURB CUT RAMP COMPLETE in each location specified by the Engineer in the field and will not be subject to revision or additional compensation during the course of construction. SP - 6

51 G. CONCRETE HEADER CURB Existing curb shall be kept where feasible. When it is not feasible to keep the existing curb, barrier curb shall be constructed in the following manner. It shall be formed using true, wood or steel, with a smooth, straight upper edge. Depth of the forms at back shall be equal to full depth of curb as shown on the City curb detail in Appendix A. The street pavement edge shall be saw cut to create a square edge and shall be filled with concrete to match the surface of the adjacent pavement. The depth of the area of concrete filling must equal the depth of the excavation for the curb installation. Excavate curb trench true-to-grade and cross-section. If soft subgrade occurs, remove unsuitable material to a depth of not less than 6 inches below indicated subgrade, fill space with compacted GAB. Moisten and compact subgrade prior to installation of forms. Refer to Section Y for the requirements for the concrete specified for use in barrier curbs. Provide a ½ inch expansion joint every 50 feet along the curb, see Section Z for the material to be used. When finishing curb, hand trowel faces and tool top edges, giving faces a fine brush finish with brush strokes parallel with the pavement surface. No course aggregate shall show on finished curb surface. Contraction joints shall be saw cut in the curb within 48 hours of placement at 10-foot intervals. Top of curb shall be transitioned to match existing or new curb, as required. The Contractor shall inspect the locations specified as follows to determine the extent of the work necessary to construct each concrete header curb listed based on the existing conditions that vary from location to location: 1. Area 4 Chelsea Drive Coventry Road to Kathryn Avenue The cost of furnishing and installing barrier curb shall be paid for at the Contract unit price per lineal foot for CONCRETE HEADER CURB COMPLETE. SP - 7

52 H. GRADING The Contractor shall perform grading at the locations specified for the limits identified in Section C as follows: The Contractor will be responsible for localized minor grading adjacent to construction installations to blend the ground surface into the existing grade adjacent to the work. Any damage to existing grass outside the project limits in the public right-of-way or on private property shall be corrected using sod to match the type of grass damaged by the Contractor at the Contractor s expense. 1. Area 4 Chelsea Drive Coventry Road to Kathryn Avenue a. The Contractor shall inspect the area to determine the extent of the work and perform grading work necessary to construct concrete header curb, reestablish and stabilize the eroding slope at the Chelsea/Kathryn intersection. All grading and slope stabilization work shall include but not be limited to excavation, disposal of unsuitable soils, borrow of suitable soils, hauling, compaction, placement of slope erosion control mat, and vegetated stabilization as detailed in Restoration Section I to complete the work. 2. Area 7 Melrose Alley Between Devonshire, Melrose, and Drexel a. The Contractor shall inspect the area to determine the extent of the work and perform grading work necessary to prepare the alley for paving over the stone base for the width of the alley over a length of 100 lineal feet. All grading and slope stabilization work shall include but not be limited to excavation, disposal of unsuitable materials, borrow of suitable stone, hauling, leveling, and compaction. All cost associated with these items shall be priced for and be included in the lump sum prices for GRADING, CHELSEA DRIVE COMPLETE and GRADING, MELROSE ALLEY COMPLETE. SP - 8

53 I. SURVEYING, STAKING, LAYOUT It shall be the contractor s responsibility for all surveying, staking, layout, three-point leveling or other measures necessary to identify the extents of the right-of-way and achieve pavement grade and slopes established in this specification. The contractor shall be responsible for ensuring all construction activities are being performed in the public right-of-way and that no trespassing of private property occurs. The contractor shall utilize a company or individual that holds a current license from the State of Georgia as a professional registered land surveyor for all relevant work. Markings must be maintained by adequate protection or re-surveying and re-marking as necessary throughout the duration of construction activities at the Contractor s expense. Should the contractor determine that any portion of the proposed work cannot be constructed within the public right-of-way, the contractor shall coordinate with the Engineer to determine if an in-field modification to the proposed work is feasible. If an in-field modification is not feasible, the contractor shall submit a written request for information to the Engineer stating the conflict and an acceptable proposed resolution to the conflict. The Engineer shall confirm or deny the acceptability of the resolution in writing within 5 days. The cost for surveying shall be paid for at the Contract lump sum price for SURVEYING. SP - 9

54 J. MILLING Upon satisfactory completion of concrete construction in the scope of work the Contractor shall perform milling at the locations specified for the limits identified in Section C as follows: 1. Area 1 Eastland Drive depth of 1-1/2 inches from face of curb to face of curb (30 feet) for an approximate distance of 771 lineal feet starting at the north-east curb line of Willow Lane and going north-east to the City limits. 2. Area 2 Pensdale Road depth of 1-1/2 inches from the face of curb to face of curb (31 feet) for an approximate distance of 221 lineal feet starting at the southwest curb line of Willow Lane and going north-east to the City limits, and portions of Willow Lane a distance of 25 lineal feet on each side of the intersection such that the entire Willow/Pensdale intersection is included. 3. Area 3 Midway Road depth of 1-1/2 inches from face of curb to face of curb (25 feet) for an approximate distance of 1,154 lineal feet starting at the eastern curb line of South Candler Street and going East to the City limits. 4. Area 4 Chelsea Drive depth of 1-1/2 inches from face of curb to face of curb (25 feet) for an approximate distance of 1,252 lineal feet starting at the northern curb line of Coventry Drive and going north to Kathryn Avenue, and portions of Pope Circle a distance of 30 lineal feet on each side of the intersection such that the entire Chelsea/Pope intersection is included. 5. Area 5 Olympic Place depth of 1-1/2 inches from face of curb to face of curb (35 feet) for an approximate distance of 1,309 lineal feet starting at the southern curb line of West College Avenue and going south to the Dead End. 6. Area 6 Swanton Way depth of 1-1/2 inches from face of curb to face of curb (36 feet) for an approximate distance of 396 lineal feet starting at the eastern curb line of Commerce Drive and going east to the Dead End. 7. Area 12 South McDonough Street depth varies from face of curb to face of curb (20 feet) for an approximate distance of 20 lineal feet starting in the southbound lane of South McDonough Street and going west on Dougherty Street. All milling work shall be performed in accordance with GDOT SSCTS Section 432. The Contractor shall provide a mini-mill or other equipment approved by the Engineer to perform milling around manhole and valve box castings, or similar units, and in areas not accessible by the standard milling equipment. The Contractor will be responsible to remove and replace any casting damaged during the milling work unless approved by the Engineer. The Contractor shall also have available the proper equipment to remove any asphalt adjacent to the curb line that the mill or mini-mill equipment cannot remove. The starting and ending of transverse milling interfaces shall be benched over a minimum distance of 10 feet to transition the milling depth from 1 to 1-1/2 inch maximum at the interface edge with the existing pavement surface. Include in the equipment list submittal addressed in Section V all equipment to be used in the milling operation. All work of this section pertaining to milling, including but not limited to; milling, hauling and disposal of millings and cleanup will be paid for at the Contract unit price per SP - 10

