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

Size: px
Start display at page:

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

Transcription

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

2 Map of Approximate Vicinity Where Sewer Manhole Replacement and By Pass Work Will Be Conducted 2

3 SPECIFICATIONS & CONTRACT DOCUMENTS SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT TOWN OF TYRONE INDEX Section No. I II III IV V VI VII VIII IX X XI XII Title Advertisement for Bids Instructions to Bidders Bid Proposal Non-Collusion Affidavit of Prime Bidder E-Verify Compliance Affidavit of Prime Bidder Bid Bond Agreement Performance Bond Payment Bond Certificate of Owner s Attorney General Conditions Supplementary Conditions Technical Specifications TOWN OF TYRONE Sanitary Sewer Specification & Standards, Revised 1/5/06, latest revision. 3

4 I ADVERTISEMENT FOR BIDS SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT TOWN OF TYRONE Sealed Bids for the SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT will be received at the Administrative Offices, TYRONE TOWN HALL, and 881 Senoia Road, Tyrone, Georgia until 10:00 a.m. legal prevailing time on April 26, 2013, at which time and place they will be publicly opened and read aloud. No Bid may be withdrawn after the closing time for the receipt of Bids for a period of ninety (90) calendar days. The Work to be done consists of furnishing all materials and equipment and performing all labor necessary to installation of a new force main receiving manhole, pipe, by-pass connection, and providing by-pass pumping services in conjunction with Jenkins Rd. Lift Station #2 wet well and manhole lining services for the TOWN OF TYRONE (hereinafter referred to as Owner). Payment of the Contract amount will be made monthly as applications for payment from the contractor are submitted and approved by the Owner based on work accomplished, products furnished and products stored at the site. Such progress payment requests shall be submitted by the contractor no later than the 25 th day of each month during the term of the Contract and shall be paid by the Owner within thirty (30) days after receipt of approved progress payment requests, less the retainage and other deductions provided in the Contract Documents. Further details concerning the payment provisions of the Contract are contained in Section 14 of the General Conditions and of the Supplementary Conditions of the Contract Documents. Bonds: All Bids must be accompanied by a Bid Bond in an amount not less than ten percent (10%) of the amount Bid. The Successful Bidder, if awarded the Contract, will be required to furnish a Performance Bond and Payment Bond, each in the amount of one hundred percent (100%) of the Contract amount. The Owner reserves the right to reject any or all Bids, to waive informalities, and to re-advertise. 4

5 II INSTRUCTIONS TO BIDDERS 1. Defined Terms: Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions. The term Bidder means one who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term Successful Bidder means the lowest, qualified, responsible and responsive Bidder to whom Owner (on the basis of Owner s evaluation as hereinafter provided) makes an award. The term Bid Documents includes the Advertisement or Request for Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids.) 2. Copies of Bid Documents: 2.1 Complete sets of the Bid Documents in the number and for the sum, if any, stated in the Request for Bid may be obtained from the Owner. 2.2 Complete sets of Bid Documents must be used in preparing Bids; the Owner does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. 2.3 Owner in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. Not Used 4. Examination of Contract Documents and Site: 4.1 It is the responsibility of each Bidder before submitting a Bid, to: (a) Examine the Contract Documents thoroughly, (b) Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (c) Study and carefully correlate Bidder s observations with the Contract Documents, and (d) Notify Owner of all conflicts, errors or discrepancies in the Contract Documents. 4.2 Reference is made to the Supplementary and Supplemental General Conditions for identification of: Those reports of explorations and tests of subsurface conditions at the site which have been utilized by Owner in preparation of the Contract Documents, if applicable Those drawings of physical conditions in or relating to existing surface and subsurface conditions, (except Underground Facilities), which are at or contiguous to the site which have been utilized by Owner in preparation of the Contract Documents. 4.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner by owners of such Underground Facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 5

6 4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will, at Bidder s own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 4.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. Interpretations and Addenda: 5.1 All questions about the meaning or intent of the Contract Documents are to be directed to Owner in writing. Interpretations or clarifications considered necessary by Owner in response to such questions will be issued by Addenda mailed, ed or delivered to all parties recorded by Owner as having received the Bid Documents. Questions received less than five days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Addenda may also be issued to modify the Bid Documents as deemed advisable by Owner. 6. Bid Security: 6.1 Each Bid must be accompanied by Bid bond made payable to Owner in an amount of ten percent (10%) of the Bidder s maximum Bid price in the form of a certified or bank check or a Bid Bond issued by a surety meeting the requirements of Paragraph 5.1 of the General Conditions. 6

7 6.2 The Bid bond of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract bond, whereupon the Bid bond will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract bond within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the Bid bond of that Bidder will be forfeited. The Bid bond of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of the Agreement or the ninety-first day after the Bid opening, whereupon Bid bond furnished by such Bidders will be returned. Bid bond with Bids which are not competitive will be returned within seven days after the Bid opening. 7. Contract Time: The numbers of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the Contract Time) are set forth in the Bid Form and the Agreement. 7.1 Contract time for this contract shall be 45 days. 8. Liquidated Damages: Provisions for liquidated damages are set forth in the Agreement. 9. Substitute or Or Equal Items: The materials and equipment described in the Bid Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. No substitution will be considered unless written request for approval has been submitted by the Bidder and has been received by Owner at least 10 days before receipt of Bids. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment or Work that incorporation of the substitute would require shall be included. The burden of proof of the merit of the proposed substitute is upon the Bidder. The Owner s decision of approval or disapproval of a proposed substitution shall be final. If Owner approves any proposed substitution, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner. If a request for approval is not submitted, the Contractor will be required to provide the manufacturer or supplier named in the specifications or on the plans. Any redesign required for using substitute equipment, shall be the responsibility of the Contractor. Without exception, substitute equipment shall not be used in the preparation of the BASE BID without having approval of the Owner prior to submission of the BID. 10. Subcontractors, Suppliers and Others: 10.1 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, and other persons and organizations (including those who are to furnish the principal items of material and equipment) to be submitted to Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven days after the Bid opening submit to Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person or organization if requested by Owner. If Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, 7

