Roosevelt Water Association

Size: px
Start display at page:

Download "Roosevelt Water Association"

Transcription

1 Roosevelt Water Association August 2011 Prepared for: Roosevelt Water Association P.O. Box 345 Snohomish, WA Prepared by: BHC Consultants, LLC 1601 Fifth Avenue, Suite 500 Seattle, WA 98101

2

3 Engineer s Statement The Bidding Documents, Contract Documents, General Requirements, Special Provisions, and Drawings have been prepared under the direction of the Professional Engineer, registered in the State of Washington, whose seal and signature appears below: JOHN C. STATE WILSON, OF WASHINGTON JR. JAM STATE ES J. LUTZ OF WASHINGTON PROFE S S R E G I S T I ONAL E R E D ENG I NEER PROFE S S R E G I S T I ONAL E R E D ENG I NEER EXPIRES 01/18/06 John C. Wilson, PE Project Manager BHC Consultants Jim Lutz, PE, SE Senior Structural Engineer BHC Consultants Date Date Roosevelt Water Association Tank No 2

4

5 Table of Contents Roosevelt Water Association, Inc. The consists of the following five parts: PART 1 BIDDING DOCUMENTS Notice Inviting Sealed Proposals (Bids) Information for Bidders Proposal Form Bidder s Checklist Statement of Bidder s Qualifications Statement of Proposed Subcontractors PART 2 CONTRACT DOCUMENTS Notice of Award Notice to Proceed Contract Performance and Payment Bond PART 3 SPECIAL PROVISIONS Division Standard Specifications Bid Item Description Change Order Procedure Project Completion Dates Project Coordination Jobsite Administration Construction Surveys Project Meetings Construction Schedules Project Data Submittals Schedule of Values Testing Laboratory Services Construction Observation Services Temporary Electricity Temporary Water Protection of Work and Property Traffic Regulation Testing, Startup and Operation Contract Closeout Cleaning Construction Record Documents Operation and Maintenance Data i

6 Table of Contents Division Shoring Earthwork Potholing Finish Grading Geotextiles and Geocomposites Manholes, Catch Basins and Vaults Pavement Repair and Resurfacing Buried Utilities Chain Link Fence and Gates Segmental Retaining Walls Planting Hydroseeding Division Concrete General Requirements Cold Weather Cocreting Hot Weather Concreting Concrete Formwork Concrete Reinforcement Cast-in-Place Concrete Concrete Mixtures Grout Controlled Low Strength Material (CLSM) Division Metal Fabrications Division Fiberglass Reinforced Plastic Grating Division Welded Steel Reservoir Painting and Coating Division Mixing Equipment Division Welded Steel Water Tank Purchasers AWWA D100 Information Purchasers AWWA D106 Information Division Mechanical General Provisions Pipe Piping Appurtenances Valves Magnetic Flow Meter ii

7 Table of Contents Division Cathodic Protection PART 4 Appendix A PART 5 APPENDICES Geotechnical Report DRAWINGS Drawing Package and RWA Standard Details are incorporated by reference. iii

8

9 Bidding Documents

10

11 NOTICE INVITING SEALED PROPOSALS (BIDS) ROOSEVELT WATER ASSOCIATION, INC. TROMBLEY ROAD WATERLINE UPGRADE NOTICE IS HEREBY GIVEN that the Roosevelt Water Association, Inc., as Owner, invites and will receive sealed proposals (bids), including any and all addenda, in a sealed envelope addressed and delivered to the office of the BHC Consultants LLC at: BHC Consultants, LLC 1601 Fifth Ave, Suite 500 Seattle, WA Phone: Bids will be informally opened and read on May 21, 2012 at 2:00 p.m. Bidders need not be present. All bidders will be notified of results by fax if not present at bid opening. It is anticipated that the Association will award the Contract on June 1, after a due diligence review. A Notice to Proceed will be issued by the Association on approximately June 1, 2012 assuming the successful bidder s contract submittals are in order by that time. The work to be performed shall consist of furnishing and installing all materials, labor, services, supplies and equipment necessary to construct, and complete.. The work shall be performed within the time limit(s) stated in the Proposal. The work is described as follows: The work includes construction of a new.98 MG Steel Water Tank () and all associated yard piping and site grading, including but not limited to, flow meter vault, storm drain vault, altitude vault, all piping, valves and fittings necessary to make tie in to existing 8-inch water line. Project also includes a 4 foot retaining wall and storm drain improvements at intersection of 93 rd Street SE and 185 th Drive SE. The Owner reserves the right to award the work as best serves the interest of the Owner (see Basis of Award section of Information for Bidders). Informational copies of the Contract Documents are on file with the Association Engineer at: BHC Consultants, LLC 1601 Fifth Avenue, Suite 500 Seattle, WA All inquiries should be directed to John C. Wilson, Jr., P.E. at (206) Each proposal shall be completed and submitted on the forms furnished as part of the Contract Documents. Each proposal shall be enclosed in a sealed envelope plainly marked Proposal for the Roosevelt Water Association, Inc., with the name of the bidder in the upper left hand corner. Roosevelt Water Association. Notice Inviting Sealed Proposals (Bids) - 1