55 square yard of PAVEMENT MILLING, 1-1/2 EASTLAND DRIVE, COMPLETE, PAVEMENT MILLING, 1-1/2 PENSDALE ROAD, COMPLETE, PAVEMENT MILLING, 1-1/2 MIDWAY ROAD, COMPLETE, PAVEMENT MILLING, 1-1/2 CHELSEA PLACE, COMPLETE, PAVEMENT MILLING, 1-1/2 OLYMPIC PLACE, COMPLETE, PAVEMENT MILLING, 1-1/2 SWANTON WAY, COMPLETE, and PAVEMENT MILLING, VARIES SOUTH MCDONOUGH STREET COMPLETE. SP - 11

56 K. 4 INCH ASPHALT PATCHING Upon completion of the milling operations in the scope of work the Contractor shall perform 4 inch asphalt pavement patching repair on each street as directed by the Engineer. WORK: Furnish all labor, materials, equipment, tools, transportation and perform all work necessary for the 4 inch patching as directed by the Engineer. The method for performing this Patching shall consist of the following tasks: 1. Remove the existing asphalt pavement, base course and encountered subgrade, if any, to a depth of 4 inches below the existing adjacent milled pavement surface in the limits of the areas to be patched, as directed by the Engineer. Methods for asphalt removal shall result in a saw cut clean and square edges, excavated to a depth of 4 inches below the milled pavement surface. The use of a milling machine or alternate excavation equipment approved by the Engineer for cutting out patched areas will be acceptable if the edges of the cuts are clean and stable. The patch cut shall include the material adjacent to the street curb, if applicable. If the removal method leaves residual material at the curb edge, the residual curb edge material shall be removed to the full depth of the patch cut by mechanical means and methods selected by the Contractor and approved by the Engineer. 2. Upon satisfactory completion of milling, proof roll the excavated area in the presence of the Engineer in accordance with GDOT SSCTS 221. Utilize a roller as described in GDOT SSCTS , with a minimum loaded weight of 35 tons or alternative vehicle approved by the Engineer. If individual areas requiring patching are too small for a standard roller to compact the subgrade a plate compactor or other similar equipment shall be utilized to properly prepare the subgrade for tack oil coating and asphalt placement. 3. Upon satisfactory completion of proof rolling, all surfaces to have patching applied to shall be tack oil coated prior to asphalt placement. 4. Upon satisfactory completion of tack oil coating, place a properly compacted 4 inch layer of hot mix asphaltic concrete base course. The top of the patch layer shall be flush with the surface of the adjacent milled asphalt pavement so that the street is ready for the installation of the final asphalt surface friction course. Hot mix asphalt used for this work shall conform to GDOT SuperPave 25mm and shall be composed of a mixture of aggregates, mineral filler and asphalt cement properly applied upon a compacted subgrade material in accordance with GDOT SSCTS 400 and 828 specifications. Include in the equipment list submittal addressed in Section V all equipment to be used in the patching operation. All work of this section pertaining to 4 inch Asphalt Patching, including but not limited to; saw cutting, excavation, disposal of excavated materials, subgrade compaction, tack oil coating, hot mix asphaltic concrete supply, placement and compaction and cleanup will be paid for at the Contract unit price per Ton for 4 INCH ASPHALT PATCHING REPAIR EASTLAND DRIVE COMPLETE, 4 INCH ASPHALT PATCHING REPAIR SP - 12

57 PENSDALE ROAD COMPLETE, 4 INCH ASPHALT PATCHING REPAIR MIDWAY ROAD COMPLETE, 4 INCH ASPHALT PATCHING REPAIR CHELSEA PLACE COMPLETE, 4 INCH ASPHALT PATCHING REPAIR OLYMPIC PLACE COMPLETE, 4 INCH ASPHALT PATCHING REPAIR SWANTON WAY COMPLETE. SP - 13

58 L. 6 INCH ASPHALT DEEP PATCHING Upon completion of the milling operations in the scope of work the Contractor shall perform 6 inch asphalt pavement patching repair on each street as directed by the Engineer. WORK: Furnish all labor, materials, equipment, tools, transportation and perform all work necessary for the 6 inch patching as directed by the Engineer. The method for performing this Patching shall consist of the following tasks: 1. Remove the existing asphalt pavement, base course and encountered subgrade, if any, to a depth of 6 inches below the existing adjacent milled pavement surface in the limits of the areas to be patched, as directed by the Engineer. Methods for asphalt removal shall result in a saw cut clean and square edges, excavated to a depth of 6 inches below the milled pavement surface. The use of a milling machine or alternate excavation equipment approved by the Engineer for cutting out patched areas will be acceptable if the edges of the cuts are clean and stable. The patch cut shall include the material adjacent to the street curb, if applicable. If the removal method leaves residual material at the curb edge, the residual curb edge material shall be removed to the full depth of the patch cut by mechanical means and methods selected by the Contractor and approved by the Engineer. 2. Upon satisfactory completion of milling, proof roll the excavated area in the presence of the Engineer in accordance with GDOT SSCTS 221. Utilize a roller as described in GDOT SSCTS , with a minimum loaded weight of 35 tons or alternative vehicle approved by the Engineer. If individual areas requiring patching are too small for a standard roller to compact the subgrade a plate compactor or other similar equipment shall be utilized to properly prepare the subgrade for tack oil coating and asphalt placement. 3. Upon satisfactory completion of proof rolling, all surfaces to have patching applied to shall be tack oil coated prior to asphalt placement. 4. Upon satisfactory completion of tack oil coating, place a properly compacted 6 inch layer of hot mix asphaltic concrete base course. The top of the patch layer shall be flush with the surface of the adjacent milled asphalt pavement so that the street is ready for the installation of the final asphalt surface friction course. Hot mix asphalt used for this work shall conform to GDOT SuperPave 25mm and shall be composed of a mixture of aggregates, mineral filler and asphalt cement properly applied upon a compacted subgrade material in accordance with GDOT SSCTS 400 and 828 specifications. Include in the equipment list submittal addressed in Section V all equipment to be used in the patching operation. All work of this section pertaining to 6 inch Asphalt Patching, including but not limited to; saw cutting, excavation, disposal of excavated materials, subgrade compaction, tack oil coating, hot mix asphaltic concrete supply, placement and compaction and cleanup will be paid for at the Contract unit price per Ton for 6 INCH ASPHALT DEEP PATCHING SP - 14

