OHIO CITY TOWN HALL OHIO CITY, COLORADO

Size: px
Start display at page:

Download "OHIO CITY TOWN HALL OHIO CITY, COLORADO"

Transcription

1 OHIO CITY TOWN HALL OHIO CITY, COLORADO PROJECT MANUAL PHASE 1 FOUNDATION STABILIZATION AND ELECTRICAL UPGRADES MAY 20, BID DOCUMENTS

2 THIS PAGE INTENTIONALLY LEFT BLANK

3 ISSUE LOG * Items in Italics have not been issued. ISSUE NAME DESCRIPTION ISSUE SET ISSUE DATE Bid Set 24x36 Drawings and Specifications A 5/20/14 REVISION DOCUMENTS DESCRIPTION ISSUE SET ISSUE DATE END OF ISSUE LOG BID SET SPECIFICATIONS i

4 DRAWING INDEX * Items in Italics have not been issued. *Items in Bold have been revised. NUMBER DRAWING NAME ISSUE SET ISSUE DATE A0.1 Cover Sheet A 5/20/14 A0.2 Site Plan & Code Review A 5/20/14 A1.1 Existing Conditions A 5/20/14 A1.2 Existing Elevations A 5/20/14 A7.1 Details A 5/20/14 T1.1 Foundation Stabilization A 5/20/14 T1.2 Electrical Distribution A 5/20/14 T1.3A Interior Structural Rehabilitation A 5/20/14 T1.3B Interior Structural Rehabilitation A 5/20/14 END OF DRAWING INDEX BID SET SPECIFICATIONS ii

5 SPECIFICATION INDEX * Items in Italics have not been issued. *Items in Bold have been revised. DIV NO. DIVISION TITLE ISSUE SET ISSUE DATE BID DOCUMENTS Invitation to Bid A 5/20/14 Instructions to Bidders A 5/20/14 Contractor s Bid Proposal A 5/20/14 Qualification Questionnaire A 5/20/14 Notice of Award Specimen A 5/20/14 Payment Bond Specimen A 5/20/14 Performance Bond Specimen A 5/20/14 Contract Agreement Specimen A 5/20/14 Notice to Proceed Specimen A 5/20/14 Change Order Form A 5/20/14 HISTORIC PRESERVATION TECHINICAL PROCEDURES S General Requirements for Safety and Health A 5/20/ S Accessibility Standards for Historic Buildings A 5/20/ S Secretary of the Interior s Standards for Rehabilitation A 5/20/ S Guidelines for Historic Buildings: General A 5/20/ S Guidelines for Historic Buildings: Wood A 5/20/ S Guidelines for Historic Buildings: Architectural Metals A 5/20/ S Guidelines for Historic Buildings: Interior Spaces A 5/20/ S Guidelines for Historic Buildings: Fire Safety A 5/20/14 DIVISION 01 GENERAL REQUIREMENTS Summary A 5/20/ Alternates A 5/20/ Payment Procedures A 5/20/ Project Management and Coordination A 5/20/ Field Engineering A 5/20/ Cutting and Patching Original Work A 5/20/ Construction Waste Management A 5/20/14 BID SET SPECIFICATIONS iii

6 Closeout Procedures A 5/20/14 DIVISION 02 EXISTING CONDITIONS Deconstruction A 5/20/ Protection and Salvage of Historic Elements A 5/20/ Structure Moving A 5/20/14 DIVISION 03 - CONCRETE Cast-In-Place Concrete A 5/20/14 DIVISION 05 - METALS Decorative Metal Railings A 5/20/14 DIVISION 06 WOOD, PLASTICS, & COMPOSITES Rough Carpentry A 5/20/ Finish Carpentry A 5/20/ General Wood Restoration A 5/20/14 DIVISION 07 THERMAL & MOISTURE PROTECTION Fluid Applied Waterproofing A 5/20/14 DIVISION 10 SPECIALTIES Fire Extinguishers A 5/20/14 DIVISION 20 MECHANICAL, ELECTRICAL & PLUMBING Electrical Design / Build Provisions A 5/20/ Interior Lighting A 5/20/14 DIVISION 30 SITE WORK Earthwork A 5/20/14 END OF SPECIFICATION INDEX BID SET SPECIFICATIONS iv

7 INVITATION TO BID The Gunnison County Public Works Department is soliciting bids for THE OHIO CITY TOWN HALL PHASE 1, FOUNDATION STABILIZATION & ELECTRICAL UPGRADES, hereafter referenced as the Project. The Project generally consists of lifting and installing a new foundation, electrical and lighting system installation, and structural modifications to the roof trusses and interior columns. The Project is located at 8503 County Road 76, Ohio City, Colorado. Bid proposals will be accepted until 2:00 pm on June 19, 2014, at the office of Gunnison County Public Works, 811 Rio Grande, Gunnison, Colorado No bids may be withdrawn for 30 days from the opening thereof. Proposals will be compared and judged on the basis of total contract price, the contractor s qualifications and experience, and compliance with requirements. Each Bid must be accompanied by a Certified Check or Bank Draft on a responsible bank, or a satisfactory Bid Bond executed by the Bidder and a recognized Colorado Licensed Surety Company payable to Gunnison County, in an amount equal to 5% of the total bid. The contract will require the successful bidder to provide 100% Payment and Performance Bonds within fourteen (14) days of the receipt of the notice of award. Prior to the time the final contract is awarded, the Gunnison County Public Works Department reserves the right to enter into further negotiations with any contractor submitting a bid. A conditional or qualified bid will not be accepted. The Gunnison County Public Works Department reserves the right to reject any and all bids; to change, add to or amend the specifications; to waive any informalities; to accept the bid for the contract which, in its judgment, best serves the interests of the Gunnison County Public Works Department. Contract Documents are available to download on the Gunnison County Website, can be ed via PDF document by contacting the Architect, and at the office of Marlene D. Crosby, Assistant County Manager / Public Works Director at 811 Rio Grande Avenue Gunnison, Colordo, A mandatory pre-bid conference will be held at 2:00 p.m. May 30, 2014 at the building site located at 8503 County Road 76, Ohio City, Colorado. Marlene D. Crosby Assistant County Manager / Public Works Director End of Invitation to Bid