8 person or organization may before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. If apparent Successful Bidder declines to make any such substitution, Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid bond of any Bidder. Any Subcontractor, Supplier, other person or organization listed and to whom Owner does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph of the General Conditions No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 11. Bid Form: 11.1 The Bid Form is included with the Bid Documents; additional copies may be obtained from Owner All blanks on the Bid Form must be completed in ink or by typewriter Bids by corporations must be executed in the corporate name by the president or a vicepresident (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and State of incorporation must be shown below the signature, together with State Contractor s License number Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature Bids by a limited liability company (LLC) must be signed by it Manager(s) and attested by an authorized individual All names must be typed or printed below the signature The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form) The address and telephone number for communications regarding the Bid must be shown. 12. Submission of Bids: 12.1 Bids shall be submitted at the time and place indicated in the Advertisement or Request for Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted) and name, address and Georgia Licensed Utility Contractor Number of the Bidder and accompanied by the Bid bond and other required documents. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation BID ENCLOSED on the face of it. 8

9 12.2 Prospective Bidders are furnished one bound copy of the Bid Documents. The Bid Form is to be completed and submitted with Bid Bond. 13. Modification and Withdrawal of Bids: 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids If, within twenty-four hours after Bids are opened, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid bond will be returned. Thereafter, that Bidder will be disqualified from further Bid on the Work to be provided under the Contract Documents. 14. Opening of Bids: Bids will be opened and (unless obviously non-responsive) read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 15. Bids to Remain Subject to Acceptance: All Bids will remain subject to acceptance for ninety days after the day of the Bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid bond prior to that date. 16. Award of Contract: 16.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, non-responsive, unbalanced or conditional Bids. Also, Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum Not Used 16.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 9

10 16.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner s satisfaction within the prescribed time If the contract is to be awarded, it will be awarded to the Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within sixty (60) days after the day of the Bid opening. 17. Contract Security: Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner s requirements as to performance and payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required performance and payment Bonds. 18. Signing of Agreement: When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds. Within ten days thereafter Owner shall deliver one fully signed counterpart to Contractor. 19. Laws and Regulations: The Contractor shall keep himself fully informed of all laws, ordinances and regulations of State, City and County in any manner affecting those engaged or employed in the Work, or the materials used in the Work, or in any way affecting the conduct of the Work, and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in this contract, or in the drawings or specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, he shall forthwith report the same in writing to the Owner. He shall at all times, himself, observe and comply with all such existing and future laws, ordinances and regulations and shall protect and indemnify the Owner and its agents against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree whether by himself or by his employees. 10

11 III BID PROPOSAL SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT TOWN OF TYRONE, GEORGIA Place: Town Hall, 881 Senoia Road, Tyrone, Georgia Date: Time: Bid of (hereinafter called Bidder ) a corporation organized and existing under the laws of the State of, a partnership, or an individual doing business as. TO: Tyrone Town Hall Tyrone, Georgia Ladies and Gentlemen: The Bidder, in compliance with your Request for Bids for the SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT having examined the plans and specifications with related contract documents and the site of the work, and being familiar with all of the conditions surrounding the Supplemental General Conditions and the availability of materials and labor, hereby proposes to furnish all labor, materials and supplies and to provide the services in accordance with the contract documents at the prices stated below. These prices cover all expense incurred in performing the work required under the contract documents of which this BID is a part. Sewer Manhole Replacement and Bypass Work: The Bidder hereby agrees to commence Sewer Manhole Replacement and Bypass work under this contract according to the following conditions. The TOWN OF TYRONE, hereafter referred to as the Owner, hereby defines Sewer Manhole Replacement and Bypass as follows: The site preparation, soil stabilization and grading necessary to properly construct an in-line bypass of the existing wet well and identified manholes, as part of a rehabilitation project to restore the structural integrity of the aforementioned component pieces of the Town s Sanitary Sewer System. Bidder acknowledges receipt of the following addenda: Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated BASE BID The Contractor agrees to furnish all materials (unless stated otherwise) and equipment and to perform all labor necessary for the SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT 11