59 REPAIR OLYMPIC PLACE COMPLETE, 6 INCH ASPHALT DEEP PATCHING REPAIR SWANTON WAY COMPLETE. SP - 15

60 M. ASPHALT LEVELING COURSE Upon completion of patching the Contractor shall perform the installation of hot mix asphalt leveling course material on applicable as directed by the Engineer: WORK: Furnish all labor, materials, equipment, tools, transportation and perform all work necessary for the asphalt leveling course to create as directed by the Engineer. The method for performing this paving shall consist of the following tasks: 1. All milled street surfaces shall be prepared for asphalt installation by first thoroughly power brooming to clean off all sediments and debris. 2. After brooming is complete the pavement surface shall be tack oiled in accordance with GDOT SSCTS Section 413 at a rate of 0.06 gallons/square yard using AC 200 material. 3. After the tack oil application is completed place a properly compacted leveling course layer over the work area. The top of the leveling course layer shall be flush with the surface of the adjacent milled asphalt pavement so that the street is ready for the installation of the final asphalt surface friction course. 4. Area 2 Pensdale Road an asphalt leveling course of varying thickness will be applied to the Willow/Pensdale intersection such that all surfaces within the intersection have a 2% slope for drainage. Hot mix asphalt used for this work shall conform to GDOT SuperPave 9.5mm and shall be composed of a mixture of aggregates, mineral filler and asphalt cement properly applied upon a compacted subgrade material in accordance with GDOT SSCTS 400 and 828 specifications. Include in the equipment list submittal addressed in Section V all equipment to be used in the patching operation. All work of this section pertaining to Asphalt Leveling Course including, but not limited to; surface sweeping, hot mix asphaltic concrete supply, placement and compaction and cleanup will be paid for at the Contract unit price per Ton for ASPHALT LEVELING COURSE PENSDALE ROAD COMPLETE. All work of this section pertaining to Tack Oil application after surface cleaning and preparation will be paid for at the Contract unit price per Gallon for TACK OIL. SP - 16

61 N. HOT MIX ASPHALT SURFACE FRICTION COURSE Upon completion of patching, grading, and leveling the Contractor shall perform the installation of hot mix asphalt surface friction course material on all milled streets as directed by the Engineer: WORK: Furnish all labor, materials, equipment, tools, transportation and perform all work necessary for the asphalt leveling course as directed by the Engineer. The method for performing this paving shall consist of the following tasks: 1. All milled surfaces shall be prepared for asphalt installation by first thoroughly power brooming to clean off all sediments and debris. 2. All graded stone base alley surfaces shall be prepared for asphalt installation by first thoroughly power blowing to clean off all sediments and debris. 3. After brooming and blowing is complete the pavement surface shall be tack oiled in accordance with GDOT SSCTS Section 413 at a rate of 0.06 gallons/square yard using AC 200 material. 4. After the tack oil application is completed place a properly compacted surface friction course layer over the work area. The top of the surface friction course layer shall be flush with the surface of the adjacent existing asphalt pavement. 5. Drainage diversions shall be created by thickening the surface friction course an additional 3 to 4 inches in areas as directed by the Engineer. Hot mix asphalt used for this work shall conform to GDOT SuperPave 9.5mm and shall be composed of a mixture of aggregates, mineral filler and asphalt cement properly applied upon a compacted subgrade material in accordance with GDOT SSCTS 400 and 828 specifications. The surface course shall be applied at a rate of 165 pounds per square yard (1.5 ). Include in the equipment list submittal addressed in Section V all equipment to be used in the patching operation. All work of this section pertaining to Asphalt Surface Friction Course including, but not limited to; surface sweeping, hot mix asphaltic concrete supply, placement and compaction and cleanup will be paid for at the Contract unit price per Ton for ASPHALT SURFACE FRICTION COURSE (1.5 ) EASTLAND DRIVE COMPLETE, ASPHALT SURFACE FRICTION COURSE (1.5 ) PENSDALE ROAD COMPLETE, ASPHALT SURFACE FRICTION COURSE (1.5 ) MIDWAY ROAD COMPLETE, ASPHALT SURFACE FRICTION COURSE (1.5 ) CHELSEA DRIVE COMPLETE, ASPHALT SURFACE FRICTION COURSE (1.5 ) OLYMPIC PLACE COMPLETE, ASPHALT SURFACE FRICTION COURSE (1.5 ) SWANTON WAY COMPLETE, ASPHALT SURFACE FRICTION COURSE (2.5 ) MELROSE ALLEY COMPLETE, and ASPHALT SURFACE FRICTION COURSE WITH DIVERSION (VARIES) SOUTH MCDONOUGH STREET COMPLETE. All work of this section pertaining to Tack Oil application after surface cleaning and preparation will be paid for at the Contract unit price per Gallon for TACK OIL. SP - 17