8 INSTRUCTIONS TO BIDDERS 1. TERMINOLOGY 1.1 The OWNER is the County of Gunnison, Colorado, or designated representative. 1.2 The OWNER S DESIGNATED REPRESENTATIVE is the Gunnison County Public Works Director, Marlene Crosby 1.3 The ARCHITECT is Ben White Architecture, L.L.C. 1.4 The CONTRACT ADMINISTRATOR is Marlene Crosby. 1.5 Terms used in the Instructions to BIDDERS shall have the meanings assigned to them in the Special Provisions. 2. BID PERIOD AND OPENING 2.1 BIDS will be received by the OWNER at 811 Rio Grande Avenue, Gunnison, Colorado until 2:00 p.m. June 19, BIDS will be opened and read publicly at that time at 811 Rio Grande Avenue, Gunnison Colorado. BIDS received after this date and time will not be accepted. 3. PROJECT EVALUATION 3.1 BIDDERS must satisfy themselves as to the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the drawings and specifications including Addenda. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or the nature of the WORK to be done. 3.2 The OWNER shall provide BIDDERS prior to bidding, all information pertinent to, that delineates, and describes the land owned and rights of way acquired or to be acquired. 3.3 The CONTRACT DOCUMENTS contain the provisions required for the performance of the Project. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the CONTRACT. 3.4 All applicable laws, ordinances, and rules or regulations of all authorities having jurisdiction over performance of the project shall apply to the WORK described by the CONTRACT DOCUMENTS. The BIDDER shall be responsible for compliance with these statutes.

9 3.5 Each BIDDER is responsible for inspection of the site, the reading of and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of a BIDDER to do any of the foregoing shall in no way relieve a BIDDER of obligations with respect to the BID. 3.6 Command type sentences are used in the CONTRACT DOCUMENTS. These refer to and are directed to the CONTRACTOR. Modifications, as stated in the special conditions, shall be given precedence over related language in other parts of the CONTRACT DOCUMENTS. 3.7 Questions regarding documents, discrepancies, omissions, or intent of the specifications or drawings on a technical level shall be communicated to the ARCHITECT, Ben White, Ben White Architecture, LLC, during business hours 8:00 a.m. to 5:00 p.m. Monday through Friday at least 7 days prior to the BID opening to provide time to issue an Addendum. Addenda will be issued, if in the opinion of the OWNER and the ARCHITECT, it is necessary. The OWNER and the ARCHITECT will not be responsible for oral interpretations of the specifications and drawings. All other questions, especially as they pertain to the Agreement, shall be communicated to the CONTRACT ADMINISTRATOR, or the OWNERS DESIGNATED REPRESENTATIVE at during business hours 8:00 a.m. to 5:00 p.m. Monday through Friday at least 7 days prior to the BID opening to provide time to issue a written Addendum. 3.8 The BIDDER shall carefully examine the site of the WORK, the drawings, and the specifications. The submission of a BID will be conclusive evidence that the BIDDER has investigated and is satisfied as to the conditions to be encountered, with respect to character, quality, and quantity of WORK to be performed. Submission of a BID will also be seen as evidence of the BIDDERS understanding of the materials required for completion of the WORK, completion time, and the authority that the OWNER and the ARCHITECT will exercise over the CONTRACT during its tenure. 4. SUBSTITUTION OR APPROVAL OF ALTERNATIVE MATERIALS 4.1 To obtain approval during the BID period to use unspecified, or equal, or as approved materials, BIDDERS shall submit written requests at least 7 days prior to BID opening. Requests received later than this time will be considered at the discretion of the ARCHITECT. Requests shall clearly describe the product for which approval is asked, including all necessary data to demonstrate its acceptability. The ARCHITECT will make recommendations on acceptability and a written Addendum will be issued if the product is acceptable.

10 5. BID FORMAT 5.1 Each BID must be submitted in a sealed envelope addressed to Gunnison County Public Works Department, 811 Rio Grande Avenue, Gunnison, Colorado 81230, Attn: Marlene Crosby, Response to Bid OHIO CITY TOWN HALL PHASE All BIDS must be made on the BID form included in the CONTRACT DOCUMENTS. All blank spaces for BID prices must be filled out in ink or typewritten, and the BID form must be completed in its entirety. Only one copy of the BID form is required. 5.3 The BIDDER shall supply the names and addresses of major material suppliers and SUBCONTRACTORS on the BID forms if requested. 5.4 The full name, business address, zip code and business telephone number with the area code of the individual, partnership, joint venture, or corporation submitting the proposal shall be legibly printed on the BID forms. The BIDDER shall sign the form with his usual signature. 5.5 A partner shall sign for the partnership. The names of all partners with addresses shall be given. 5.6 An officer shall sign for a corporation, the corporate existence shall be attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. 5.7 Any signature other than that of a corporate officer, partner, or the BIDDERS legally authorized agent or representative will be accepted only if an authenticated power of attorney is attached to the BID forms. All signatures shall be handwritten with the name printed or typewritten below the signature. 5.8 The BIDDER shall state for each item on the BID form the unit price and item total or lump sum in clearly legible figures. 5.9 In case of errors or uncertainty in pricing of any item, or if such pricing is omitted, then either unit prices or total price for the same item may be used, at the OWNERS discretion, to arrive at a total project BID cost. If the OWNER is unable to resolve ambiguities with respect to BID prices, the BID may be disregarded The BID shall contain acknowledgment of receipt of all Addenda in the space provided in the BID forms.