12 using equipment meeting the requirements described in the Technical Specifications and installed in accordance with the construction documents for the following Unit Prices: A. Proposal for Equipment, Labor: Item No. Description Estimated Quantity Unit of Measure 1 Mobilization 1 LS 2 Silt Fence (Sd1-C or C-POP) 150 LF 3 Disturbed Area Stabilization (Ds1, Ds2, Ds3, 170 SY Du) 4 Demolition 1 LS 5 Manhole 1 LS 6 Force-Main By-Pass Connection 1 LS 7 6 PVC Pipe 75 LF 8 No. 57 Stone 20 CY 9 By-Pass Pumping 1 LS Unit Price (Figures) Amount (Figures) 10 Engineer Directed Changes 1 LS $10, $10, TOTAL BASE BID: ($ ) Dollars The lump sum and unit prices shown shall include all labor, materials, bailing, shoring removal, overhead, taxes, profit, insurance, etc., to cover the finished work of the several kinds called for, unless otherwise noted. The Bidder understands that the Owner reserves the right to reject any or all Bids and to waive any informality in the Bid. The Bidder declares that he understands that the quantities shown for unit price items are approximate only and are subject to either increases or decreases and that should the quantities of any of the items of work be increased, the Bidder proposes to do the additional work at the prices stated herein; and should the quantities be decreased, the Bidder also understands that payment will be made on the basis of the actual quantities at the unit price Bid and will make no claim for anticipated profits for any decrease in quantities and that actual quantities will be determined upon completion of the work at which time adjustments will be made to the contract amount by direct increase or decrease. The Bidder understands that the Owner reserves the right to reject any or all Bids and to waive any informality in the Bid. The Bidder understands that Owner reserves the right to supply materials for the SEWER MANHOLE REPLACEMENT AND BYPASS. If the Owner provides any materials for the items listed in the Bid Proposal, the bid unit price shall be adjusted by deducting the actual material invoice cost paid by the Owner calculated on a unit price basis matching the units listed in the proposal. The Bidder further agrees that any Contractor furnished materials required for SEWER MANHOLE REPLACEMENT AND BYPASS Work shall be paid at actual invoice cost which shall include all applicable sales taxes and costs of transportation and storage. The allowable markup for Contractor furnished materials required for SEWER MANHOLE REPLACEMENT AND BYPASS Work shall be 15% over invoice cost. 12

13 The Bidder further agrees that, in case of failure on his part to execute the contract agreement and bonds within fifteen (15) days after notification of award of contract, the Bid Bond or Certified Check accompanying his Bid and the monies payable thereon, shall be paid into the funds of the Owner as liquidated damages for such failure, otherwise the check or Bid Bond accompanying this Bid shall be returned to the Bidder according to the provisions of the Instructions to Bidders. Attached hereto is a for the sum of ($ ) according to the conditions of the Instructions to Bidders. Dollars, SEAL (if Bid is by Corp.) Name of Bidder Signature Title Address of Bidder Telephone No. Georgia Utility Contractor License No. City, State &Zip Code Fax No. (Note: Ga. Utility Contractor License No. must also be marked on the front of the envelope.) 13

14 IV NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of County, being first duly sworn, deposed and says that: (1) He is of (owner, partner, officer, representative, or agent), the Bidder that has submitted the attached Bid; (2) He 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 a 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 affidavit, 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 Bid 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 TOWN OF TYRONE 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 affidavit. BY: TITLE: Subscribed and sworn to before me this day of, 20. (Notary Public) My commission expires,

15 State of County V E-VERIFY COMPLIANCE AFFIDAVIT OF PRIME BIDDER, being first duly sworn, deposed and says that: (1) He is of (owner, partner, officer, representative, or agent), the Bidder that has submitted the attached Bid; (2) He or his Designated Agent has registered for and is participating in a qualifying federal work authorization program (E-Verify program) according to Federal Acquisition Rules pursuant to the Immigration Reform and Control Act of 1986 ( IRCA ). (3) He is in full compliance with the requirements of Georgia Security and Immigration Compliance Act pursuant to O.C.G.A (4) He will continue to comply with the requirements of the Georgia Security and Immigration Compliance Act for all future new hires. (5) He further agrees that, should the Bidder employ or contract with any Subcontractor(s) in connection with the physical performance of services within this state pursuant to this contract, the undersigned will secure from such Subcontractor(s) a verification of compliance with O.C.G.A using a form substantially similar to this form. (6) He further agrees that the Bidder will maintain records of compliance and provide a copy of each Subcontractor s verification to the public employer at the time the Subcontractor is to retained to perform such service. BY: TITLE: Subscribed and sworn to before me this day of, 20. (Notary Public) My commission expires, 20. Provide the following required information: E-Verify User Authorization Number: Date of Authorization: 15

16 SB529 (The Ga Security and Immigration and Compliance Act) requires contractors to file an affidavit that the contractor and its Subcontractors have registered and participate in a federal work authorization program intended to insure that only lawful citizens or lawful immigrants are employed by the contractor or Subcontractor. This requirement of SB529 is a phased-in affidavit filing requirement based on the size of the contractor. Contractors with 500 or more employees are required to file an affidavit of compliance beginning 7/1/07. However, because the requirement is set forth in OCGA which is a part of Chapter 10 of Title 13 governing public works contracts, the affidavit filing requirements of SB529 therefore only apply to public works contract. A. In order to insure compliance with the Immigration Reform and Control Act of 1986 (IRCA), D.L and the Georgia Security and Immigration Compliance Act OCGA et.seq.,contractor must initial one of the sections below: Contractor has 500 or more employees and Contractor warrants that Contractor has complied with the Immigration Reform and Control Act of 1986 (IRCA), D.L and the Georgia Security and Immigration Compliance Act by registering at and verifying information of all new employees; and by executing any affidavits required by the rules and regulations issued by the Georgia Department of Labor set forth at Rule et.seq. Contractor has employees and Contractor warrants that no later than July 1, 2008, Contractor will register at to verify information of all new employees in order to comply with the Immigration Reform and Control Act of 1986 (IRCA), D.L and the Georgia Security and Immigration Compliance Act; and by executing any affidavits required by the rules and regulations issued by the Georgia Department of Labor set forth at Rule et. seq. Contractor has 99 or fewer employees and Contractor warrants that no later than July 1, 2009, Contractor will register to verify information of all new employees in order to comply with the Immigration Reform and Control Act of 1986 (IRCA), D.L and the Georgia Security and Immigration Compliance Act; and by executing any affidavits required by the rules and regulations issued by the Georgia Department of Labor set forth at Rule et. seq. B. Contractor warrants that Contractor has included a similar provision in all written agreements with any Subcontractors engaged to perform services under this Contract. Signature Title Firm Name: Street/Mailing Address: City, State, Zip Code: Telephone Number: Address: SUBCONTRACTOR AFFIDAVIT 16