62 O. POTHOLE FULL DEPTH REPLACEMENT The Contractor shall perform an 18 inch full depth replacement of the asphalt pavement and base material at the locations specified for the limits identified in Section C as follows: 1. Area 8 Mount Vernon Drive Repair at 144 i. Full depth replacement area is 100 feet long and 6 feet wide at the northern curb line. 2. Area 9 Bucher Drive Repair at 129 i. Full depth replacement area is 60 feet long and 10 feet wide at the southern curb line. 3. Area 10 South Columbia Drive Repair at 403 i. Full depth replacement area is 40 feet long and 6 feet wide at the southwestern curb line and in the intersection of Derrydown Way. 4. Area 11 North Decatur Road Repair at 2248 i. Full depth replacement area is 150 feet long and 6 feet wide at the northern curb line, and 90 feet long and 6 feet wide at the southern curb line. WORK: Furnish all labor, materials, equipment, tools, transportation and perform all work necessary for the full depth replacement as directed by the Engineer. The method for performing this Patching shall consist of the following tasks: 1. Remove the existing asphalt pavement, base course and encountered subgrade, if any, to a depth of 18 inches below the existing adjacent pavement surface in the limits of the areas to be patched, as directed by the Engineer. Methods for asphalt and base removal shall result in saw cut clean and square edges, excavated to a depth of 18 inches below the milled pavement surface. The use of a milling machine or alternate excavation equipment approved by the Engineer for cutting out patched areas will be acceptable if the edges of the cuts are clean and stable. The patch cut shall include the material adjacent to the street curb, if applicable. If the removal method leaves residual material at the curb edge, the residual curb edge material shall be removed to the full depth of the patch cut by mechanical means and methods selected by the Contractor and approved by the Engineer. 2. Upon satisfactory completion of pavement and base removal, Class A Graded Aggregate Base (GAB) material shall be placed in a Multiple Course Construction method of 6 inch lifts, each compacted to 98 percent of the maximum laboratory dry density in accordance with GDOTSSCTS 310, to a depth of 6 inches below the adjacent asphalt surface. 3. Upon satisfactory completion of each GAB lift, proof roll the excavated area in the presence of the Engineer in accordance with GDOT SSCTS 221. Utilize a roller as described in GDOT SSCTS , with a minimum loaded weight of 35 tons or alternative vehicle approved by the Engineer. If individual areas requiring patching are too small for a standard roller to compact the subgrade a plate compactor or SP - 18

63 other similar equipment shall be utilized to properly prepare the subgrade for tack oil coating and asphalt placement. 4. Upon satisfactory completion of proof rolling, all surfaces to have patching applied to shall be tack oil coated prior to asphalt placement. 5. Upon satisfactory completion of tack oil coating, place a properly compacted 4 inch layer of hot mix asphaltic concrete base course. The top of the patch layer shall be 2 inch below the surface of the adjacent asphalt pavement. 6. Upon satisfactory completion of the asphalt base course, all surfaces to have patching applied to shall be tack oil coated prior to asphalt surface friction course placement. 7. Upon satisfactory completion of tack oil coating, place a properly compacted 2 inch layer of hot mix asphaltic concrete surface friction course. The top of the surface layer shall be flush with the surface of the adjacent asphalt pavement. Hot mix asphalt base course used for this work shall conform to GDOT SuperPave 25mm, hot mix asphalt surface friction course used for this work shall conform to GDOT SuperPave 9.5mm, and shall be composed of a mixture of aggregates, mineral filler and asphalt cement properly applied upon a compacted subgrade material in accordance with GDOT SSCTS 400 and 828 specifications. Include in the equipment list submittal addressed in Section V all equipment to be used in the patching operation. All work of this section pertaining to Pothole Full Depth Replacement, including but not limited to; saw cutting, excavation, disposal of excavated materials, subgrade compaction, base material supply, base compaction, tack oil coating, hot mix asphaltic concrete supply, placement and compaction and cleanup will be paid for at the Contract unit price per Ton for POTHOLE FULL DEPTH ASPHALT REPLACEMENT 6 INCH, COMPLETE and POTHOLE FULL DEPTH GAB REPLACEMENT 12 INCH, COMPLETE. SP - 19

64 P. HOT MIX ASPHALT QUALITY ASSURANCE a. Standards: Comply with the GDOT SSCTS 400 and 828 specifications, most current addition, except as amended herein. b. Complete and submit laboratory analysis by a Certified Testing Laboratory on all materials and obtain materials acceptance by the Engineer, prior to placement. c. Asphaltic concrete producer: Regularly engaged in production of hot-mixed, hotlaid asphaltic concrete conforming GDOT SSCTS standard. d. Production plants: Plants shall be automatic type of a configuration, and capable of production of specified mixtures. Plants currently approved by GDOT SSCTS will be acceptable if specified mixtures are readily available. e. Composition of mixtures: Job-mix designs and control of mixtures shall be in accordance with GDOT SSCTS and prepared in accordance with GDOT SSCTS f. Equipment: All standard distribution and compaction equipment as specified in Section 400 of GDOT SSCTS for the placement and compaction of the hot mix asphalt surface course. Q. HOT MIX ASPHALT DELIVERY, STORAGE AND HANDLING Vehicles for transporting and delivering mixtures shall conform to GDOT SSCTS Hot mix Asphalt. R. HOT MIX ASPHALT JOB CONDITIONS In accordance with GDOT SSCTS Hot mix Asphalt. S. HOT MIX ASPHALT SEQUENCING Hot-mix Asphalt: a. Before placing mixture, remove foreign material from surface on which mixture will be placed. Install a tack coat upon the compacted subgrade prior to the placement of any asphalt mixture. b. Compact mixture as soon as it will bear the weight of the roller without being displaced and hair-cracked. c. Spread mixture immediately after it has been dumped into hopper. d. If mixture will be hand-spread, distribute mixture immediately after it s been dumped on dump sheets. T. HOT MIX ASPHALT PRODUCTS Shall comply with GDOT SSCTS Asphalt. U. HOT MIX ASPHALT EXECUTION Construction requirements shall comply with GDOT SSCTS Asphalt. SP - 20

65 V. EQUIPMENT The Contractor shall furnish with the Proposal package a list of all equipment proposed for use for the project. The list shall indicate the type of equipment, in what phase of the work it will be utilized and for what purpose. The equipment list is required to provide information to the Engineer to evaluate the Contractor s preparedness to perform the work required for the Project. SP - 21