11 6. BONDS 6.1 Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. As soon as the BID prices have been evaluated, the OWNER will return the Bonds of all except the three lowest responsible BIDDERS. When the CONTRACT is executed, the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be returned after the PERFORMANCE, PAYMENT and MAINTENANCE BOND has been executed and approved. A certified check may be used in lieu of a BID BOND. 6.2 A PERFORMANCE BOND and a PAYMENT AND MAINTENANCE BOND, each in a form acceptable to Gunnison County, and each in the amount of 100% of the Contract value, with a corporate surety approved by the OWNER, will be required for the faithful performance of the CONTRACT. 6.3 Attorneys-in-fact who sign BID BONDS, or PERFORMANCE, PAYMENT and MAINTENANCE BOND must file with each BOND a certified and effective dated copy of their power of attorney. 7. EVALUATION OF BIDS 7.1 The OWNER may waive any informality or minor defects, or reject any and all BIDS, regardless of the amount bid. Any BID may be withdrawn prior to the BID opening. Any BID received after the time and date specified for the BID opening shall not be considered. No BIDDER may withdraw a BID within 60 days after the BID opening. Should there be reasons why the CONTRACT cannot be awarded within the specified period, the time within which the BID shall remain valid may be extended by mutual agreement between the OWNER and the BIDDER. 7.2 The OWNER, or the OWNERS Representative, may make such investigations, as he deems necessary to determine the ability of the BIDDER to perform the WORK. The BIDDER shall furnish the OWNER with all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if, based on submitted evidence or the OWNERS investigation, said BIDDER fails to satisfy the OWNER that he is properly qualified to carry out the obligations of the CONTRACT and to complete the WORK as presented by the CONTRACT DOCUMENTS. 7.3 A Conditional or Qualified BID will not be accepted.

12 8. NOTICE OF AWARD 8.1 The OWNER shall issue a Notice of Award along with the necessary CONTRACT and BOND forms to the lowest acceptable BIDDER that will result in completion of the WORK within the time allotted by the CONTRACT DOCUMENTS. 9. EXECUTION OF CONTRACT 9.1 The BIDDER, to whom the CONTRACT is awarded, will be required to execute the CONTRACT and obtain a PERFORMANCE, PAYMENT AND MAINTENANCE BOND and furnish INSURANCE CERTIFICATES within 10 calendar days from the date when the Notice of Award is delivered to the BIDDER. In case of failure of the BIDDER to execute the CONTRACT or provide the required bond and insurance certificates the OWNER may consider the BIDDER in default, and the BID BOND accompanying the proposal shall become the property of the OWNER. 10. NOTICE TO PROCEED 10.1 The OWNER, within 20 calendar days of receipt of acceptable PERFORMANCE, PAYMENT AND MAINTENANCE BOND, INSURANCE CERTIFICATES and CONTRACT signed by the BIDDER to whom the CONTRACT was awarded, shall sign the Agreement and return to said BIDDER an executed duplicate of the CONTRACT. Should the OWNER not execute the CONTRACT within such period, the BIDDER may by written notice withdraw his signed CONTRACT. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER The Notice to Proceed shall be issued within 10 calendar days of the execution of the Contract by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be changed by mutual agreement between the OWNER and CONTRACTOR. If the Notice to Proceed is not issued within the 10-day period or within the period mutually agreed upon, the CONTRACTOR may terminate the CONTRACT without further liability on the part of either party. 11. LOCATION AND ACCESS 11.1 Encroachment on private property, outside the construction easements or right-ofway, by the CONTRACTOR or the WORK is prohibited unless special arrangements are made in writing with the property owner and agreed to by the ARCHITECT and the OWNER. Damage to private property within the delineated easements must be minimized by the CONTRACTOR, damages outside of the delineated easement shall be the responsibility of the Contractor. The location of the project is as shown on the location map.

13 12. OWNER S RIGHT TO REJECT BIDS 12.1 The OWNER reserves the right to reject any or all proposals and/or to waive technical defects as the interests of the OWNER may require. The OWNER proposes to award a CONTRACT to a single successful BIDDER as soon as possible after BIDS have been opened. 13. PRICES AND PAYMENTS 13.1 The quantities and portions of the WORK listed in the BIDDING SCHEDULE for which unit prices are asked, have been selected by the OWNER as the method of payment for the entire PROJECT as outlined in the drawings and described in the Specifications. Payments of these unit prices will be in full for the completed WORK and will cover materials, supplies, labor, tools, equipment and all other expenditures necessary to satisfactory compliance with the CONTRACT, unless specifically otherwise provided. End of Instructions to Bidders

14 THIS PAGE INTENTIONALLY LEFT BLANK

15 CONTRACTOR S BID PROPOSAL DATE: TO: Gunnison County Public Works Department 811 Rio Grande Gunnison, CO Pursuant to your Invitation to Bid for the OHIO CITY TOWN HALL PHASE 1, FOUNDATION STABILIZATION & ELECTRICAL UPGRADES Project, the undersigned submits the following bid: BID SCHEDULE Item Contract Item Description Amount 1 Foundation Stabilization $ 2 Electrical Distribution $ 3 Interior Structure Rehabilitation $ TOTAL BID SCHEDULE $ CONSTRUCTION DURATION Item Contract Item Description Calendar Days to Complete 1 Foundation Stabilization 2 Electrical Distribution 3 Interior Structure Rehabilitation TOTAL NUMBER OF CALENDAR DAYS