17 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 [NAME OF PUBLIC EMPLOYER] 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 EEV / Basic Pilot Program* User Identification Number BY: Authorized Officer or Agent Date (Contractor Name) 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: * As of the effective date of O.C.G.A , the applicable federal work authorization program is the EEV / Basic Pilot Program operated by the U. S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). 17

18 VI BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the TOWN OF TYRONE as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of, The Condition of the above obligation is such that whereas the Principal has submitted to TOWN OF TYRONE a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for the SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT. NOW, THEREFORE, (a) (b) If said BID shall be rejected, or in the alternate If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. 18

19 PRINCIPAL (L.S.) SURETY BY IMPORTANT: SURETY COMPANIES EXECUTING BONDS MUST APPEAR ON THE TREASURY DEPARTMENT S MOST CURRENT LIST (CIRCULAR 570 AS AMENDED) AND BE AUTHORIZED TO TRANSACT BUSINESS IN THE STATE WHERE THE PROJECT IS LOCATED. 19

20 VII AGREEMENT THIS AGREEMENT, made this _ day of, 2013, by and between TOWN OF TYRONE hereinafter called OWNER and (Name of Contractor) doing business as an (individual, partnership, corporation) hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The CONTRACTOR will commence and complete the construction of the SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT and all other incidental work required by the Contract Documents for a complete project hereinafter called the WORK. 2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS according to the following conditions: SEWER MANHOLE REPLACEMENT AND BYPASS Work: The Bidder hereby agrees to commence SEWER MANHOLE REPLACEMENT AND BYPASS work under this contract according to the following conditions. The TOWN OF TYRONE hereafter referred to as the Owner, hereby defines SEWER MANHOLE REPLACEMENT AND BYPASS for this contract as follows: The site preparation, soil stabilization and grading necessary to properly construct an in-line bypass of the existing wet well and identified manholes, as part of a rehabilitation project to restore the structural integrity of the aforementioned component pieces of the Town s Sanitary Sewer System. Time is of the essence to the contract Documents and all obligations thereunder. The Contractor acknowledges and recognizes that the Owner is entitled to the full and beneficial occupancy and use of the completed Work following expiration of the Contract Time for the SEWER MANHOLE REPLACEMENT AND BYPASS project and that the Owner has binding agreements and public trust commitments based upon the Contractor achieving Substantial Completion of the Work within the Contract Time. The Contractor further acknowledges and agrees that if the Contractor fails to achieve Substantial Completion of any portion of the Work within the Contract Time, the Owner will sustain extensive damages and serious loss as a result of such failure as well as potential breaches of its public trust. The exact amount of such damages will be extremely difficult to ascertain. Therefore, the Owner and Contractor agree as follows in this paragraph: a. If the Contractor fails to achieve Substantial Completion of the Work within the Contract Time or as otherwise required by the Contract Documents for SEWER MANHOLE REPLACEMENT AND BYPASS work, the Owner shall be entitled to retain or recover from the Contractor, not as a penalty, but as 20

21 liquidated damages representing an estimate of daily damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract, the sum of Five Hundred Dollars ($500.00) per day for each and every calendar day of unexcused delay in achieving Substantial Completion beyond the date set forth herein for Substantial Completion of the Work. Such liquidated damages are hereby agreed to be a reasonable pre-estimate of Damages the Owner will incur as a result of the delayed completion of the Work. b. The Owner may deduct liquidated damages described in the above paragraph from any unpaid amounts then or thereafter due the Contractor under this Agreement. The Owner may also, when the Owner reasonably believes that Substantial Completion will be inexcusably delayed, withhold from any amounts otherwise due to the Contractor an amount believed by the Owner to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving Substantial Completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. c. Such liquidated damages referred to herein are intended to be and are cumulative and shall be in addition to every other remedy now or hereafter enforceable at law, in equity, by statute, or under the contract. 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of ($ ) or as shown in the BID schedule. 5. The term CONTRACT DOCUMENTS means and includes the following: A. Advertisement for Bids B. Instructions to Bidders C. Bid D. Non-Collusion Affidavit of Prime Bidder E. Bid Bond F. Agreement G. Performance Bond H. Payment Bond I. Certificate of Owner s Attorney J. General Conditions K. Supplementary Conditions L. Supplemental General Conditions M. Technical Specifications N. ADDENDA: No., dated, ADDENDA: No., dated, ADDENDA: No., dated, 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. The retainage of each partial pay estimate shall be in accordance with the Supplementary Conditions. 21