12 Before a Contract(s) is awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder(s) to perform the size and type of work specified under this Contract. All bidders and their subcontractors shall be licensed by the State of Washington and qualified to do the type of work contemplated in the project before the time of opening of proposals and shall be skilled and regularly engaged in the general class or type of work. This proposal to the Owner is irrevocable for a period of sixty (60) days after the date of the proposals opening. The right is reserved by the Roosevelt Water Association, Inc. to reject any and all proposals, waive irregularities, informalities, or nonconformities or to accept the proposals deemed in its best interest. The right to add or delete items, or change quantities shown on the Proposal Form is further reserved by the Roosevelt Water Association. Dated this 14th day of May 2012: By: John C. Wilson, Jr. P.E. BHC Consultants, LLC. Association Engineer Roosevelt Water Association. Notice Inviting Sealed Proposals (Bids) - 2

13 GENERAL DESCRIPTION OF THE PROJECT INFORMATION FOR BIDDERS A general description of the work to be done is contained in the Notice Inviting Sealed Proposals (Bids). The scope is indicated on the accompanying Drawings and specified in applicable parts of the. TYPE OF PROPOSAL Unit price proposals will be accepted on all items of work set forth in the Proposal, except those designated to be paid for as a lump sum. The estimate of quantities of work to be done is tabulated in the Proposal and, although stated with as much accuracy as possible, is approximate only and is assumed solely for the basis of calculation upon which the award of Contract shall be made. Payment to the Contractor will be made on the measurement of work actually performed by the Contractor as specified in the and otherwise required. The Owner reserves the right to increase or decrease the amount of any class of work as may be deemed necessary. PREPARATION OF PROPOSALS A. General 1. All blank spaces in the Proposal form must be filled in, as required, preferably in BLACK ink. All price information shall be shown in both words and figures where required. No changes shall be made in the phraseology of the forms. 2. Bids shall be properly executed upon the Proposal attached to and made part of these Contract Documents. a. No bid will be considered unless it is made upon copies of the Proposal Forms included as part of this. b. Proposals shall each include at least those items listed in the Bidder's Checklist. 3. All bids shall be made in accordance with applicable statutes of the State of Washington, applicable local laws, and as specified in this. 4. The Bidder shall complete and submit with the Proposal all forms indicated in the Contents to this. 5. The completed forms shall be without alterations or erasures. B. Irregular Bids Roosevelt Water Association Information for Bidders - 1

14 1. Bids may be considered irregular and may be rejected by the Owner if they show any alterations of form, unauthorized additions, unauthorized conditions or alternate bids, incomplete bids, recapitulations, obviously unbalanced prices, or irregularities of any kind. 2. In unit price contracts and bid items, if the unit price and the total amount named for any item are not in agreement, the unit price alone shall be considered as representing the bidder's intention, and totals shall be corrected to conform thereto. C. Signing the Proposal 1. The bid shall: a. Include the legal name of the bidder. b. Identify the bidder as a sole proprietor, a partnership, a corporation, or any other legal entity. c. Be signed by the person or persons legally authorized to bind the bidder to a contract for the execution of the work. 2. A bid submitted by an agent shall have a current Power of Attorney attached certifying the agent's authority to bind the bidder. 3. The signature of all persons signing shall be in longhand. D. Submitting Proposals 1. The outside, upper left-hand comer of the ENVELOPE shall be marked as follows: Proposal of (Bidder's Name) SALES TAX Project Roosevelt Water Association, Inc. Name: 2. Sealed bids shall be delivered as instructed in the Notice Inviting Sealed Proposals, on or before the day and time set for the opening of Proposals in the Notice Inviting Sealed Proposals. a. It is the sole responsibility of the Bidder to see that the Proposal is received in proper time. b. Proposals received after the scheduled closing time for receipt of proposals will be returned to the bidder unopened. Roosevelt Water Association Information for Bidders - 2

15 Retail sales tax to be collected from the Owner on the Contract amount shall be in accordance with Section of the WSDOT Standard Specifications. Retail sales tax, if applicable, will not be considered as a competitive bid item and will be considered to be an estimate only. The Washington State Department of Revenue has issued special rules on State sales tax. Sections (1) and (2) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, State retail sales tax will not be included. Section describes the exceptions. All other federal, state, and local sales, use, or other taxes as required by federal, state, or local laws shall be included in the unit prices, lump sum price, or other prices stated in the Proposal, as applicable. MODIFICATION OR WITHDRAWAL OF PROPOSALS Prior to the time and date designated for receipt of Proposals, any Proposal submitted may be modified or withdrawn by notice to the party receiving Proposals, at the place designated for receipt of Proposals. Such notice shall be in writing over the signature of the Bidder or by fax. If by fax, written confirmation over the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt of Proposals, and it shall be so worded as not to reveal the amount of the original Proposal. No Proposal may be withdrawn after the time scheduled for opening of Proposals, unless in accordance with that described below. If, within 24 hours after Bids are opened, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bids, that Bidder may withdraw its Bid. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the. TIME OF COMPLETION The time of completion of the work to be performed under this Contract is the essence of the Contract. Delays and extensions of time may only be allowed in accordance with the provisions stated in the General Requirements. The time allowed for the completion of the work is stated in Project Completion Dates. BASIS OF AWARD The Owner reserves the right to reject all bids, or any bid not conforming to the intent and purpose of the Bidding Documents, and to award to the bidder he deems best suited for the work, considering both price and qualifications. Therefore, the award will not necessarily be to the bidder with the lowest price. Roosevelt Water Association Information for Bidders - 3