16 The undersigned BIDDER proposes to sublet the following work: Work to be Name Business Address Performed The undersigned understands that the previous quantities of work are approximate only and are intended primarily to serve as a guide in evaluating bids. The undersigned acknowledges the receipt of the following addendum The undersigned agrees that this bid proposal may not be withdrawn for a period of thirty (30) days from the opening thereof. In submitting this bid proposal, it is understood that the right is reserved by Gunnison County to waive any informality in, or to reject any or all bids. By Title Company Address Phone End of Bid Proposal

17 GENERAL CONTRACTOR QUALIFICATION QUESTIONNAIRE THE OHIO CITY TOWN HALL PHASE 1, FOUNDATION STABILIZATION & ELECTRICAL UPGRADES, COUNTY OF GUNNISON Each Bidder must provide at least 2 similar projects completed by the bidder within the last 5 years. Bidder: Address: State, City, Zip: 1.) PROJECT NAME: Owner of Project: Owner's Representative familiar with Project: Owner's Address: Owner's Telephone Number: Brief Description of Project: Total Contract Amount: $ Total Amount of Change Orders: $ Original Contract Time: Actual Completion Time: Was or is the Bidder a party in any capacity to any litigation or arbitration related to the Project? If so, describe briefly:

18 2.) PROJECT NAME: Owner of Project: Owner's Representative familiar with Project: Owner's Address: Owner's Telephone Number: Brief Description of Project: Total Contract Amount: $ Total Amount of Change Orders: $ Original Contract Time: Actual Completion Time: Surety's Name: Was or is the Bidder a party in any capacity to any litigation or arbitration related to the Project? If so, describe briefly:

19 NOTICE OF AWARD To: (company name) Date: (date) The Gunnison County Public Works Department has reviewed the bid proposal submitted by you for the OHIO CITY TOWN HALL PHASE 1, FOUNDATION STABILIZATION & ELECTRICAL UPGRADES Project, as referred to in the Invitation to Bid. You are hereby notified that your bid proposal in the amount of ($) has been accepted. You are hereby required, within 5 days hereof, to furnish: 1. two signed original copies of the Contract; 2. those certificates of insurance required by Section 8 of the Agreement; 3. a fully-executed Payment Bond; 4. fully-executed Performance Bond; 5. a certificate of exemption as required by Section 6 of the Agreement; 6. proof of insurance as required by Section 8 of this Agreement. If you comply with the above requirements, you will receive a Notice to Proceed entitling you and requiring you to commence work on the project. If you fail to provide the above required documents, Gunnison County will be entitled to consider all of your rights arising out of this Notice as abandoned, forfeited and at an end. You are required to return an acknowledged copy of this Notice to the Gunnison County Public Works Department. By Public Works Director Gunnison County Public Works Receipt of the foregoing Notice of Award is hereby acknowledged: SPECIMEN By Title Date

20 KNOW ALL MEN BY THESE PRESENTS: PAYMENT BOND That we, the undersigned,, as Principal, and, a corporation organized and existing under and by virtue of the laws of the State of, and duly authorized to transact business in the State of Colorado, as Surety, are held and firmly bound unto the Board of County Commissioners of Gunnison County, Colorado (hereinafter Gunnison County ), in the penal sum of Dollars ($ ) (100% of the contract value), lawful money of the United States of America, for the payment of which well and truly to be made the said Principal and Surety do hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents as follows: The condition of the above obligation is such that: WHEREAS, the said Principal has entered into a Contract with Gunnison County for the OHIO CITY TOWN HALL PHASE 1, FOUNDATION STABILIZATION & ELECTRICAL UPGRADES, as referred to in the Invitation to Bid, in conformance with the Contract Documents which are hereby referred to and incorporated by reference the same as if written at length herein, by which Contract Documents the Principal has agreed to perform the work and supply the materials necessary to complete the project described herein. NOW, THEREFORE, the conditions of this obligation are such that if the above-bonded Principal shall well, truly and faithfully satisfy all claims and demands incurred by the Principal in the performance of said Contract and any alterations in and additions thereto, then this obligation shall be void, otherwise to remain in full force and virtue and comply; and shall satisfy all claims and demands incurred by the Principal in the performance of said contract and shall fully indemnify and save harmless Gunnison County from all damages, claims, demands, expense and charge of every kind (including claims of patent infringement) arising from any act, omission or neglect of said Principal, its agents or employees with relation to said work; and shall fully reimburse and repay to Gunnison County all costs, damages and expenses which it may incur in making good any default based upon the failure of the Principal to fulfill its obligation to furnish maintenance, repairs or replacements for the full guarantee period provided in the specification contained herein and a condition of this bond shall be that the Principal shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor and materials used or performed in the prosecution of work provided for in the above Contract, and that the undersigned will indemnify and save harmless Gunnison County to the extent of any and all payments in connection with the carrying out of such contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. SPECIMEN PROVIDED FURTHER that if the said Principal fails to duly pay for any labor, materials, team hire, sustenance, provision, provender, gasoline, lubricating oils, fuel oils, grease, coal or any

21 other supplies or materials used or consumed by said Principal or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount as provided by law. PROVIDED FURTHER that the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract shall in anyway affect its obligations of this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the specifications. IN WITNESS WHEREOF said Principal and Surety have set their hands and seals at,this day of,a.d. 20. SURETY: By Title Attest: PRINCIPAL: By Title Attest: (Accompany this bond with attorney-in-fact s authority from the Surety to execute bond, certified to include the date of the bond.) SPECIMEN

