TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC

Size: px
Start display at page:

Download "TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC"

Transcription

1 TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC October 2017

2 TABLE OF CONTENTS 1. Invitation to Tender 2. Instructions to Tenderer, Part 1 3. Form of Tender Appendix 1 Schedule of Quantities and Unit Prices Appendix 2 Preliminary Construction Schedule Appendix 3 Experience of Superintendent Appendix 4 Comparable Work Experience Appendix 5 Subcontractors 4. Form of Agreement Schedule 1 Schedule of Contract Documents Schedule 2 List of Contract Drawings 5. Supplementary General Conditions 6. Additional Information (Non Contract Documents) Geotechnical Report Simpson Geotechnical Ltd. Report of Geotechnical Subsurface Assessment Egremont and Sutton Roads from Ulvertson Ave to Derwent Ave, Cumberland BC 7. MMCD 2009 Standard documents under separate cover (Tenderer to obtain copy. website: Instructions to Tender, Part ll General Conditions Specifications Standard Detail Drawings

3 CONTRACT INVITATION TO TENDERERS INVITATION TO TENDERERS PAGE 1 OF 1 MMCD 2009 Owner: Contract: Village of Cumberland ( NAME OF OWNER ) SUTTON ROAD MULTI-PURPOSE PATH ( TITLE OF CONTRACT ) Reference No. - ( OWNER S CONTRACT REFERENCE NO. ) The Owner invites tenders for: Contract Documents are available during normal business hours at: Widening of Sutton Road shoulder to include construction of a 200 m long paved bike/pedestrian pathway and associated landscaping and civil site work. Note: A two envelope system that allows for the Village s Social Procurement Policy will be utilized. Note: Tenderers must monitor website postings to ensure all Addenda are incorporated in their Tender. ( BRIEF DESCRIPTION OF THE WORK ) Will be posted on BC Bid ( LIST ADDRESSES FOR DOCUMENT PICKUP ) On payment of a non-refundable amount of $ nil including GST payable to: Not applicable. ( NAME THAT CHEQUE SHOULD BE PAYABLE TO ) The Contract Documents are available for viewing at: BC BID ( ADDRESS WHERE CONTRACT DOCUMENTS CAN BE VIEWED ) Tenders are scheduled to close: NAME OF OWNER S REPRESENTATIVE Tender Closing Time: Exactly 2:00:00 PM local time. Tender Closing Date: November 23rd 2017 Address: Cumberland Village Office 2673 Dunsmuir Ave Cumberland, BC V0R 1S0 ( ADDRESS WHERE TENDERS MUST BE SUBMITTED ) Mr. Tim O Brien, Project Engineer, Landscape Architect, Outlook ELA, Comox BC only at: outlookela@shaw.ca ( PHONE )

4 CONTRACT INSTRUCTIONS TO TENDERERS PART I TABLE OF CONTENTS IT PART I 1 OF 2 MMCD Introduction... IT Tender Documents... IT Submission of Tenders... IT Additional Instructions to Tenderers... IT - 3

5 CONTRACT INSTRUCTIONS TO TENDERERS PART I TABLE OF CONTENTS IT PART I 2 OF 2 MMCD 2009 THIS PAGE INTENTIONALLY LEFT BLANK

6 CONTRACT INSTRUCTIONS TO TENDERERS PART I TABLE OF CONTENTS IT PART I 1 OF 2 MMCD Introduction... IT Tender Documents... IT Submission of Tenders... IT Additional Instructions to Tenderers... IT - 3

7 CONTRACT INSTRUCTIONS TO TENDERERS PART I TABLE OF CONTENTS IT PART I 2 OF 2 MMCD 2009 THIS PAGE INTENTIONALLY LEFT BLANK

8 CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT - 1 MMCD 2009 (TO BE READ WITH INSTRUCTIONS TO TENDERERS - PART II CONTAINED IN THE EDITION OF THE PUBLICATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS SPECIFIED IN ARTICLE 2.2 BELOW) Owner: Contract: The Corporation of the Village of Cumberland ( NAME OF OWNER ) SUTTON ROAD MULTI-PURPOSE PATH ( TITLE OF CONTRACT ) Reference No ( OWNER S CONTRACT REFERENCE NO. ) 1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: CONSTRUCTION OF A PAVED PATHWAY AND ASSOCIATED LANDSCAPING. ( BRIEF DESCRIPTION OF THE WORK ) 1.2 Direct all inquiries regarding the Contract, to: Tim O Brien, Project Engineer, Landscape Architect ( NAME AND POSITION OF INDIVIDUAL WHO WILL ANSWER INQUIRIS ) 2.0 Tender Documents Address: 1326 Docliddle Road Comox BC V9M 2P9 outlookela@shaw.ca ( only) Phone: Fax: The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled Schedule of Contract Documents. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled List of Contract Drawings.