22 7. The OWNER will pay to the CONTRACTOR an initial Administrative Fee in the amount of 1.0% of the Bid Amount to cover all costs associated with the execution of this Agreement including, but not limited to, the cost of providing the required Performance and Payment Bonds for the Project. The Administrative Fee shall be paid to the CONTRACTOR in the manner and at such times as set forth in the General Conditions whether or not any additional work is awarded in accordance with this Agreement. There will be no retainage withheld on the Administrative Fee. The Administrative Fee for this project shall be $ and is included and a portion of the total agreement amount listed in Paragraph 4 of this Agreement. 8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns for a period of 12 months after the effective date of the Agreement. 9. This Agreement may be extended for an additional 12 months upon mutual agreement of both parties in the form of a properly executed written change order. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in four (4 ) copies, each of which shall be deemed an original on the date first above written. OWNER: TOWN OF TYRONE 881 Senoia Road Tyrone, Georgia BY: NAME: Title: (Please Type) (SEAL) ATTEST: Name: (Please Type) Title: CONTRACTOR: BY: NAME: (SEAL) (Please Type) ADDRESS: 22

23 ATTEST: Name: (Please Type) Title: 23

24 VIII PERFORMANCE BOND KNOW ALL MEN BY THE PRESENTS: that, a corporation of the State of, the Principal, and, the Surety, are held and firmly bound unto the TOWN OF TYRONE (the Owner ) existing under and by virtue of the laws of the State of Georgia, in the sum of dollars ($ ), in lawful money of the United States well and truly to be made we do hereby bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and severally. The condition of this obligation is such that whereas Principal has entered into a certain Contract with the Owner, dated as of the day of, 2013, which is by reference incorporated in and made a part hereof as fully as if copied here verbatim, for the following work: SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT NOW, THEREFORE, if the Principal shall in all respects comply with and perform all the terms and conditions of the Contract, which includes the Drawings, in said contract as the documents therein provide for, during the original term thereof and any extensions thereof which may be granted by the Owner, with or without notice to Sureties, and during the one-year warranty period, and if Principal shall satisfy all claims and demands and shall indemnify and save harmless the Owner against and from all costs, expenses, attorney s fees, court costs, litigation expenses, damages, injury, or conduct, want of care, skill, negligence, or default, including compliance with performance guarantees and patent infringement by the Principal, then this obligation shall be void; otherwise, Principal and Sureties jointly and severally agree to pay the Owner any difference between the sum to which the Principal would be entitled on the completion of the Contract and that which the Owner may be obliged to pay for the completion of the work by Contract or otherwise, together with any damages, direct or indirect, on account of the failure of the Principal to keep and execute all provisions of the Contract, or on account of the failure of the Sureties to keep and execute all provisions of the bond. Principal and Sureties further bind themselves, their heirs, executors, administrators, and assigns, jointly and severally, that if the Principal shall keep and perform its agreement to repair or replace defective work or equipment during the warranty period of one (1) year as provided, then this paragraph shall be void; but if default shall be made by Principal in the performance of its contract to so repair or replace said work, then this paragraph shall be in effect and Owner shall have and recover from Principal and its Sureties damages for all defective conditions arising by reason of defective materials, work, or labor performed by or on the account of Principal and it is further understood and agreed that this obligation shall be a continuing one against the Principal and Sureties hereon, and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the obligation therein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time; If, pursuant to the Contract Documents, the Contractor shall be declared in default by the Owner under the aforesaid Contract, the Sureties may promptly remedy the default or shall promptly complete the Contract in accordance with its terms and conditions. It shall be the duty of the Sureties to give an unequivocal notice in writing to the Owner, within fifteen (15) days after receipt of a declaration of default, of the Sureties election to either remedy the default or defaults promptly or to perform the Contract promptly, time being of the essence. In said notice of election, the Sureties shall indicate the date on which the remedy or performance will commence which shall be no later than thirty (30) days 24

25 from the date of receipt of the declaration of default, and it shall then be the duty of the Sureties to give prompt notice in writing to the Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each item of condemned work, (c) the furnishing of each omitted item of work, and (d) the performance of the contract. The Sureties shall not assert solvency of its Principal as justification for its failure to give notice of election or for its failure to promptly remedy the default or defaults or perform the Contract. Supplementary to and in addition to the foregoing, whenever the Owner shall notify the Sureties that the Owner has notice that the Principal has failed to pay any Subcontractor, material man, or laborer for labor or materials certified by the Principal as having been paid for by the Principal in accordance with said periodical estimate and paid for by the Owner, the Sureties shall, within fifteen (15) days of receipt of such notice cause to be paid any unpaid amounts for such labor and materials. It is expressly agreed by the Principal and the Sureties that the Owner, if it desires to do so, is at liberty to make inquiries at any time of Subcontractors, laborers, material men, or other parties concerning the status of payments for labor, materials, or services furnished in the prosecution of the work. No right of action shall accrue on the bond to or for the use of any person or corporation other than the Owner named herein or the legal successors of the owner. And the Surety, for value received, hereby stipulates and agrees that the obligations of the Sureties and this Bond shall in no way be impaired or affected by any extension of time, modification, omission, addition, or change in or to the Contract, the work to be performed thereunder, or by any payment thereunder before the time required therein, or by any waiver of any provision thereof, or by any assignment subletting or other transfer thereof, or of any part thereof, of any work to be performed, or of any moneys due to become due thereunder; and the modification, omissions, additions, changed payments, waivers, assignments, subcontracts, and transfer, and hereby stipulates and agrees that any and all things done and omitted to be done by and in relation to executors, administrators, successors, assignees, Subcontractors, and other transferees shall have the same effect as to said Sureties as though done or omitted to be done by and in relation to the Principal. In the event that the Owner is required to enforce this Bond through any type of legal proceeding, the Principal and Sureties shall pay all costs, including but not limited to attorney s fees, court costs, expert witness fees, litigation expenses, and any other cost incurred by the Owner in the enforcement of this Bond. Any notice required to be given under the terms of this document shall be deemed to have been given on the date the same is hand-delivered to the parties to this document of on the date the same is deposited in the United States mail to the address hereinafter stated with sufficient postage affixed thereto to insure delivery of said notice. As to the Owner: TOWN OF TYRONE 881 Senoia Road Tyrone, Georgia