66 W. TRAFFIC CONTROL PRODUCTS THERMOPLASTIC PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS Furnish and install all designated pavement markings in white listed as follows: 1. Area 1 Eastland Drive Willow Lane to City Limits a. Stop bars at selected intersections (12 inch) 2. Area 2 Pensdale Road Willow Lane to City Limits a. Stop bars at selected intersections (12 inch) 3. Area 3 Midway Road South Candler Street to City Limits a. Double yellow centerline (4 inch) b. Crosswalk markings (8 inch) 4. Area 4 Chelsea Drive Coventry Road to Kathryn Avenue a. Stop bars at selected intersections (12 inch) 5. Area 5 Olympic Place West College Avenue to Dead End a. Speed table markings, (see details in Appendix A) 6. Area 6 Swanton Way Commerce Drive to Dead End a. Stop bars at selected intersection (12 inch) b. Double yellow centerline (4 inch) c. Crosswalk markings (8 inch) 7. Area 10 South Columbia Drive Repair at 403 a. Crosswalk markings (8 inch) 8. Area 11 North Decatur Road Repair at 2248 a. Stop bars at selected intersection (12 inch) b. Crosswalk markings (8 inch) 9. Area 12 South McDonough Street Crosswalk at 301 a. Crosswalk markings (8 inch) Use thermoplastic products and materials in the widths and colors designated in accordance with GDOT SSCTS 653, latest edition. Temporary pavement markings, where required, utilizing latex based traffic paint in accordance with GDOT SSCTS 652 or temporary striping tape shall be installed to establish the pavement marking configuration that was removed by the milling operations until the thermoplastic pavement markings can be permanently installed. As applicable pavement markings shall conform to the Georgia Department of Transportation Detail of Pavement Marking Placement Non-Limited Access Roadway, T-11A. The Contractor shall prepare an inventory and layout of the existing pavement markings that will be removed by street milling for use in re-installing those markings prior to the start of the milling operations. The inventory shall be submitted to and approved by the Engineer prior to the start of milling operations on the streets where pavement markings will be impacted. All work of this section pertaining to pavement markings including but no limited to; existing pavement marking inventory and layout, temporary pavement markings after asphalt friction course installation, removal, if necessary, of temporary pavement markings (tape) and the installation of permanent pavement markings will be paid for at the Contract SP - 22

67 unit price per lineal foot per marking width or type for PAVEMENT MARKINGS by COLOR, WIDTH AND TYPE OF MATERIAL as listed in the Proposal. All work of this section pertaining to pavement markings for speed table markings will be paid for at the Contract unit price per speed table for SPEED TABLE COMPLETE. SP - 23

68 X. SPEED TABLES Furnish and install the following required traffic calming replacement devices for those units that were removed during the milling operations as directed in the locations marked by the Engineer: 1. Area 5 Olympic Place West College Avenue to Dead End a. 1 standard speed table at the location designated by the Engineer Speed Tables shall be constructed to meet the requirements of design details #1 and 2 contained in Appendix A. The products to be utilized for the construction of the Speed Tables shall be as follows: 1. Tack Oil see Section N. 2. Hot Mix Asphaltic Concrete see Section N, use 9.5mm SuperPave mix design. 3. Concrete Cap Blocks as specified on Detail #1 and in ASTM C90, latest edition. 4. Thermoplastic Pavement Markings, see Section W. Prior to the installation of each Speed Table the pavement surface shall be thoroughly swept using a power broom or by manually brooming to the satisfaction of the Engineer. After brooming is complete the pavement surface shall be tack oiled in accordance with GDOT SSCTS Section 413 at a rate of 0.06 gallons/square yard using AC 200 material. After the tack oil application is completed the Contractor shall select the method and procedure for construction to install each Speed Table to the satisfaction of the Engineer utilizing the products and materials specified. The Contractor shall provide Traffic Control as necessary for the installation of each speed table. All work of this section pertaining to Speed Tables including, but not limited to, surface preparation, tack oil application, layout, cap block installation, hot mix asphaltic concrete supply, placement and compaction, site cleanup and pavement marking materials, supply and placement and the installation of site specific traffic control will be paid for at the Contract unit price for each SPEED TABLE, COMPLETE. SP - 24

69 Y. CONRETE Portland Cement Concrete shall be used for all concrete pavement work in the Project with the as following specifications for each for each type of construction: 1. Barrier Curb shall be GDOT Class A with a strength of 3000 psi at 28 days and a slump of 2 to Curb Cut Ramps shall be GDOT Class A with a strength of 5000 psi at 28 days and a slump of 2 to 4. Submit concrete supplier s name and a Georgia Department of Transportation certified mix design as required in Section Y that will provide the specified strength in the time period indicated to the Engineer for approval prior to the initial installation of this material. All concrete construction items in the scope of work for this project shall be completed prior to commencement of asphalt work. Concrete shall not be priced for and shall be included in the unit prices for the various items it is associated with. Z. CONCRETE EXPANSION JOINTS Filler and sealer for Expansion Joints shall be one-half (1/2) inch preformed strips of cellular fiber impregnated with suitable bituminous binder. Filler shall conform to section area and extend through section to within one-half (1/2) inch of top surface of sidewalk. Expansion Joints shall be place at interval as applicable to the type of work throughout the length and at all interfaces with existing concrete edges, drainage structures and curbs. Material shall be manufactured by W. R. Meadows or accepted equivalent. Expansion joints shall not be priced for and shall be included in the unit prices for the various items it is associated with. AA. RESET UTILITY BOXES and OTHER FACILITIES The Contractor shall reset all existing utility and water meter boxes, castings, valve covers, manhole ring and covers, sanitary sewer lateral cleanouts and the like to match proposed grades or top of finished pavement within the Project Area. The Contractor shall include the cost of resetting the aforementioned items in the unit prices bid for the various items in the bid. Coordinate the resetting activities with the appropriate utility owner in the performance of this work. Any special coordination for the resetting of water meter and valves boxes or sanitary sewer manhole ring and cover units shall be done through the DeKalb County Department of Watershed Management (DWM). The Contractor shall inspect the Project Area prior to the start of work in the Area to determine the extent and variety of resets required. Water meter and valve box (utility box) and sanitary sewer manhole ring and cover adjustments shall not be paid for separately, it shall be paid for as part of the work they are associated with. SP - 25

70 BB. SOIL EROSION CONTROL Soil erosion control measures in accordance with the Manual for Erosion and Sediment Control in Georgia must be implemented and maintained throughout the duration of construction operations. The Contractor is responsible for the installation and maintenance of erosion and sediment control measures at all times during construction. Take all measures necessary to prevent contaminated run-off from leaving the work areas. Soil erosion control will be paid for at the Contract lump sum price for SOIL EROSION AND SEDIMENTATION CONTROL. CC. RESTORATION The Contractor shall restore all disturbed areas to match proposed construction and existing grades by top-soiling, fertilizing, and vegetating with sod or shrubbery where required. Areas to be restored shall be filled even with the existing ground adjacent to them, raked smooth and level and then stabilized with permanent ground cover. All sodded areas disturbed shall be restored to match the existing sod adjacent to the area of disturbance. The Contractor shall be responsible to water all new sod or landscape planting until they are established, but no longer than 6 months. Work shall be in compliance with GDOT SSCTS Section 700. Restoration will be paid for at the Contract lump sum price for SOD/FINAL STABILIZATION. DD. CLEANUP The Contractor shall be responsible for the comprehensive cleanup of each street after milling, pavement patching operations and asphalt surface friction course installations are completed to remove and dispose of all debris on, adjacent to or outside of the milled surface, patched surface and deep patched areas before and after resurfacing is performed. EE. NOTIFICATION The Contractor shall provide 3-day advanced notification prior to the start of milling, patching and deep patching operations and asphalt surface friction course installation to property owners within the limits of the work by the placement of signage along each street notifying the property owners of the date(s) of the work and the requirement to remove all parked vehicles from the street during the time the work is being performed. SP - 26