9 CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT - 2 MMCD A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents. 2.3 Any additional information made available to tenderers prior to the Tender Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant. 3.0 Submission of Tenders 3.1 Tenders must be submitted in a sealed envelope, marked on the outside with the above Contract Title and Reference No., and must be received by the office of: MR. R. CRISFIELD, OPERATIONS MANAGER (TITLE OF POSITION) on or before: Tender Closing Time: 2:00 : 00, PM local time Tender Closing Date: NOVEMBER 23, at Address: VILLAGE MUNICIPAL HALL 2673 DUNSMUIR AVENUE CUMBERLAND BC, V0R 1S0 3.2 Late tenders will not be accepted or considered, and will be returned unopened.

10 CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT - 3 MMCD Additional Instructions to Tenderers INSERT UNDER THIS PARAGRAPH 4 ANY REQUIRED ADDITIONAL INSTRUCTIONS TO TENDERERS 4.1 A pre-tender meeting is not scheduled. 4.2 Contrary to Instructions to Tenderers Part ll, 12.1 fax amendments will not be accepted. 4.3 Construction has been tendered for construction to begin early in 2018 with conclusion to occur soon after opening of pavement plant. A maximum 8-week construction schedule is acceptable. Refer to Appendix 2 Preliminary Construction Schedule. 4.4 No change in the accepted tendered price will be considered, unless during the interim period between tender closing and March 1 st 2018, there is an escalation of oil price materially affecting the price of asphaltic concrete, and it is agreed upon to be an Unforeseeable Market Condition under General Condition TWO ENVELOPE SYSTEM. The Council of the Village of Cumberland has adopted a Social Procurement Framework, committing the Village to ethical purchasing with social values and environmental sustainability at its core. To this end, the Village s procurement is guided by the Social Procurement Framework, outlined below. To be considered eligible to bid on this Tender, Tenderers must comply with all employment and human rights laws relating to the tendered project and must meet all legal requirements related to workplace or workers safety laws and regulations. In addition, the proponent must satisfy at least two of the following goals or initiatives which are included in the Village s Social Procurement Framework as outlined below. 1. Assist the Village in achieving any of the following key social, employment and economic goals as outlined in the attached Social Procurement Framework: 2. contribute to a stronger local economy; 3. increase the number of local jobs that support young working families; 4. increase social inclusion, by improving contract access for equity-seeking groups, such as social enterprises; 5. enhance community arts and culture infrastructure; 6. improve and enhance public spaces; 7. help move people out of poverty, providing increased independence and sustainable employment for those in need; 8. improve opportunities for meaningful independence and community inclusion for citizens living with disabilities; and 9. stimulate an entrepreneurial culture of social innovation. 10. Provide financial or in-kind support to not for-profit community organizations that provide community benefits to Cumberland residents and businesses. 11. Pay at least the living wage at $17.30 per hour as the regular wages paid to all of your employees. 12. Employ residents of the Village of Cumberland on this project. 13. Employ apprentices/trainees (preferably Cumberland

11 CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT - 4 MMCD 2009 residents) on this project. 14. If awarded the contract assist the Village (financially or in-kind) with the above. Tenderers are to outline how they currently satisfy, or how they plan to satisfy (if the successful), at least two of the goals or initiatives before the completion of the project: Envelope 1: Tenderers must submit a Community Benefit Proposal that meets at least two of the above goals or initiatives in a separate sealed envelope clearly marked Envelope 1 Community Benefit Proposal, with the Tenderer s name and the Contract Title. Following Tender Closing, The Village of Cumberland will open Envelope 1 submissions and assess the community benefit clause submissions for at least two of the above goals or initiatives. Envelope 2: Those, and only those tenderers that satisfy the requirements of Envelope 1 submissions will have their second envelope opened which contains the Form of Tender (pricing etc.). The tender opening will not be held in public. Note that: The Village s evaluation of a tenderer s outline of how it will achieve the goals and initiative in the Village s Social Procurement Frameworks will be at the sole discretion of the Village. In no event will a tenderer have any claim against the Village in relation to the Village s evaluation of any proponent's community benefit submission or any resulting decision by the Village regarding whether any tenderer s proposal may be retained for consideration and by submitting a bid each tenderer agrees that it has no such claim..