26 As to the Principal: As to the Sureties: PRINCIPAL: By: Name: Title: ATTEST: Name: Title: (SEAL) Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual, by a Notary. 26

27 SURETY: By: Name: Title: Agency: Address: WITNESS: Name: (Please Print or Type) Title: (SEAL) Note: Surety companies executing Bonds must be approved by the Owner. 27

28 IX PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that,a corporation in the State of, the Principal, and, the Surety, are held and firmly bound to the TOWN OF TYRONE (the Owner ) existing under and by virtue of the laws of the State of Georgia, in the sum of dollars ($ ), in lawful money of the United States well and truly to be made we do hereby bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and severally. The condition of this obligation is such that whereas Principal has entered into a certain Contract with the Owner, dated as of the day of, 2013, which is by reference incorporated in and made a part hereof as fully as if copied here verbatim, for the following work: SEWER MANHOLE REPLACEMENT AND BYPASS CONTRACT. NOW, THEREFORE, if the Principal shall fully pay for all the labor and materials used by said Principal or any immediate or remote Subcontractor or furnisher of labor or materials under him in the performance of the work in lawful money of the United States as the same shall become due, including all amounts due for materials, lubricants, oil, gasoline, electricity, coal and coke, repairs on machinery, equipment, and tools, consumed or used in connection with performance of the work and all insurance premiums and other charges incurred under said contract, then this obligation shall be void; otherwise to remain in full force and effect. Principal and Surety further bind themselves, their heirs, executors, administrators and assigns, jointly and severally, that they shall promptly make payments of all taxes, licenses, assessments, contributions, penalties, and interest thereon, when, and if, the same may be lawfully due the State of Georgia or any County, Municipality, or political subdivision thereof by reason of and directly connected with the performance of the contract, or any part thereof. And the Surety, for value received, hereby stipulates and agrees that the obligations of the Surety and this Bond shall in no way be impaired or affected by any extension of time, modification, omission, addition, or change in or to the contract, the work to be performed thereunder, or by any payment thereunder before the time required therein, or by any waiver of any provision thereof, or by any assignment subletting or other transfer thereof, or of any part thereof, or any work to be performed, or of any moneys due to become due thereunder; and the said Surety does hereby waive notice of any and all such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts, and transfer, and hereby stipulates and agrees that any and all things done and omitted to be done by and in relation to executors, administrators, successors, assignees, Subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done by and in relation to the Principal. And the Surety, for value received, received, hereby acknowledges and agrees that no final settlement between the Owner and the Contractor shall abridge the right for any beneficiary hereunder whose claim may be unsatisfied. In the event that the Owner is required to enforce this Bond through any type of legal proceeding, the Contractor and Sureties shall pay all costs, including but not limited to attorney s fees, court costs, expert witness fees, litigation expenses, and any other cost incurred by the Owner in the enforcement of this Bond. 28

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

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM CITY OF DE PERE PROJECT 16-10 HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 2016 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

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

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

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

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

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

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

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

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

CONTRACT DOCUMENTS 2018 AERATION OF WWTP EFFLUENT CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI JULY 2018 PREPARED BY:

CONTRACT DOCUMENTS 2018 AERATION OF WWTP EFFLUENT CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI JULY 2018 PREPARED BY: CONTRACT DOCUMENTS 2018 AERATION OF WWTP EFFLUENT CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI 48429 JULY 2018 PREPARED BY: 555 S. SAGINAW STREET SUITE 201 DUR 2001.01F FLINT, MI 48502 Table of Contents

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

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

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV NORTH BAY VILLAGE, FLORIDA INVITATION TO BID FOR WATERMETERREPLACEMENT PROGRAM BID NO. NBV 2017-001 SEALED PROPOSALS WILL BE RECEIVED BY THE VILLAGE CLERK, 1666 KENNEDY CAUSEWAY,SUITE 300, NORTH BAY VILLAGE,

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

Mabton Canal Improvement Project MP Reservoir

Mabton Canal Improvement Project MP Reservoir 100% Submittal Mabton Canal Improvement Project MP 12.48 Reservoir Specifications Prepared By Sunnyside Valley Irrigation District 120 South 11th Street Sunnyside, WA 98944 June 2010 BIDDING REQUIREMENTS

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

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

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM CITY OF DE PERE PROJECT 19-03 CIPP SEWER LINING BID DATE: JANUARY 31, 2019 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

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

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 PEARL RIVER COUNTY UTILITY AUTHORITY POPLARVILLE WASTEWATER TREATMENT PLANT BELT FILTER PRESS PROJECT PEARL RIVER COUNTY, MS TABLE OF CONTENTS DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS 00030 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