22 KNOW ALL MEN BY THESE PRESENTS: PERFORMANCE BOND That we, the undersigned,, as Principal, and, a corporation organized and existing under and by virtue of the laws of the State of, and duly authorized to transact business in the State of Colorado, as Surety, are held and firmly bound unto the Board of County Commissioners of Gunnison County, Colorado (hereinafter Gunnison County ), in the penal sum of Dollars ($ ) (100% of the contract value), lawful money of the United States of America, for the payment of which well and truly to be made the said Principal and Surety do hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents as follows: The condition of the above obligation is such that: WHEREAS, the said Principal has entered into a Contract with Gunnison County for the OHIO CITY TOWN HALL PHASE 1, FOUNDATION STABILIZATION & ELECTRICAL UPGRADES, as referred to in the Invitation to Bid, in conformity with the Contract Documents which are hereby referred to and incorporated by reference the same as if written at length herein, by which Contract Documents the Principal has agreed to perform the work and supply the materials necessary to complete the project described herein. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Contract during the original term thereof, any extensions thereof which may be granted by Gunnison County, with or without notice to the Surety and during the one-year guarantee period, and if the Principal shall satisfy all claims and demands incurred under such Contract and shall fully indemnify and save harmless Gunnison County from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay Gunnison County all outlay and expense which Gunnison County may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. SPECIMEN Further conditions of the foregoing obligations are such that the Principal and Surety will guarantee the work performed under this Contract against defects in workmanship performed by the Principal and all defects in materials furnished by it which may appear within a period of one calendar year after the final acceptance of the work by Gunnison County. Under this guarantee, the Principal and Surety shall repair or replace all defective workmanship and material provided by the Principal appearing within one year after the completion and acceptance of the work, at no cost to Gunnison County. PROVIDED FURTHER that the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract shall in anyway

23 affect its obligations of this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the specifications. IN WITNESS WHEREOF said Principal and Surety have set their hands and seals at,this day of,a.d. 20. SURETY: By Title Attest: PRINCIPAL: By Title Attest: (Accompany this bond with attorney-in-fact s authority from the Surety to execute bond, certified to include the date of the bond.) SPECIMEN

24 CONTRACT AGREEMENT 1. PARTIES. This agreement is made and entered into this day of,, between THE BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF GUNNISON, COLORADO (hereinafter "Gunnison County"), and, (hereinafter "Contractor"). For the purposes of this agreement, the address of Gunnison County shall be: 811 Rio Grande Gunnison, Colorado and the address of the Contractor shall be: 2. CONTRACT DOCUMENTS. The entire contract between the parties shall consist of and include: a. Invitation to Bid; b. Instructions to Bidders c. Contractor s Bid Proposal, including any amended portions thereof accepted and approved by Gunnison County; d. Notice of Award; e. Payment Bond; f. Performance Bond; g. Contract Agreement; h. Notice to Proceed; i. Change Order Form; j. Addenda (If Any) 2.2 The provisions of the Specifications and the Construction Plans shall take precedence over any conflicting provisions in the proposal documents or other Contract Documents. SPECIMEN 2.3 In case of discrepancy in the figures in the Construction Plans, the matter shall be promptly submitted to the Architect, who shall promptly make a determination in writing. Any adjustment by the Contractor without such a determination shall be at its own risk and expense. 3. SCOPE OF WORK. The Contractor shall furnish all of the necessary supervision, equipment, materials, tools and supplies and perform all of the labor and other services necessary for the OHIO CITY TOWN HALL PHASE 1, FOUNDATION STABILIZATION & ELECTRICAL

25 UPGRADES, as referred to in the Invitation to Bid, as described and required by the Contract Documents and referred to herein as the "Project". All workmen shall be competent and have sufficient skill, knowledge and experience in their class or work and operation of equipment, to perform all work properly and satisfactorily. The Contractor agrees to do the work in a first class, substantial and workmanlike manner to the satisfaction of Gunnison County in strict accordance with the provisions of the Contract Documents, including the Construction Plans and Specifications. 4. TIME OF COMPLETION. The Contractor shall commence the work required by the Contract Documents in accordance with the provisions of the Project Special Conditions and complete all work within 45 calendar days. The Contractor agrees that the completion of the Project within the time as set forth herein is of the essence and agrees to proceed with due diligence, taking all precautions and making all necessary arrangements to insure the completion of the work within the prescribed time period. If the Contractor refuses or fails to prosecute the work, or any separable part thereof, with such diligence as will insure its completion within the time specified in this agreement, or any extension thereof, or fails to complete said work within such time, Gunnison County may, in the sole discretion of Gunnison County, by written notice to the Contractor, terminate its right to proceed with the work or such part of the work as to which there has been a delay. In such event, Gunnison County may take over the work and prosecute the same to completion, by contract or otherwise, and may take possession of and use any or all materials, appliance and plant as may be on the site of the work and necessary therefore. Whether or not the Contractor s right to proceed with the work is terminated, it and its sureties shall be liable under the terms of the Payment Bond and Performance Bond for the Contractor s refusal or failure to complete the work within the specified time. The Contractor s right to proceed shall not be so terminated or the Contractor charged with resulting damage if the Contractor be delayed at any time in the progress of the work by any negligent act of Gunnison County, Gunnison County employee or agent, or by changes ordered in the work, or by strikes, lock-outs, fire, unusual delay in transportation, unavoidable casualties or other causes beyond the Contractor s control. Inability to purchase the required materials listed in the Contractor s Proposal shall not be considered to be "beyond the Contractor s control". SPECIMEN If delay is due to a cause beyond the Contractor s control, the time of Completion of the work shall be extended for a period equal to such portion of the period of delay as the Contractor shall be able to show it could not have avoided by exercise of due diligence. The Contractor shall advise Gunnison County in writing within forty eight (48) hours from the beginning of such delay and shall file a written claim for an extension of time within three (3) days after the period of delay has ceased.