71 FF. WORK HOURS Construction work is only permitted during the following hours: Monday-Friday 7 am to 6 pm Saturday 9 am to 5 pm Sunday No Working Permitted Deviation from the standard working hours may be requested in writing with specific alternate work hours, the reason those hours are needed, and is subject to approval by the City Manager. GG. PROTECTION It shall be the Contractor s responsibility to protect driveways, driveway aprons, sidewalks, curbs, catch basins, utilities, mailboxes, street signage and other such infrastructure inside and outside of the project limits of construction during construction. Damage to any infrastructure inside and outside the project limits of construction caused by the Contractor shall be replaced or repaired at the Contractor s expense. The Contractor shall use considerable care in protecting the riding surface of all roadways. Gouges, edge failures and curb damage shall be corrected to the satisfaction of the Engineer at the Contractor s expense. The Contractor shall arrange for the location of underground utilities that might impact the project construction prior to commencement of work in each Project Area by contacting the Georgia One-Call Center at 811 or 1 (800) before deep patching operations commence. HH. TRAFFIC CONTROL Traffic control including, but not limited to: warning and detour signage, lighted barricades, flaggers and the like, will be required in order to conduct the milling, patching and repair and deep patching and asphalt surface course installation operations in a safe manner. The contractor shall provide traffic control at all times in accordance with the Manual on Uniform Traffic Control Devices and GDOT SSCTS 150, latest edition. Adequate signage shall be provided to advise motorists and pedestrians that each street is under construction ahead and directing them safely through or around the work zone. All flaggers shall be GDOT certified. The Contractor shall maintain a safe work zone for their employees, pedestrians, vehicular transportation and emergency vehicles at all times. The work of this section, with the exception of Area 6 for Electric Avenue, will be paid for at the Contract lump sum for TRAFFIC CONTROL. SP - 27

72 II. SUBMITTALS The Contractor shall make the following submittals to the Engineer for approval prior to, concurrent with, or after (as applicable) proceeding, with incorporating any of the required items into the work: 1. Prior to starting work, submit a list of all the proper equipment that the Contractor will have available to perform all work. 2. Prior to starting work, submit an inventory to document the location of all pavement markings and markers that will be removed by the work so that new markings and markers can be installed to exactly match the ones removed. 3. Prior to placement of asphalt pavement, submit the GDOT certified supplier s company information and mix designs for 9.5mm and 25mm SuperPave hot-mix asphaltic, verifying compliance with GDOT SSCTS Prior to placement of concrete, submit the GDOT certified supplier s company information and mix design for 3000 and 5000 psi concrete, Class A. 5. Prior to placement of tactile warning surfaces, submit the supplier s information, product information and installation instruction for tactile warning surfaces for all curb cut ramp installations. 6. Concrete cylinder compressive strength test reports and concrete slump test reports must be submitted in accordance with GDOT Specifications, with particular attention to the standard testing schedule of one (1) test per week or one (1) test per 100 CY of concrete. 7. Weight tickets in accordance with GDOT SSCTS Section 109 shall be submitted to the Engineer to support tonnage supplied for 4 Inch Asphalt Patching, 6 Inch Asphalt Deep Patching, Asphalt Surface Friction Course. 8. Meter tickets in accordance with GDOT SSCTS Section 109 shall be submitted to the Engineer to support gallons supplied for Tack Oil. SP - 28

73 JJ. MEASUREMENT Documentation of measurements shall be submitted to the Engineer in the methods detailed in the Submittals Section DD and measurements shall be performed in accordance with unit price quantities in the Proposal including: 1. Pavement Milling, 1-1/2 Eastland Drive, Pensdale Road, Midway Road, Chelsea Drive, Olympic Place, and Swanton Way Complete will be measured for payment by the Square Yard Inch Asphalt Patching Repair Eastland Drive, Pensdale Road, Midway Road, Chelsea Drive, Olympic Place, and Swanton Way Complete will be measured for payment by the Ton Inch Asphalt Deep Patching Repair Olympic Place and Swanton Way Complete will be measured for payment by the Ton. 4. Tack Oil will be measured for payment for Asphalt Surface Friction Course and Asphalt Leveling Course installation by the Gallon. 5. Asphalt Leveling Course Pensdale Road Complete will be measured for payment by the Ton. 6. Asphalt Surface Friction Course Eastland Drive, Pensdale Road, Midway Road, Chelsea Drive, Olympic Place, and Swanton Way Complete will be measured for payment by the Ton. 7. Pothole Full Depth Asphalt Replacement, 6 inch will be measured for payment by the Ton. 8. Pothole Full Depth GAB Replacement, 12 inch will be measured for payment by the Ton. 9. Pavement Markings for the locations as specified will be measured for payment by the Lineal Foot or each unit for the various widths and types as specified. 10. Speed Tables will not be measured for payment. 11. Concrete Header Curb Complete will be measured for payment by the Lineal Foot. 12. Curb Cut Ramps will not be measured for payment. 13. Cleanup will not be measured for payment. 14. Surveying will not be measured for payment. 15. Grading will not be measured for payment. 16. Sod/Final Stabilization will not be measured for payment. 17. Traffic Control will not be measured for payment. 18. Mobilization and Demobilization will not be measured for payment. SP - 29