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

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

Powell Substation Control Panels Replacement Project

Powell Substation Control Panels Replacement Project PAGE UTILITY ENTERPRISES 640 Haul Road Page, Arizona 86040 Powell Substation Control Panels Replacement Project Volume I - Bidding Documents Bid #206 Bidder s Name and Address May 2016 Intermountain Consumer

More information

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING Bid Document Specifications, Proposal and Contract Documents July 2013 CITY OF LAKE FOREST PARK Exterior Painting of City Hall Building

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

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

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE The Towns of Readfield and Winthrop, acting by and through the Maranacook Lake Outlet Dam Committee, are

More information

SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS

SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS WASTEWATER TREATMENT PLANT RENOVATION Prepared for: WATER WORKS AND SEWER BOARD OF THE CITY OF GENEVA JULY, 2018 Prepared by: Andalusia, Alabama TABLE OF

More information

THE CITY OF LAKE FOREST

THE CITY OF LAKE FOREST THE CITY OF LAKE FOREST SPECIFICATIONS FOR Barrell Memorial Gate Restoration Project at the Lake Forest Cemetery January 4, 2019 TABLE OF CONTENTS SECTION 00030... 4 ADVERTISEMENT FOR BIDS... 4 SECTION

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

Standard Specifications and Details for Street and Utility Construction

Standard Specifications and Details for Street and Utility Construction Standard Specifications and Details for Street and Utility Construction 2013 Edition City of Sheridan 55 Grinnell Plaza PO Box 848 Sheridan, WY 82801 (307) 674-6483 TABLE OF CONTENTS TABLE OF CONTENTS

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

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

SECTION CONTRACT DOCUMENTS TABLE OF CONTENTS

SECTION CONTRACT DOCUMENTS TABLE OF CONTENTS SECTION 00020 CONTRACT DOCUMENTS TABLE OF CONTENTS PAGE(S) BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT SECTION PAGE(S) PART 1 - BIDDING REQUIREMENTS 00010 Title Page... 00001-1

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

Bidding Documents - Contract Forms - Specifications City of Parkersburg CITY PARK POOL- CONCESSION STAND #2018-10 Parkersburg, West Virginia Tom Joyce, Mayor Everett Shears, Director Public Works Adam

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

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

City of Ketchum and Sun Valley Water and Sewer District

City of Ketchum and Sun Valley Water and Sewer District City of Ketchum and Sun Valley Water and Sewer District CITY OF KETCHUM AND SUN VALLEY, ID Headworks Improvements - Screen and Washer/Compactor Procurement Issued for Bid February 2018 HDR Project No.

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

ADDENDUM NO. 1. This addendum consists of 13 pages

ADDENDUM NO. 1. This addendum consists of 13 pages KENAI PENINSULA BOROUGH Purchasing & Contracting 144 North Binkley Street Soldotna, Alaska 99669-7520 Phone (907) 714-2260 Fax (907) 714-2373 www.borough.kenai.ak.us/purchasing ADDENDUM NO. 1 This addendum

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

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

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall,

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall, PAAC/City CONSIGNMENT AGREEMENT for ARTWORK This Consignment Agreement (the Agreement ) is made this date: * by and between * (the Consignor ), The City of Twentynine Palms (the City ), to provide the

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

CITY OF FLINT, MICHIGAN

CITY OF FLINT, MICHIGAN CITY OF FLINT, MICHIGAN DEPARTMENT OF PURCHASES & SUPPLIES PROJECT MANUAL FOR 2018 PHASE V HYDROVAC EXPLORATION Proposal No. 18-570 JANUARY 24, 2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FLINT Department

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

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

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR PARKVIEW / LANTRIP RETAINING WALL REPLACEMENT Project Number KIL001C ISSUED FOR BID Submission Deadline: Tuesday, December 19 th, 2017 at 2 p.m. Submit

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

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

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

September Greenland Well Pump Station Replacement 143 Post Road Greenland, New Hampshire BID# CITY OF Portsmouth New Hampshire

September Greenland Well Pump Station Replacement 143 Post Road Greenland, New Hampshire BID# CITY OF Portsmouth New Hampshire September 2016 CITY OF Portsmouth New Hampshire Greenland Well Pump Station Replacement 143 Post Road Greenland, New Hampshire BID# 11-17 Division TABLE OF CONTENTS Section Number 0 BIDDING AND CONTRACT

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

TOWNSHIP TAX INCENTIVE AGREEMENT

TOWNSHIP TAX INCENTIVE AGREEMENT TOWNSHIP TAX INCENTIVE AGREEMENT This TAX INCENTIVE AGREEMENT (the Agreement ), made and entered into as of the day of, 2014, by and between the CITY OF CENTERVILLE, OHIO, a municipal corporation duly

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

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA BIDDING DOCUMENTS FOR THE KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT IN WHEELER, INDIANA SEPTEMBER 8, 2017 PREPARED BY: PORTER CO. DEPT. OF DEVELOPMENT & STORM WATER MANAGEMENT 155 INDIANA AVE.,

More information

MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION

MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION CONTRACT DOCUMENTS and CONSTRUCTION SPECIFICATIONS for MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION DOUGLAS COUNTY SEWER IMPROVEMENT DISTRICT NO. 1 ZEPHYR COVE, NEVADA Rob Hopkins,