26 5. COMPENSATION. As consideration for the completion of the Project as required by the Contract Documents, Gunnison County shall pay to the Contractor the sum of $ which amount shall be payable as follows: a. once a month, at a date mutually agreeable, the Contractor will compile the quantities of work completed and submit to the Architect for review and approval. An amount equal to ninety percent (90%) of such amount shall be paid. The remaining ten percent (10%) shall be paid upon the issuance of the Certificate of Completion. b. If materials stored at the Project site are paid for by Gunnison County, title to such materials shall vest in Gunnison County. If such materials are stolen, lost or damaged before their incorporation into the Project, they shall be replaced at the Contractor s sole expense. 6. TAXES. Construction and building materials sold to the Contractor and subcontractors for use on structures, roads, streets, highways, and other public works owned by Gunnison County are exempt from State sales and use taxes. However, such materials may be subject to any sales taxes imposed by local cities and counties and other local taxing authorities. The Contractor and subcontractors shall apply to the Colorado Department of Revenue for certificates of exemption indicating that their purchase of construction or building materials is for a public project. Completed copies of the Application for Exemption Certificate with the approval of the Colorado Department of Revenue noted thereon should be delivered to Gunnison County prior to issuance of the Notice to Proceed. The Contractor agrees to secure from each subcontractor a copy of that subcontractor s approved Application and furnish a copy to Gunnison County. Bidders shall not include in proposals the exempt State sales and use taxes. 7. BONDS. SPECIMEN The Contractor shall secure and maintain, at the Contractor s expense, Payment and Performance Bonds executed by a corporate surety licensed to do business in the State of Colorado. Such bonds shall be in full amount of the contract price, shall remain in effect for a period of one year from the date of the issuance of a certificate of completion and shall be filed with Gunnison County prior to the commencement of any work on the Project. 8. INDEMNIFICATION AND INSURANCE. The Contractor shall indemnify and hold harmless Gunnison County, Gunnison County Public Works Department, and its officers, agents and employees from and against any and all claims, damages, losses, injuries and expenses, including but not limited to attorneys fees, arising out of or resulting from the performance of the work. Nothing in this Agreement is, or shall be construed to be, a waiver, in whole or part, by Gunnison

27 County of governmental immunity provided by the Colorado Governmental Immunity Act or otherwise. The Contractor shall procure and maintain, at its own expense, until completion of all work and acceptance thereof by Gunnison County, all of the insurance coverage s stipulated below. The Contractor shall furnish Gunnison County with a certificate of such insurance acceptable to Gunnison County. Such certificate shall be issued to Gunnison County, listing Gunnison County as an additional insured, and shall provide for thirty (30) days written notice of cancellation or material change in coverage. The certificate shall be filed prior to the start of any work on the Project. a. Liability Insurance: The Contractor shall procure and maintain Comprehensive General Liability Insurance, at its own expense, during the life of this Contract, including completed operations, contractual liability and Automobile Liability Insurance affording coverage for all claims for bodily injury including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under this contract, whether such operations be by the Contractor or by subcontractors under it or anyone directly or indirectly employed by the Contractor or by a subcontractor under it. Such insurance shall provide limits of liability of not less than one million dollars ($1,000,000.00). The Contractor shall furnish current certificates of insurance which shall include a provision that the insurance will not be canceled without thirty (30) days prior notice to Gunnison County. All such insurance shall be written on a Comprehensive Form of Policy. All such shall name as insured Gunnison County and the Contractor and any and all of its subcontractors. b. Workman s Compensation Insurance: The Contractor shall procure and maintain Workman s Compensation Insurance at its own expense during the life of this contract, including occupational disease provisions for all of its employees. The Contractor shall also require each subcontractor to furnish Workman s Compensation Insurance, including disease provisions for all of the Contractor s employees, otherwise it accepts full liability and responsibility for subcontractor s employees, and shall indemnify and hold harmless there from Gunnison County, Gunnison County Public Works Department, and its officers, agents and employees. In cases where any class of employees engaged in hazardous work under the agreement at the site of the Project is not protected under the Workman s Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate and suitable insurance, deemed by Gunnison County to be suitable, for the protection of its employees not otherwise protected. SPECIMEN 9. SUBLETTING OF CONTRACT. The Contractor shall not sublet, sell, transfer, assign or otherwise dispose of the Contract, or of its right, title or interest therein, without the written consent of Gunnison County. The Contractor may utilize the services of specialty subcontractors on those parts of the Project which, under normal contracting practices, are performed by specialty subcontractors. The Contractor shall not award work to subcontractors in excess of fifty (50) percent of the contract price without prior written approval of Gunnison County.

28 The Contractor shall be fully responsible to Gunnison County for the acts and omissions of its subcontractors and of entities and persons directly employed by it, as it is for the acts and omissions of persons directly employed by it. Nothing contained in this agreement shall create any contractual relationship between any subcontractor and Gunnison County. 10. DAVIS BACON COMPLIANCE. The Wage and Hour Division of the U.S. Department of Labor determines prevailing wage rates to be paid on federally funded or assisted construction projects. Subject to determination by the Gunnison County Public Works Director that the Project is federally funded or assisted, Contractor shall be required to comply with the Davis-Bacon Act, as amended. 11. GUARANTEES. The Contractor warrants and guarantees to Gunnison County that all equipment and materials to be furnished under this contract are free from all defects in workmanship and materials. The Contractor shall be responsible to obtain and ensure that all warranties and guarantees provided by manufacturers on equipment and materials furnished under this Contract denominate Gunnison County as an explicit recipient of such warranties and guarantees. The Contractor shall remove from the Project area all work or materials rejected by Gunnison County or its inspector in Gunnison County s sole discretion for failure to comply with the Contract Documents, whether incorporated in the construction or not. The Contractor shall promptly replace the materials or re-execute the work in accordance with the Contract Documents and without expense to Gunnison County which are or become defective in the sole discretion of Gunnison County, due to such defects within one (1) year after date of receipt by Gunnison County. The Contractor shall also bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. Should the Contractor fail to proceed promptly in accordance with the guaranty, Gunnison County may have in its sole discretion such work performed at the expense of the Contractor. SPECIMEN 12. PRE-CONTRACT EXAMINATION. The Contractor hereby warrants that, before submitting its proposal, the Contractor examined all Construction Plans and became well and fully informed as to the materials and character of work required, the relationship of all the particular parts of the work and it visited and inspected the site, observing and examining the conditions existing. After execution of the agreement, no consideration will be granted for any misunderstanding of the materials to be furnished or the work to be done, it being mutually understood that the tender of the proposal carried with it an agreement to this end and all other conditions mentioned in the Contract, and implied a full and complete