16

17 NOTE TO BIDDER: Please use BLACK ink for completing this PROPOSAL FORM PROPOSAL FORM To: ROOSEVELT WATER ASSOCIATION, INC. c/o BHC Consultants, LLC. Address: 1601 Fifth Ave, Suite 500 Seattle, WA Project Title: Bidder: Address: Bidder's person to contact for additional information on this Proposal: Name: Telephone: Fax: Contractor's License No.: BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Proposal are those named herein, that this Proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Proposal is made without any connection or collusion with any person submitting another Proposal on this Contract. The Bidder further declares that the Bidder has carefully examined the for the construction of the project, that the Bidder has personally inspected the site, that the Bidder has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the, and that this Proposal is made according to the provisions and under the terms of the. The Bidder warrants that as a result of the Bidder's examination and investigation of all the aforesaid data, that the Bidder can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) Roosevelt Water Association Proposal Form - 1

18 such representations are expressly stated in the Contract; and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. CONTRACT EXECUTION AND BONDS The Bidder agrees that if the Proposal is accepted, the Bidder will, within ten (10) calendar days after receiving Notice of Award, sign the Contract in the form annexed hereto and will, at that time, deliver to the Owner the Performance Bond and Payment Bond required herein and will, to the extent of this Proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the. Bidder accepts the terms and conditions of the. CERTIFICATES OF INSURANCE The Bidder further agrees to furnish the Owner, before commencing the work under this Contract, the certificates of insurance as specified in this. Insurance shall name the Roosevelt Water Association, Inc. and the Association Engineer, BHC Consultants, LLC. as additionally insured. ADDENDA The Bidder hereby acknowledges that the Bidder has received Addenda Nos.,,,,, (Bidder shall insert No. of each Addendum received) and agrees that all addenda issued are hereby made part of the Contract Documents, and the Bidder further agrees that this Proposal includes all impacts resulting from said addenda. STATEMENT OF BIDDER S QUALIFICATIONS Bidder agrees to submit, as part of this Proposal, the Statement of Bidder s Qualifications. Bidder acknowledges that failure to submit such statement may render the Bidder s Proposal non-responsive and, therefore, void. The Bidder shall use the Statement of Bidder s Qualifications attached hereinafter. NAMING OF SUBCONTRACTORS REQUIRED Bidder agrees to submit, as part of this Proposal (in accordance with RCW ), the names of Subcontractors with whom Bidder, if awarded the contract, will subcontract for the performance of the categories of Work designated by Bidder on the list to be submitted with the Bid. Bidder acknowledges that failure to name such Subcontractors shall render the Bidder s Proposal non-responsive and, therefore, void. The Bidder shall use the Statement of Proposed Subcontractors attached hereinafter. Bidder further agrees that if Bidder is the apparent Successful Bidder, an experience statement with pertinent information regarding similar projects and other evidence of qualification documented for each firm or business identified by Bidder for all Subcontractors may be required within 5 days of the Bid opening. LUMP SUM OR UNIT PRICE WORK Roosevelt Water Association Proposal Form - 2

19 The Bidder further proposed to accept, as full payment for the work proposed herein, the amounts computed under the provisions of the and based on the following lump sum or unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the lump sum prices and the unit prices represent a true measure of the labor, equipment, and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in this. The amounts shall be shown in both figures and words, if required. In case of a discrepancy, the amount shown in words shall govern. Roosevelt Water Association Proposal Form - 3

20 BID SCHEDULE TANK NO. 2 ROOSEVELT WATER ASSOCIATION ITEM NO. BID ITEM WITH UNIT PRICE (To be written in words) APPROX. QUANTITY & UNITS UNIT PRICE TOTAL AMOUNT 1. Mobilization (Section 01025) Dollars (Unit Price in words) 2. Minor Changes (Section 01028) Fifty Thousand Dollars (Unit Price in words 3. Construction Survey (Section 01050) Dollars (Unit Price in words) 4. Geotextile (Section 01025) Dollars (Unit Price in words) 5. General Restoration (Section 01025) Dollars (Unit Price in words) 6. Clearing and Grubbing (Section 02220) Dollars (Unit Price in words) 7. Potholing (Section 02222) Dollars (Unit Price in words) 8. Temporary Erosion and Sedimentation Control (Section WSDOT 8-03 ) Dollars (Unit Price in words) 9. Silt Fence (Section WSDOT 8-03) Dollars (Unit Price in words) 1 Lump Sum $ _ $ _ 1 EST $ 50,000.00_ $ 50, _ 1 Lump Sum $ _ $ _ 200 Square Yard $ _ $ _ 1 Lump Sum $ _ $ _ 1 Lump Sum $ _ $ _ 3 Each $ _ $ _ 1 Lump Sum $ _ $ _ 260 Linear Foot $ _ $ _ Roosevelt Water Association Proposal Form - 4