74 KK. PAYMENT Documentation of measurements shall be submitted to the Engineer in the methods detailed in the Submittals Section DD and payments shall be requested in accordance with unit price quantities in the Proposal including: 1. Pavement Milling, 1-1/2 Eastland Drive, Pensdale Road, Midway Road, Chelsea Drive, Olympic Place, and Swanton Way Complete will be paid for at the Contract unit price per Square Yard Inch Asphalt Patching Repair Eastland Drive, Pensdale Road, Midway Road, Chelsea Drive, Olympic Place, and Swanton Way Complete will be paid for at the Contract unit price per Ton Inch Asphalt Deep Patching Repair Olympic Place and Swanton Way Complete will be paid for at the Contract unit price per Ton. 4. Tack Oil will be paid for at the Contract unit price per Gallon for Asphalt Surface Friction Course and Asphalt Leveling Course installation only. 5. Asphalt Leveling Course Pensdale Road Complete will be paid for at the Contract unit price per Ton. 6. Asphalt Surface Friction Course Eastland Drive, Pensdale Road, Midway Road, Chelsea Drive, Olympic Place, and Swanton Way Complete will be paid for at the Contract unit price per Ton.. 7. Pothole Full Depth Asphalt Replacement, 6 inch will be paid for at the Contract unit price per Ton. 8. Pothole Full Depth GAB Replacement, 12 inch will be paid for at the Contract unit price per Ton. 9. Pavement Markings for the locations as specified will be paid for by the Contract unit price per lineal foot or each unit for the various widths and types as specified. 10. Speed Tables will be paid for at the Contract unit price per each unit installed. 11. Concrete Header Curb Complete will be paid for by the Contract unit price per lineal foot. 12. Curb Cut Ramps will be paid for at the Contract unit price per each unit installed. 13. Cleanup will be paid for as part of the Contract unit prices for the work it is associated with. 14. Surveying will be paid for at the Contract lump sum for Surveying. 15. Grading will be paid for at the Contract lump sum for Grading. 16. Sod/Final Stabilization will be paid for at the Contract lump sum for Sod/Final Stabilization. 17. Traffic Control will be paid for at the Contract lump sum for Traffic Control. 18. Mobilization and Demobilization will be paid for at the Contract lump sum for Mobilization. SP - 30

75 Commerce Dr Clairmont Rd Clairemont Ave 23 1 Clairemont Ave Scott Blvd College Ave E Lake Rd NE W College Ave College Ave 278 Lake Dr Park Pl 278 Candler St 155 S Candler St Eastland Drive 2 Pensdale Road 3 Midway Road 4 Chelsea Drive 5 Olympic Place 6 Swanton Way 7 Melrose Alley 8 Mount Vernon Dr 9 Bucher Drive 10 S Columbia Dr 11 N Decatur Rd 12 S McDonough St NO. REVISION/ISSUE DATE 2016 LMIG 1 First issue 11/6/ Z 5 MILLING, REPAIR AND REPAVING DISLAIMER: This GIS Election District Map was generated Public Works Department, based on City's CAD format and DeKalb Design, Environment and Construction Division County's base maps and tax maps. City of Decatur assumes no responsibilty 2635 Talley Street - P.O. Box 220 Decatur, GA ,000 1,500 for the accuracy of the information (404) Fax: (404) info@decaturga.com depicted herein. Feet 1 inch = 600 feet Document Path: G:\CityofDecatur410245\Projects\2016\LMIG\LMIG.mxd

76

77

78

79

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

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

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970 Request for Proposals Comprehensive Land Use Plan Update Project No. 2019-05 October 12, 2019 Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Table of Contents Purpose Submittal Requirements

More information

ROCKDALE COUNTY, GEORGIA

ROCKDALE COUNTY, GEORGIA ROCKDALE COUNTY, GEORGIA INVITATION TO BID #15-26: 2011 SPLOST MAINTENANCE CONTRACT #4B High Density Mineral Bond For Rockdale County Department of Transportation CONSTRUCTION DOCUMENTS July 2015 TABLE

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Specifications & Contract Documents. for the. Countywide Stormwater Culvert Repair/Replacement Phase 2. For the Macon Water Authority

Specifications & Contract Documents. for the. Countywide Stormwater Culvert Repair/Replacement Phase 2. For the Macon Water Authority Specifications & Contract Documents for the Countywide Stormwater Culvert Repair/Replacement Phase 2 For the Macon Water Authority Bibb County, Georgia TPE Project # MWA 005 5223 Riverside Drive, Suite

More information

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018. REQUEST FOR PROPOSAL Proposals are now being accepted in the Office of the City Manager, 745 Forest Parkway, Forest Park, Georgia 30297 for: COMPREHENSIVE CLASSIFICATION & COMPENSATION STUDY FOR THE CITY

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

UTILITIES DEPARTMENT P.O. BOX MYRTLE STREET VALDOSTA, GA

UTILITIES DEPARTMENT P.O. BOX MYRTLE STREET VALDOSTA, GA INVITATION TO BID UTILITIES DEPARTMENT P.O. BOX 1125 1016 MYRTLE STREET VALDOSTA, GA 31603 BID #2016-03 FOR: Flow Monitoring Equipment and Service OPENING DATE: November 23, 2016 TIME: 10:00 AM NOTICE

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

STANDARD CONTRACT DOCUMENTS. and TECHNICAL SPECIFICATIONS. for. Ultraviolet Disinfection Replacement. Northfield, Minnesota

STANDARD CONTRACT DOCUMENTS. and TECHNICAL SPECIFICATIONS. for. Ultraviolet Disinfection Replacement. Northfield, Minnesota STANDARD CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS for Ultraviolet Disinfection Replacement Northfield, Minnesota 2016 City Project #WSTR2016-J07 Bolton & Menk Project #M23.112089 ENGINEERING STANDARD

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR The Town of Tyrone March 2013 Map of Approximate Vicinity Where Sewer Manhole Replacement and By Pass

More information

T. R. Long Engineering, P.C.

T. R. Long Engineering, P.C. T. R. Long Engineering, P.C. 114 North Commerce Street Hinesville, Georgia 31313 (912) 368-5664 Office (912) 368-7206 FAX 306 Commercial Drive Savannah, Georgia 31406 (912) 335-1046 Office (912) 335-1642

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

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

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY STORM DRAINAGE IMPROVEMENTS AT (DATE): MARCH 1, 2018

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY STORM DRAINAGE IMPROVEMENTS AT (DATE): MARCH 1, 2018 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY DEMOLITION AND HAZARDOUS MATERIALS (DATE): AUGUST 15, 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY DEMOLITION AND HAZARDOUS MATERIALS (DATE): AUGUST 15, 2017 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST SECTION 00000 TABLE OF CONTENTS CITY OF PICAYUNE ROOF REHABILITATION FOR PICAYUNE POLICE DEPARTMENT PICAYUNE, MS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00001... Advertisement for Bids 00100...