29 understanding of them and all Construction Plans, drawings, notes, indications, and requirements. Should anything be omitted from the Construction Plans necessary to the proper completion of the work herein described, it shall be the duty of the Contractor to so notify Gunnison County before signing the agreement, and in the event of the failure of the Contractor to give such notice, it shall make good any damage or defect in its work caused thereby without extra charge. No allowance will be made for lack of full knowledge of all conditions, except such underground conditions as are determined after commencement of the work and were unknown to the Contractor. 13. ACCESS AND INSPECTION. Gunnison County and its designated inspector shall at all times have access to the work. The Contractor shall provide proper facilities for such access and for inspection of the work. The inspector designated by Gunnison County is, in the first instance, the judge of the performance of the contract as it relates to compliance with the Construction Plans and Specifications, quality of workmanship and material. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. Gunnison County s inspector may order that portions of the work be uncovered, exposed or made available for observation, inspection or testing. The Contractor shall provide all necessary labor, materials, tools and equipment to comply with the inspectors order. If such portion of the work is determined to be defective, the Contractor shall bear all costs involved, including the cost of reconstruction. If such portion of the work is determined to be in substantial compliance with the Contract Documents, the Contractor shall be compensated in accordance with Section 16 (Changes and Additional Work). 14. MEASUREMENTS. The Contractor shall verify all measurements at the site. All dimensions shown of existing work and all dimensions required for work that is to connect with work now in place shall be verified by the Contractor by actual measurement of the existing work. Any discrepancies between the contract requirements and the existing conditions shall be referred to Gunnison County s engineer before any work affected thereby has been performed. No compensation will be allowed for differences between actual dimensions and those indicated on the Construction Plans. Differences shall be submitted to Gunnison County s engineer for consideration before proceeding with work, and in the event of the failure of the Contractor to so notify Gunnison County s engineer, the Contractor shall make good any damage or defect in its work caused thereby, without extra charge to Gunnison County. SPECIMEN 15. NON-DISCRIMINATION. In connection with performance of work under this agreement, the Contractor agrees not to refuse to hire, discharge, promote or demote, or discriminate in matters of compensation against any person otherwise qualified, solely because of race, creed, sex, color, national origin or ancestry; and further agrees to insert the foregoing provision in

30 all subcontracts hereunder. 16. PROTECTION OF WORK AND PROPERTY. The Contractor shall continuously maintain adequate protection of its work and materials, secure the property from trespass and entry by the public, and protect the property from injury or loss arising in connection with the agreement and adequately protect adjacent property as provided by law and the Contract Documents. The Contractor shall at all times conduct its work so as to assure the least possible obstruction to traffic and adjacent residents. The safety and the protection of persons and property of the general public and residents along the street, highway and areas adjacent to the work shall be provided for by the Contractor. The Contractor shall make good any damage, injury or loss, except such as may be: a. directly due to errors in the Contract Documents; b. directly caused by agents or employees of Gunnison County; or c. directly due to causes beyond the Contractor s reasonable control and not due to its fault or negligence. The Contractor shall take all necessary precautions for the safety of employees, subcontractors and the public on the work and shall comply with all applicable provisions of federal, state, municipal, county or any other political subdivision s safety laws and building codes to prevent accident or injury to persons on, about or adjacent to the premises where the work is being performed. It shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workmen and the public and shall take all other action necessary to assure the safe passage of pedestrians and automobiles. 17. CHANGES AND ADDITIONAL WORK Gunnison County may in its sole discretion order changes within the scope of the work without invalidating the contract. Such changes may be made without notice to the Surety and the Surety shall not be released there from. Such changes shall not require work beyond the geographical limits of the original project unless the contract is modified. SPECIMEN No deviations from the Construction Plans will be permitted except those specifically authorized by a written change order issued by the engineer. Any completely executed change order shall be considered authorization to proceed with the additional work. If the Contractor proceeds without this authorization, it shall forfeit any claim for additional compensation for the work so performed. Payment for work occasioned by these changes shall be made in accordance with the provisions set forth below. The completion time shall be adjusted accordingly.

31 Gunnison County may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations do not change the total contract cost or the total cost of any major contract item by more than twenty (20%) percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the twenty (20%) percent limitation shall not invalidate the contract, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. Should the aggregate amount of altered work exceed the twenty (20%) percent limitation herein specified, such excess altered work shall be covered by supplemental agreement. If Gunnison County and the Contractor are unable to agree on a unit adjustment for any contract item that requires supplemental agreement, Gunnison County reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. If Gunnison County deems it expedient to correct damaged work or work not performed in accordance with the agreement, an equitable deduction from the contract price may be authorized by change order. 18. FINAL INSPECTION, ACCEPTANCE, AND SETTLEMENT. When the work is complete and ready for final inspection, the Contractor shall file a written notice with Gunnison County s Engineer that the work, in the opinion of the Contractor, is complete under the terms of the agreement. Within ten (10) days after the Contractor files written notice that the work is complete, the Engineer and the Contractor shall make a "final inspection" of the project to determine whether the work has been completed in accordance with the Contract Documents. A final list shall be made by the inspector in sufficient detail to fully outline to the Contractor: 1. Work to be completed, if any. 2. Work not in compliance with the Construction Plans, if any. SPECIMEN 3. Unsatisfactory work for any reason, if any. Four (4) copies of the list will be counter-signed by the inspector and will then be transmitted to the Contractor (two copies) and Gunnison County (two copies). Gunnison County will not authorize final payment until all items on the list have been completed, a certificate of completion issued, and the notice of contractor s settlement published. Before Gunnison County may advertise, the Contractor shall deliver to Gunnison County all guarantees and warranties, all statements to support State sales and use tax refunds, and one (1) set of as-built drawings showing all job changes. Upon completion of the foregoing, the Project shall be advertised by a notice of