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT

WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT MARIN COUNTY, CALIFORNIA CONTRACT DOCUMENTS FOR WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT JOB NO. 14600-04 February 2015 DISTRICT BOARD Rabi Elias President

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

BOILER PLANT UPGRADES. PROJECT MANUAL PEI Project No. 1109

BOILER PLANT UPGRADES. PROJECT MANUAL PEI Project No. 1109 City of Portsmouth PORTSMOUTH CITY HALL 1 Junkins Avenue Portsmouth, NH 03801 BOILER PLANT UPGRADES PROJECT MANUAL PEI Project No. 1109 May 2013 PO Box 4774 Portsmouth, NH 03802 Portsmouth City Hall May

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

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR SOUTHPORT ELEMENTARY SCHOOL ELECTRONIC MARQUEE AT SOUTHPORT ELEMENTARY SCHOOL 2747 Linden Road, West Sacramento, CA 95961 BCA Architects

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

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION Project Manual prepared for JACKSON COUNTY UTILITY AUTHORITY PREPARED BY: COMPTON ENGINEERING, INC. 1706 CONVENT AVE. PASCAGOULA, MISSISSIPPI

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

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

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY Normal, Alabama MIMS ENGINEERING, INC., 112B Southside Square, Huntsville, AL 35801 May 2, 2018 BOILER REPLACEMENT AT SCHOOL OF ENGINEERING

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

Rules of Accreditation. for Advertising Agencies. August 2010

Rules of Accreditation. for Advertising Agencies. August 2010 for Advertising Agencies August 2010 LIST OF CONTENTS Clauses Page no. Interpretation 3 The Print Media Accreditation Authority 4 1 Conditions for Accredited Agency 5 2 Application for Accreditation 6

More information

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS 39441 (601) 428-4014 (601) 428-1948 fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Date: From: To: This Billboard Rental Agreement is made

More information

Lincoln Charter Township Berrien County, Michigan GLENLORD BEACH PARK IMPROVEMENTS 2019

Lincoln Charter Township Berrien County, Michigan GLENLORD BEACH PARK IMPROVEMENTS 2019 Berrien County, Michigan GLENLORD BEACH PARK IMPROVEMENTS 2019 December, 2018 TABLE OF CONTENTS Section Description Pages FRONT END DOCUMENTS DIVISION 1 GENERAL 00015 - List of Drawings... 1 00100 - Bid

More information

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

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

Rehoboth Beach City Hall Landscape Plan

Rehoboth Beach City Hall Landscape Plan EXHIBIT A Bid Documents Rehoboth Beach City Hall Landscape Plan Rehoboth Beach, Delaware Davis Bowen & Friedel, Inc. 601 E. Main St, Suite 100 Salisbury, Maryland 21804 DBF # 6/2/2017 EXHIBIT A SECTION

More information

CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016.

CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016. PROJECT CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016 Prepared by: ENGINEERING AND CONSTRUCTION SERVICES DIVISION 1621 N 14

More information

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 City of River Falls Utilities Department 222 Lewis Street, River Falls. WI 54022 Phone: 715-425-0900 PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 Directional Boring Project Title Page

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

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

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

Contract Documents FOR VIEWING ONLY. for. Drinking Water System Improvements DWSIRLF FY2016 PHASE 1 Picayune Water System Sections 2, 4, and 9

Contract Documents FOR VIEWING ONLY. for. Drinking Water System Improvements DWSIRLF FY2016 PHASE 1 Picayune Water System Sections 2, 4, and 9 Contract Documents for Drinking Water System Improvements DWSIRLF FY2016 PHASE 1 Picayune Water System Sections 2, 4, and 9 Pearl River County, Mississippi September 2018 Prepared By: 925 Goodyear Boulevard

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

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

Generator for Vail Transportation Center

Generator for Vail Transportation Center Contract Documents and Specifications For Generator for Vail Transportation Center TOWN OF VAIL DEPARTMENT OF PUBLIC WORKS/TRANSPORTATION FLEET MAINTENANCE DIVISION 1289 Elkhorn Drive Vail, Colorado 81657

More information

PUBLIC SAFETY BUILDING BUILDING DEMOLITION

PUBLIC SAFETY BUILDING BUILDING DEMOLITION Contract No. BE19-117 File No. 2003 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

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

Powell Substation 21.6kV Switching Modification Project

Powell Substation 21.6kV Switching Modification Project PAGE UTILITY ENTERPRISES 640 Haul Road Page, Arizona 86040 Powell Substation 21.6kV Switching Modification Project Volume I - Bidding Documents Bid #207 Bidder s Name and Address October 2016 Intermountain

More information

DIFFUSER REPLACEMENT PROJECT CONTRACT DOCUMENTS BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT,

DIFFUSER REPLACEMENT PROJECT CONTRACT DOCUMENTS BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT, DIFFUSER REPLACEMENT PROJECT CONTRACT DOCUMENTS BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT, TECHNICAL SPECIFICATIONS AND DRAWINGS Bids will be received at the office of South Valley

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

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

Augusta County Greenville Village Sanitary Sewer Project 03/12

Augusta County Greenville Village Sanitary Sewer Project 03/12 THESE DOCUMENTS ARE PROVIDED FOR REFERENCE ONLY AND ARE NOT TO BE USED FOR BID PURPOSES CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS GREENVILLE VILLAGE SANITARY SEWER PROJECT May 12, 2012 Prepared for

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

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

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements, ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any

More information