21 ITEM NO. BID ITEM WITH UNIT PRICE (To be written in words) APPROX. QUANTITY & UNITS UNIT PRICE TOTAL AMOUNT 10. Trench Safety System (Section 02150) Dollars (Unit Price in words) 11. Yard Piping (Section 15060) Dollars (Unit Price in words) inch Gate Valve (Section 15100) Dollars (Unit Price in words) inch Gate Valve (Section 15100) Dollars (Unit Price in words) inch Gate Valve (Section 15100) Dollars (Unit Price in words) inch Flow Meter Valve (Section 15100) Dollars (Unit Price in words) inch Altitude Valve (Section 15100) Dollars (Unit Price in words) inch Water Line Connection (Section 15070) Dollars (Unit Price in words) 18. Altitude Vault (Section 02535) Dollars (Unit Price in words) 19. Dechlorination Vault (Section 02535) Dollars (Unit Price in words) 1 Lump Sum $ _ $ _ 1 Lump Sum $ _ $ _ 4 Each $ _ $ _ 1 Each $ _ $ _ 2 Each $ _ $ _ 1 Each $ _ $ _ 1 Each $ _ $ _ 1 Each $ _ $ _ 1 Each $ _ $ _ 1 Each $ _ $ _ Roosevelt Water Association Proposal Form - 5

22 ITEM NO. BID ITEM WITH UNIT PRICE (To be written in words) APPROX. QUANTITY & UNITS UNIT PRICE TOTAL AMOUNT 20. Flow Meter Vault (Section 02535) Dollars (Unit Price in words) 21. Segmental Retaining Wall (Section 02832) Dollars (Unit Price in words) 22. Crushed Surfacing (Section 02220) Dollars (Unit Price in words) 23. Foundation Material (Section 02220) Dollars (Unit Price in words) 24. Import Backfill Material (Allowance) (Section 02220) Dollars (Unit Price in words) 25. Controlled Low Strength Material (CDF) (Section 03810) Dollars (Unit Price in words) 26. Tank Concrete Foundation (Division 3) Dollars (Unit Price in words) 27. Design, Furnish and Erect Welded Steel Reservoir (Section 13205) Dollars (Unit Price in words) 28. Cathodic Protection (Section 16600) Dollars (Unit Price in words) 29. Painting of Welded Steel Reservoir (Section 09972) Dollars (Unit Price in words) 1 Each $ _ $ _ Lump Sum $ _ $ _ 190 TN $ _ $ _ 95 TN $ _ $ _ 400 TN $ _ $ _ 100 Cubic Yard $ _ $ _ 1 Lump Sum $ _ $ _ 1 Lump Sum $ _ $ _ 1 Lump Sum $ _ $ _ 1 Lump Sum $ _ $ _ Roosevelt Water Association Proposal Form - 6

23 ITEM NO. BID ITEM WITH UNIT PRICE (To be written in words) APPROX. QUANTITY & UNITS UNIT PRICE TOTAL AMOUNT 30. Water Sampling Station Dollars (Unit Price in words) 31. ½ Cl. 52 HMA Grind and Overlay (Section 02575) Dollars (Unit Price in words) inch Type 2 Catch Basin (Section 02535) Dollars (Unit Price in words) 33. Type 1 Catch Basin with Frame and Grate (Section 02535) Dollars (Unit Price in words) 34. Chain Link Fence and Gates (Section 02821) Dollars (Unit Price in words) inch Storm Sewer Pipe Dollars (Unit Price in words) inch Storm Sewer Pipe (Section 15060) Dollars (Unit Price in words) 37. Mixing Equipment (Section 11200) Dollars (Unit Price in words) inch Flex-tend Flexible Expansion Joint Dollars (Unit Price in words) inch Flex-tend Flexible Expansion Joint Dollars (Unit Price in words) 1 Lump Sum $ _ $ _ 50 TN $ _ $ _ 3 Each $ _ $ _ 3 Each $ _ $ _ 1 Lump Sum $ _ $ _ 205 Linear Foot $ _ $ _ 356 Linear Foot $ _ $ _ 1 Each $ _ $ 1 Each $ _ $ 1 Each $ _ $ _ Roosevelt Water Association Proposal Form - 7

24 Subtotal Amount Bid: Washington State Sales Tax (8.60%): Total Amount Bid: Enter this amount on the first page of the Proposal Form. $ $ $ Roosevelt Water Association Proposal Form - 8

25 BIDDER S CHECKLIST The bidder s attention is especially called to the following forms, which must be completed in full as requested and submitted collectively as the Bid Proposal package. 1. BID PROPOSAL FORM 2. ACKNOWLEDGEMENT OF ADDENDA (ON BID PROPOSAL) 3. STATEMENT OF BIDDER S QUALIFICATIONS 4. STATEMENT OF PROPOSED SUBCONTRACTORS The following contract forms are to be executed and submitted within ten (10) calendar days after award of Contract: 1. CONTRACT This agreement is to be executed by the successful bidder in four counterparts. 2. PERFORMANCE AND PAYMENT BOND To be executed by the successful bidder and the bidder s surety company 3. PROOF OF INSURANCE Copy of policy and appropriate endorsements. Roosevelt Water Association Bidder s Checklist - 1

26

27 STATEMENT OF BIDDER S QUALIFICATIONS ROOSEVELT WATER ASSOCIATION, INC. TANK NO. 2 Each bidder submitting a Proposal Form on work included in these specifications shall prepare and submit, as part of the Proposal, the data requested in the following schedule: 1. Name of Bidder: 2. Business Address: 3. Telephone Number: 4. How many years has said bidder been engaged in the contracting business under the present firm name? 5. Contacts now in hand (gross amount) $ 6. General character of work performed by said company: 7. List of similar projects constructed by said company, including approximate costs, dates of construction and references with telephone numbers (submit additional sheet, if necessary) Project Name Type of Work Contract Amount Date Completed Name and Number of Contact a. b. c. Roosevelt Water Association Statement of Bidder s Qualifications - 1