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

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

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

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

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

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

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 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

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

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

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

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

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

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

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 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

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

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

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

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

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

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

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

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

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

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

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

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

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

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

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

ENGINEERING DIVISION STANDARD CONTRACT DOCUMENTS FOR CAPITAL IMPROVEMENTS CONSTRUCTION

ENGINEERING DIVISION STANDARD CONTRACT DOCUMENTS FOR CAPITAL IMPROVEMENTS CONSTRUCTION ENGINEERING DIVISION STANDARD CONTRACT DOCUMENTS FOR CAPITAL IMPROVEMENTS CONSTRUCTION REVISED JULY, 2010 Standard Contract Documents for Capital Improvements Construction TABLE OF CONTENTS PAGE SECTION

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

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 Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

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

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 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

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

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

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

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

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

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

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

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

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

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Rte. 66/29 Interchange Reconstruction Project: 0066-076-113,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Mileposts B-8.1 thru B-8.8 DOT 714-363S, 714-364Y Gainesville,

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

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

AGREEMENT BETWEEN ARCHITECT AND OWNER

AGREEMENT BETWEEN ARCHITECT AND OWNER AGREEMENT BETWEEN ARCHITECT AND OWNER By this AGREEMENT, effective this day of, 201, by and between Vail Unified School District No. 20 ("Owner"), an Arizona unified school district organized and operating

More information

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

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

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

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

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

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual Aurora Public Schools Modular Placement at Crawford Elementary & CDC Laredo Project Manual Bid Number 2447-13 April 30, 2013 Table of Contents Section Document Title 00020 00100 Invitation to Bid Instructions

More information

2016 CONCRETE REPLACEMENT PROJECT

2016 CONCRETE REPLACEMENT PROJECT CITY OF DELTA, COLORADO CONTRACT DOCUMENTS FOR 2016 CONCRETE REPLACEMENT PROJECT Prepared By: City of Delta 360 Main Street Delta, Colorado 81416 (970) 874-7566 ext 216 CITY OF DELTA PUBLIC WORKS DEPARTMENT

More information

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE These terms and conditions of service constitute a legally binding contract between the "Company" and the "Customer". In the event MR Global Logistics

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

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

INTERGOVERNMENTAL AGREEMENT FOR PAYMENT OF CERTAIN IMPACT FEES AND COSTS BY AND BETWEEN THE CITY OF FARMER CITY, DEWITT COUNTY, ILLINOIS AND

INTERGOVERNMENTAL AGREEMENT FOR PAYMENT OF CERTAIN IMPACT FEES AND COSTS BY AND BETWEEN THE CITY OF FARMER CITY, DEWITT COUNTY, ILLINOIS AND INTERGOVERNMENTAL AGREEMENT FOR PAYMENT OF CERTAIN IMPACT FEES AND COSTS BY AND BETWEEN THE CITY OF FARMER CITY, DEWITT COUNTY, ILLINOIS AND BLUE RIDGE COMMUNITY UNIT SCHOOL DISTRICT NO. 18, DEWITT COUNTY,

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

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

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

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

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

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

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

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

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

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

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

STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS

STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS The organization contracting for the purchase of advertising covered by this contract hereinafter called AGENCY or ADVERTISER as the case may be) and The

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

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project TM Document B105 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

STATE OF ALASKA DEPARTMENT OF PUBLIC SAFETY INVITATION TO BID

STATE OF ALASKA DEPARTMENT OF PUBLIC SAFETY INVITATION TO BID STATE OF ALASKA DEPARTMENT OF PUBLIC SAFETY INVITATION TO BID SHINGLE ROOF REPLACEMENT, SITKA PROJECT NO. 139834 ADVERTISED DATE: FEBRUARY 14, 2018 ISSUED BY: DEPARTMENT OF PUBLIC SAFETY Division of Administrative

More information

C. This contract can be canceled for unsatisfactory performance with a thirty (30) day written notice.

C. This contract can be canceled for unsatisfactory performance with a thirty (30) day written notice. FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL HAULING CONTRACT FOR THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin County

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

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

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

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

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

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

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

OREGON UNIVERSITY SYSTEM. NOTICE OF PUBLIC IMPROVEMENT CONTRACT OPPORTUNITY For OUS Retainer Contractors

OREGON UNIVERSITY SYSTEM. NOTICE OF PUBLIC IMPROVEMENT CONTRACT OPPORTUNITY For OUS Retainer Contractors OREGON UNIVERSITY SYSTEM NOTICE OF PUBLIC IMPROVEMENT CONTRACT OPPORTUNITY For OUS Retainer Contractors Portland State University is accepting sealed bids from general contractors for the West Heating

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

PROJECT MANUAL. SPECIFICATIONS FOR ASBESTOS ABATEMENT & DEMOLITION Former Dundee School 122 East Street Dundee, IA

PROJECT MANUAL. SPECIFICATIONS FOR ASBESTOS ABATEMENT & DEMOLITION Former Dundee School 122 East Street Dundee, IA PROJECT MANUAL SPECIFICATIONS FOR ASBESTOS ABATEMENT & DEMOLITION Former Dundee School 122 East Street Dundee, IA 52038 Prepared By: 9550 Hickman Rd, Suite 105 Clive, IA 50325 Phone (515) 473-6256 Fax

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