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

CONTRACT DOCUMENTS MARION COUNTY BOARD OF SUPERVISORS REPAIR AND RE-ROOF OF EXISTING CAFETERIA AND INDUSTRIAL BUILDING MARION COUNTY BUSINESSPLEX

CONTRACT DOCUMENTS MARION COUNTY BOARD OF SUPERVISORS REPAIR AND RE-ROOF OF EXISTING CAFETERIA AND INDUSTRIAL BUILDING MARION COUNTY BUSINESSPLEX CONTRACT DOCUMENTS MARION COUNTY BOARD OF SUPERVISORS REPAIR AND RE-ROOF OF EXISTING CAFETERIA AND INDUSTRIAL BUILDING MARION COUNTY BUSINESSPLEX MARION COUNTY, MS MARCH 2019 1574 HWY. 98 EAST COLUMBIA,

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE: 11/07/17 MCDUFFIE COAL TERMINAL DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority McDuffie Terminal will be accepting proposals

More information

Request for Qualifications (RFQ) - NO Engineering Consulting Service

Request for Qualifications (RFQ) - NO Engineering Consulting Service City of Huntsville 448 Highway 75 North Huntsville, Texas 77320 Billie F. Smith Phone: 936-291-5495 Fax: 936-294-5731 E-mail: bsmith@huntsvilletx.gov Request for Qualifications (RFQ) - NO 11-12 Engineering

More information

City of Northfield Engineering Department

City of Northfield Engineering Department City of Northfield Engineering Department 801 Washington Street * Northfield, MN 55057 Engineering Standard Specifications City of Northfield, Minnesota May 2017 ENGINEERING STANDARD SPECIFICATIONS CITY

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

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

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B)

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B) CITY OF AZUSA Azusa Gateway Improvements (CIP #66111B) CONTRACT DOCUMENTS TABLE OF CONTENTS Page No. NOTICE INVITING BIDS... 1 INSTRUCTIONS TO BIDDERS... 3 BID FORM... 10 BID SCHEDULE... 10 CONTRACTOR

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

Route 66 Signage Project

Route 66 Signage Project Community Development Department Route 66 Signage Project Project #: 2016-01 Bid Date: June 21, 2016 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan Holders List 5. Bid Summary NOTICE INVITING

More information

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # 2018-11 AT CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION 632 W. 13 th STREET MERCED, CA

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Black Creek Consolidated Drain (Dirkes Drain)

Black Creek Consolidated Drain (Dirkes Drain) Black Creek Consolidated Drain (Dirkes Drain) CONTRACT SPECIFICATIONS ISSUED FOR BID Prepared For: Muskegon County Drain Commissioner Prepared By: Project No. 14-111 May 2016 Table of Contents Division

More information

FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT

FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT ADDENDUM NO. 1 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT OWNER CITY OF DES PLAINES Prepared By CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET/NORTHWEST HIGHWAY

More information

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

Part I List below all dates for receipt of each Addendum received in connection with this solicitation. ADDENDA RECEIPT ACKNOWLEDGEMENT BID NUMBER: TITLE: INSTRUCTIONS: The proposer will complete Part I OR Part II of this form, whichever is applicable as well as sign and date this form. This form serves

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

PAVING BIDS. Week of June 05th, 2017 Escanaba Daily Press. Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain, MI 49801

PAVING BIDS. Week of June 05th, 2017 Escanaba Daily Press. Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain, MI 49801 PAVING BIDS TO BIDDERS: Thursday May 31st, 2017 ADVERTISED: Week of June 05th, 2017 Escanaba Daily Press BID OPENING: Tuesday June 20th, 2017 Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain,

More information

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.

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. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

Installation of playground equipment at. Armstrong School & MacArthur School. Concrete work at Freedom Run Dog Park & Armstrong School Park

Installation of playground equipment at. Armstrong School & MacArthur School. Concrete work at Freedom Run Dog Park & Armstrong School Park Bidder Name: Address: Telephone #: Email: Installation of playground equipment at Armstrong School & MacArthur School Concrete work at Freedom Run Dog Park & Armstrong School Park BID DATE: March 13, 2018

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO Bid Proposal Form C.I.P. NO. 2016-012 PROJECT: BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND ATTACHMENTS AS REQUIRED SUBMITTED BY: (Bidder s Name) In accordance with the City of Commerce s Notice

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PARKING LOT RECONSTRUCTION AT (DATE): MARCH 9, 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PARKING LOT RECONSTRUCTION AT (DATE): MARCH 9, 2017 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 PROJECT MANUAL 2016 CONCRETE SLAB REPLACEMENT PROGRAM Richmond Heights, MO Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 Prepared

More information

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS will be received by the Municipal Clerk of the Borough of Beachwood, in the Beachwood Municipal Complex, 1600 Pinewald Road, Beachwood, New Jersey no later than

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

INVITATION FOR BID IFB # SCOTT SCBA & ACCESSORIES MILLEDGEVILLE FIRE DEPARTMENT

INVITATION FOR BID IFB # SCOTT SCBA & ACCESSORIES MILLEDGEVILLE FIRE DEPARTMENT CITY OF MILLEDGEVILLE, GEORGIA INVITATION FOR BID IFB #18-0010 SCOTT SCBA & ACCESSORIES MILLEDGEVILLE FIRE DEPARTMENT For all questions about this BID contact: Jacque Huley, CPPB, Procurement Coordinator

More information

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION WILLIAM A. BELL, SR. MAYOR ROOM 220 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, ALABAMA 35203-2292 INVITATION TO

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO PROJECT MANUAL FOR CONTRACT NO. 016-00781-01 GAS TURBINE GENERATOR NO. 9 ROOF REPLACEMENT PROJECT FEBRUARY 2018 1001 Madison Avenue

More information

NOT FOR BIDDING PURPOSES

NOT FOR BIDDING PURPOSES TABLE OF CONTENTS LEGAL SECTION NOTICE INVITING BIDS... INSTRUCTIONS AND INFORMATION TO BIDDERS... PROPOSAL... BIDDING SHEET SCHEDULE... EXPERIENCE AND QUALIFICATIONS... BIDDER'S REFERENCES... DESIGNATION

More information

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION Date Issued: October 30, 2017 RFP Number: 18Q-024 Submission Deadline:

More information