28 d. e. 8. What is the construction experience of the principal individuals of your organization proposed for this contract? Individual s Present Years of Largest, Most In Name Position Construction Applicable What Experience? Project ($) Capacity? 1. Project Manager (office): 2. Superintendent: 3. Excavator/Backhoe Operator: 9. List of company s major equipment: 10. Bank references and telephone numbers: 11. Washington State Contractor s License Number: 12. Amount Bondable: $ 13. Bonding Company: Name of Bidder: By: Title: Date: Roosevelt Water Association Statement of Bidder s Qualifications - 2

29 STATEMENT OF PROPOSED SUBCONTRACTORS ROOSEVELT WATER ASSOCIATION, INC. TANK NO. 2 The Bidder shall indicate involvement of Subcontractors in the work required by the Contract Documents by listing them below. In accordance with RCW , a list of all Subcontractors must be submitted with the Bid. Failure to submit this list will result in a nonresponsive Bid. Subcontractor s Name and Address Description of Work Not Applicable Not Applicable Not Applicable Heating, Ventilation and Air Conditioning Plumbing Electrical Roosevelt Water Association. Statement of Proposed Subcontractors - 1

30

31 Contract Documents

32

33 NOTICE OF AWARD ROOSEVELT WATER ASSOCIATION, INC. TANK NO. 2 To: PROJECT DESCRIPTION: The OWNER has considered the Bid submitted by you for the above described work in response to its Notice Inviting Sealed Proposals dated, 20, and Information for Bidders. You are hereby notified that your Bid has been accepted for the in the amount of $. You are required by the Information for Bidders to execute the Contract and furnish the required Contractor s Performance and Payment bond within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Contract and to furnish said Bonds within ten (10) calendar days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER S acceptance of your bid as abandoned. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of, 20. BHC Consultants, LLC Agent for Roosevelt Water Association, Inc. By: Title: Please sign and return one copy of this Notice of Award to: Roosevelt Water Association Notice of Award - 1

34

35 NOTICE TO PROCEED ROOSEVELT WATER ASSOCIATION, INC. TANK NO. 2 Date: To: Re: Project Project No: Contract You are hereby notified to commence WORK in accordance with the Contract dated, 20, on or before, 20, and you are to complete the WORK within consecutive working days thereafter. The date of completion of all WORK is therefore. Signature Receipt of this NOTICE TO PROCEED is hereby acknowledged this, the day of, 20. CONTRACTOR: BY TITLE: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Roosevelt Water Association Notice to Proceed - 1

36

37 CONTRACT ROOSEVELT WATER ASSOCIATION, INC. TANK NO. 2 This Contract, made and entered into this day of, 20 by and between the Roosevelt Water Association, Inc.,, hereinafter called the Owner, and of hereinafter called the Contractor ; WITNESSETH: The Contractor, in consideration of the sum to be paid the Contractor by the Owner and of the covenants and agreements herein contained hereby agrees, at the Contractor s own proper cost and expense, to do all the work and furnish all the materials, tools, labor, and all appliances, machinery, and appurtenances for the construction of the, to the extent of the Proposal made by the Contractor. Dated the day of, 20 all in full compliance with the Contract Documents referred to herein. The BIDDING DOCUMENTS, including the signed copy of the PROPOSAL FORM, the CONTRACT FORMS, the SPECIAL PROVISIONS, and the DRAWINGS, entitled dated June 2011 are hereby referred to and by reference made a part of this Contract as fully and completely as if the same were fully set forth herein and are mutually cooperative therewith. In consideration of the performance of the work set forth in this, the Owner agrees to pay the Contractor the amount bid in the Proposal as adjusted in accordance with the, or as otherwise herein provided, and to make such payments in the manner and at the times provided in the. The Contractor agrees to complete the work within working days and to accept as full payment hereunder the amounts computed as determined by the Contract Documents and based on the said Proposal. The Contractor agrees to remedy all defects appearing in the work or developing in the materials furnished and the workmanship performed under this Contract during the guarantee period after the date of final acceptance of the work by the Owner, and further agrees to indemnify and save the Owner harmless from any costs encountered in remedying such defects. The total amount (excluding State sales tax) for this Contract is: dollars and cents $ Payment will be made as stated in the Contract Documents. Roosevelt Water Association Contract - 1

38 It is agreed that the Contract, based upon the Proposal, shall be fully complete by:, 20. IN WITNESS WHEREOF, we, the parties hereto, each herewith subscribe the same this day of, 20. CONTRACTOR ROOSEVELT WATER ASSOCIATION, INC President/Partner/Owner Name Secretary Title dba Firm Name Individual Partnership Corporation A Corporation (State of Incorporation) ATTENTION: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made part of the Contract Documents. If business is a PARTNERSHIP, full name of each partner should be listed followed by a dba (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by dba and name of the company. Roosevelt Water Association Contract - 2

39 PERFORMANCE AND PAYMENT BOND ROOSEVELT WATER ASSOCIATION, INC. TANK NO. 2 KNOW ALL MEN BY THESE PRESENTS, THAT (Name and Address or Legal Designation of Contractor) as Principal, hereinafter called Principal and (Legal Designation and Address of Surety) authorized to do business of surety in the State of Washington, as Surety, hereinafter called Surety are held and firmly bound unto the Roosevelt Water Association, Inc., as Obligee, hereinafter called Owner for the use and benefit of claimants as hereinafter defined in the amount of dollars ($ ), amount no less than one hundred percent (100%) of the contract amount, for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has, by written agreement dated, entered into contract with Owner for, which contract is attached hereto, and by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, if the Principal as contractor in the Contract shall faithfully perform each and all of the conditions of the Contract to be performed by him in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or sub-contractors with the provisions and supplies for the carrying on of said work, and shall hold OWNER harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work, and shall indemnify and hold OWNER harmless from any damage or expense by reason of failure or performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by OWNER, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. THE SURETY, for value received, hereby stipulates and agrees that no prepayment or delay in payment and no change, extension, addition or alteration of any provisions of the Contractor or in the plans, profiles, detailed drawings, specifications, and no forbearance on the part of the Owner shall operate to relieve Surety from liability on this bond and consent thereto without notice to or consent by Surety is hereby given, and the Surety hereby waives provisions of any law relating thereto. THIS BOND, is executed for the purpose of complying with the laws of the State of Washington as contained in RCW , and all acts amendatory thereof and no right of action shall accrue on this bond to or for the use of any person or corporation other that the Owner named herein or the heirs, executors, administrators or successors of Owner. Roosevelt Water Association Performance and Payment Bond - 1

40 IN THE PRESENCE OF: Principal (seal) Title Surety Title (seal) Attorney-in-Fact Roosevelt Water Association Performance and Payment Bond - 2

41 Special Provisions

42

43 DIVISION 01 GENERAL DATA SECTION STANDARD SPECIFICATIONS SECTION STANDARD SPECIFICATIONS PART 1: GENERAL 1.01 General Information All work under this contract shall be performed in accordance with the following documents (now incorporated by reference) except as may be exempted or modified within these contract documents: A. Roosevelt Water Association CODE for Water Main Extension into Newly Platted Areas B Standard Specifications for Road, Bridge, and Municipal Construction and Amendments, prepared by Washington State Department of Transportation; C. Manual on Uniform Traffic Control Devices MUTCD D. APWA Standards E. AWWA Standards In the event of a conflict between component parts of Contract Documents, the more stringent requirements, as determined by the Owner, shall apply. END OF SECTION Roosevelt Water Association

44

45 DIVISION 01 GENERAL DATA SECTION BID ITEM DESCRIPTION BID SE SECTION BID ITEM DESCRIPTION PART 1: GENERAL 1.01 General No separate or additional measurement and payment will be made for any work done under Division 1 General Construction Provisions, but shall be considered incidental to the work and shall be included in the various unit price or lump sum bid items, as applicable Computations of Quantities A. Measurements of Area Units of square foot, square yard, or acre shall be measured in place in the horizontal plane. No adjustments shall be made in the area for the slope, uneven contours, overlap of materials, penetrations, anchor trenches, repairs or wasted materials. If an area that is to be measured exceeds 10,000 square feet, the area shall be surveyed as described in the Specifications. All quantities shall be measurements to the lines shown on the Drawings unless otherwise specified. All measurements and computations of quantities will be made by the Engineer. B. Measurements of Volume Computations for the volume of prismoids in cubic feet or cubic yards shall be by the method of average end areas. All quantities shall be measured to the lines and grades shown on the Drawings unless otherwise specified. All measurements and computations of quantities will be made by the Engineer. C. Measurements of Weight Weight quantities, such as pounds or tons, shall be measured by certified scale and recorded on a weight ticket. The weight ticket must be from a certified scale in accordance with the Standard Specifications Section (1). Adjustments may be made for wasting of material, or for using material in applications other than described in the Contract Documents. Measurement will be made only within any limits shown on the Contract Drawings. D. Measurements of Length Linear quantities, such as linear feet for piping systems, shall be measured in the horizontal plane along the pipe alignment and shall include the length through the elbows, tees, and fittings. The number of the linear quantity will be measured from the center of manhole to the center of manhole and to the pay limits as shown on the Drawings. No adjustments will be made in the length for the slope, Roosevelt Water Association

46 DIVISION 01 GENERAL DATA SECTION BID ITEM DESCRIPTION uneven contours, overlap of materials, repairs or wasted material. measurements and computations of quantities will be made by the Engineer. All 1.03 Measurement and Payment A. The unit or lump sum contract prices shall constitute full payment for furnishing all labor, equipment, materials, permits and agreements, overhead and profit and performing all operations required to complete the work as defined in the Contract Documents. Notwithstanding the omission or mention of any incidental work, the contract price and payment shall also constitute full compensation for all work incidental to completion of the item, unless such work is otherwise specifically mentioned for separate payment under another bid item. B. All measurements and computations will be made by the Engineer or Owner s Representative. The Contractor may perform quantity surveys for comparison. If there is a discrepancy where the measured quantity cannot be agreed upon, the Engineer or Owner s Representative measurements will be used. C. When any vehicle delivers to the project materials which have the unit designation of weight, the driver of the vehicle shall give the Owner s representative a legible weight ticket with the following information: Vehicle identification number; The date and time the load was weighed; The tare weight of the vehicle for each day; The gross weight of the loaded vehicle as registered on the scale; and The legal gross weight of the vehicle as permitted by the Washington State Department of Transportation. D. The terms construct, install, erect, place, provide and prepare shall mean that the pay item is complete and in place. E. Final Pay Quantity: When the estimated quantities for a specific portion of the work are designated on the Plans or in the Contract Documents as final pay quantities, said estimated quantities shall be the final quantities for which payment for such specific portion of the work will be made. The estimated quantities for such specific portion of the work shall be considered as approximate only and no guarantee is made that the estimated quantities equal quantities that can be determined by computations, based on the details and dimensions shown on the Plans. No allowance will be made in the event that the quantities based on computations do not equal the estimated quantities. Change to the final quantities will be made only if the dimensions of said portions of the work shown on the Plans are revised by the Engineer. If such dimensions are revised and such revisions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the changes in the dimensions. Roosevelt Water Association

47 DIVISION 01 GENERAL DATA SECTION BID ITEM DESCRIPTION When portions of an item have been designated as final pay quantities in the contract documents, those portions that are not so designated will be measured and paid for in accordance with the applicable provisions of these Specifications and the Special Provisions Bid Item Descriptions 1. Mobilization Mobilization shall be measured as Lump Sum. This item shall consist of preconstruction costs of preparatory work and operations performed by the Contractor, including, but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of offices, buildings and other facilities necessary for work on this project; for premiums on bonds and insurance for the project, and for work and operations which the Contractor must perform or costs the Contractor must incur before beginning production work on the various items on the project site. Mobilization costs for all subcontracted work shall be considered to be included. Items which are not to be included in this item, include, but are not limited to: 1. Any portion of the work covered by a specific bid item or incidental work which is to be included in a bid item or items. 2. Profit, interest on borrowed money, overhead or management costs. The lump sum contract price for Mobilization, partial payments will be made as follows: 1. When 5% of the total original contract amount is earned from other bid items, 50% of the amount bid for mobilization, or 5% of the total original contract amount, whichever is the least, will be paid. 2. When 10% of the total original contract amount is earned from other bid items, 90% of the amount bid for mobilization, or 10% of the total original contract amount, whichever is least, will be paid. 3. Upon physical completion of all work on the project, payment of any remaining amount left in mobilization will be made. Roosevelt Water Association

48 DIVISION 01 GENERAL DATA SECTION BID ITEM DESCRIPTION 2. Minor Changes Measurement for payment of Minor Changes shall be by Force Account (FA) or lump sum proposal as agreed upon during construction by Owner and Contractor. To provide a common basis for all bidders, an arbitrary dollar amounts for all items to be paid per force account has been estimated and included in the Bid Schedule. All such dollar amounts are to become a part of Contractor s total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized in writing by Owner. 3. Construction Survey Measurement for payment of Construction Surveying shall be per Lump Sum. The lump sum contract price for construction surveying shall include all labor, materials, and equipment necessary to provide construction surveying and staking as required to complete all construction in accordance with the Contract Documents. Bid item shall include: preparation of construction document as outlined in Section 01720, showing any modifications to the design drawings that were constructed and the final locations of all constructed items and existing improvements encountered during the work; and, removal and replacement of any monuments affected during construction, including but not limited to all permitting or surveying required to reset the monument. 4. Geotextile Measurement for Geotextile shall be per Square Yard. The lump sum contract price for Geotextile shall include all labor, materials, and equipment necessary to provide and place geotextile for any road stabilization. Any geotextile used in connection with the retaining wall or around any drain pipes shall be incidental to the segmental retaining wall bid item. 5. General Restoration Measurement for payment of this bid item shall be per lump sum. The contract price shall include all costs of labor, materials, and equipment associated with the clean up and restoration of all landscape disturbed during construction, including: regrading; seeding; sodding; replacement of rockeries, shrubbery, fences, and other landscaping feature improvements in public rightsof-ways and in easements; and all other work necessary to restore the area Roosevelt Water Association

49 DIVISION 01 GENERAL DATA SECTION BID ITEM DESCRIPTION disturbed by construction to conditions equal to or better than existed prior to construction. Payment will be made upon completion of restoration satisfactory to the owner. 6. Clearing and Grubbing Measurement for payment of this bid item shall be per Lump Sum. The contract price shall include all costs of labor, materials, and equipment associated with clearing and grubbing the site for construction in accordance with the Contract Documents. 7. Potholing Measurement for payment of this bid item shall be per each. The contract price per each shall be considered full compensation for all labor, materials, equipment and tools necessary or incidental to coordinate and perform any approved potholing for existing utilities as described in the specifications. 8. Temporary Erosion and Sedimentation Control Measurement for payment of this bid item shall be per lump sum. The unit contract price per lump sum shall constitute full compensation for providing complete, maintaining and removal of erosion control measures as required, including but not limited to covering exposed earthen material with plastic sheeting, catch basin inserts and other erosion control efforts. Lump sum price shall also include all overhead costs, including but not limited to TESC plan submittal, turbidity and water quality testing along with corresponding discharge monitoring reports. 9. Silt Fence Measurement for payment of this bid item shall be per lineal foot. The unit contract price shall include furnishing, installing, maintaining, and removing silt fence as required to prevent silt laden runoff from leaving the project site. Roosevelt Water Association

50 DIVISION 01 GENERAL DATA SECTION BID ITEM DESCRIPTION 10. Trench Safety System Measurement for payment of this bid item shall be lump sum. The lump sum contract price shall include all labor, material, and equipment associated with the fabrication, installation and removal of the Trench Safety measures and all other activities required to complete the work, including but not limited to temporary shoring, sheeting and bracing or equivalent method and will include all design and engineering fees, furnishing, constructing, removing and disposing of all temporary sheeting, shoring and bracing, complete, as required under the provisions of any permits, and in accordance with the requirements of Washington Industrial Safety and Health Act, Chapter 49.17, pursuant to the provisions of RCW Yard Piping Measurement for payment of this bid item shall be lump sum. The unit contract price per ton shall be considered full compensation for all labor, materials, equipment, and tools necessary or incidental to install all water and storm drain piping within the tank site including but not limited any sump drain(s), tank drain pipe, fill and distribution pipe, all fittings, valves, appurtenances, excavation, placement and compaction in accordance with the project Plans and Specifications and within pay limits detailed therein. Yard piping shall include all piping, fittings, bends and appurtenances inside and outside of vaults. Bid item includes but is not limited to any flex couplings, pipe restraints, dismantling joints, check valves, wye, saddles, pressure gauges and bends associated with completing yard piping as outlined in Contract documents. Valves and vault will be accounted for under separate bid items inch Gate Valve Measurement for payment of this bid item shall be per each. The unit Contract price per each shall be full compensation for all labor, materials, equipment and tools necessary to install the valve complete in place on the pipeline, including but not limited to trenching, jointing, blocking of valve, mechanical restraints, painting disinfecting, hydrostatic testing, valve box and valve box collar inch Gate Valve Measurement for payment of this bid item shall be per each. The unit Contract price per each shall be full compensation for all labor, materials, equipment and tools necessary to install the valve complete in place on the pipeline, including but not limited to trenching, jointing, blocking of valve, Roosevelt Water Association

51 DIVISION 01 GENERAL DATA SECTION BID ITEM DESCRIPTION mechanical restraints, painting disinfecting, hydrostatic testing, valve box and valve box collar inch Gate Valve Measurement for payment of this bid item shall be per each. The unit Contract price per each shall be full compensation for all labor, materials, equipment and tools necessary to install the valve complete in place on the pipeline, including but not limited to trenching, jointing, blocking of valve, mechanical restraints, painting disinfecting, hydrostatic testing, valve box and valve box collar inch Flow Meter Valve Measurement for payment of this bid item shall be per each. The unit Contract price per each shall be full compensation for all labor, materials, equipment and tools necessary to install the valve complete in place on the pipeline, including but not limited to trenching, jointing, blocking of valve, mechanical restraints, painting disinfecting, calibration, training and start-up as outlined in the Contract Documents. All electrical routing and connections required to facilitate flow meter shall also be included under this bid item inch Altitude Valve Measurement for payment of this bid item shall be per each. The unit Contract price per each shall be full compensation for all labor, materials, equipment and tools necessary to install the valve complete in place on the pipeline, including but not limited to trenching, jointing, blocking of valve, mechanical restraints, painting disinfecting, calibration, training and start-up as outlined in the Contract Documents inch Water Line Connection Measurement for payment of this bid item shall be per each. The unit Contract price per each shall be full compensation for all labor, materials, equipment and tools necessary to install all appurtenances necessary to make the water line connection. Price shall also include any coordination to make the shut off and disinfect the line, if necessary. 18. Altitude Valve Vault Measurement for payment of this bid item shall be per each. The unit Contract price per each shall be full compensation for all labor, Roosevelt Water Association

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

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

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

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

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

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

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

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

More information

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

More information

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

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

More information

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

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

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

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

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

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements APPLICATION FOR RAZE PERMIT COVER SHEET Page 1 of 2 Project Address The following items must be completed and submitted as a packet: Razing permit application (this item is all that is needed for residential

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

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

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

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

Finance & Technology Administrator (815) ext 223

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

More information

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

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

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

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

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

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

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

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

More information

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

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

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

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

More information

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

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

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

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

More information

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

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

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

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

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

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

Fill material and Top Soil

Fill material and Top Soil CITY OF CONWAY SOUTH CAROLINA BID PACKAGE: 7-2018 Fill Material and Top Soil Fill material and Top Soil BID OPENING: 2:00 PM at Conway Public Works Complex 2940 Jerry Barnhill Blvd Conway SC Thursday,

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

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

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

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

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

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

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

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

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

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

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 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

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

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

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

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

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

Application for Right of Way Permit

Application for Right of Way Permit Application for Right of Way Permit The following are the requirements to perform construction in the City right of way. 1. There is an annual Applicant License Fee of $75.00. The license must be obtained

More information

PROPOSAL OF, a corporation. an individual doing business as

PROPOSAL OF, a corporation. an individual doing business as PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to instructions and invitations to bidders, the undersigned proposes

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

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

INVITATION TO BID CITY OF HOPKINSVILLE

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

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

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

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

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

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

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

AUTHORIZATION CALL FOR BIDS

AUTHORIZATION CALL FOR BIDS AUTHORIZATION TO CALL FOR BIDS Authorization given: April 2, 2013 to CALL FOR BIDS by the Department of Public Works for: 2013 Trucking Asphalt Bid opening date to be April 16, 2013 at 1:30 P.M. in the

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

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

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

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

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

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

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

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

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

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

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

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

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

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

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

More information

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information