12 CONTRACT FORM OF TENDER FORM OF TENDER PAGE 1 OF 3 MMCD 2009 Owner: Contract: Reference No. The Corporation of the Village of Cumberland ( NAME OF OWNER ) SUTTON ROAD MULTI-PURPOSE PATH ( TITLE OF CONTRACT ) - ( OWNER S CONTRACT REFERENCE NO. ) To Owner: WE, THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings and the following Addenda: ; ( ADDENDA, IF ANY ) 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers; and ACCORDINGLY WE HEREBY OFFER 2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and 2.2 to achieve Substantial Performance of the Work on or before MAY 31, ( WORK DURATION OR DATE ) 2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices set out in Appendix 1, the Schedule of Quantities and Prices, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the Tender Price as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST. WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary.

13 CONTRACT FORM OF TENDER FORM OF TENDER PAGE 2 OF 3 MMCD 2009 WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this tender: the appendices as required by paragraph 5.3 of the Instructions to Tenderers Part II; and the Bid Security as required by paragraph 5.2 of the Instructions to Tenderers Part II. WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of 60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the Owner. If within this period the Owner delivers a written notice ( Notice of Award ) by which the Owner accepts our tender we will: within 15 Days of receipt of the written Notice of Award deliver to the Owner:.1 A Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, covering the performance of the Work including the Contractor s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner;.2 a Baseline Construction Schedule, as provided by GC 4.6.1;.3 a clearance letter indicating that the tenderer is in Worksafe BC compliance; and.4 a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place and; within 2 Days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and sign the Contract Documents as required by GC WE AGREE: 6.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we: fail or refuse to deliver the documents as specified by paragraph of this Form of Tender; or

14 CONTRACT FORM OF TENDER FORM OF TENDER PAGE 3 OF 3 MMCD fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of: the face value of the Bid Security; and the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work. OUR ADDRESS IS AS FOLLOWS: Phone: Fax: Attention: This Tender is executed this day of, 20. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

15 Appendix 1 Page 1 of 1 SUTTON ROAD MULTI USE PATH Schedule of Quantities and Unit Prices Item Description Unit Quantity Unit Price Extended 1.00 General Conditions of Contract e.g. insurance, superintendence, shop drawings, traffic control, layout from control points provided by Owner, protect existing services, BC 1, erosion control, safety, flagging, proof rolling, insurance, dust control, portable toilet, final clean up etc to complete project. ls CIVIL WORKS 2.01 Relocate approx 5 concrete no posts currently at parking lot entrance ls Remove approx 1.8 m of low block wall at driveway and make good. ls Saw cut existing asphalt road edges including for irrigation water service m Remove and dispose existing asphalt incl over new water service m Excavate and dispose off site and prepare subgrade under hard surfaces m Water service tie in for Irrigation. 37 mm dia c/w connection to municipal watermain ls 1 and curbstop valve 2.07 Catchbasins ea Dia DR 35 catchbasin leads, connect to existing storm mains. ea Adjust CB/MH lids to suit new grades ea mm minus pit run sub base 200 mm depth m mm minus crushed gravel base, 75 mm depth m Tree Curb. Reinforced concrete perimeter edge for trees in asphalt areas ea Asphaltic concrete 50 mm thickness, including water service re instatement?? m Asphalt patch over water service 1 m width m Integral extruded asphalt curb m Asphalt spillways hand formed c/w 75 mm depth crushed gravel base m Concrete driveway aprons 125 mm thick on 200 mm thick pit run base and necessary m mm depth leveling course of 19 mm minus crushed gravel 2.18 Gravel driveway transitions of 19 mm crushed gravel base depth varies m SIGNS AND LINES 3.01 Relocate signs as directed. ea Pathway centreline painting, fog line, zebra crosswalk, stop bar, elephant ears, ls 1 directional arrows etc. Paint material is methyl methyl acrylate. (MMA) 3.03 Bikeway signs, post and concrete base. ea Plastic delineator posts ea IRRIGATION 4.01 Irrigation shop drawing (hand drawn mark up of schematic irrigation plan by ls 1 irrigation installer to confirm locations, zones and product details) 4.02 Irrigation plastic vault with master valve, battery controller, backflow prevention and ls 1 blow off and 4 zone valves, c/w pea gravel base Irrigation zone lines ( on or two) 37 mm dia for turf spray heads. Series 200 PVC all in m 151 single trench Drip irrigation zone lines 19 mm Series 200 PVC (single trench) m Irrigation sleeves 100 mm dia DR 28 PVC, 300 mm cover m Tree drip irrigation tees and black poly laterals to trees including drip line ea Turf irrigation side strip spray heads and connection to zone line ea Shrub bed irrigation including zone line, and mm pop up shrub bed spray heads. ls LANDSCAPING 5.01 Trees including topsoil, bark protectors, staking and stone or bark mulch as specified. ea Topsoil back of integral asphalt curb m Shrub bed planting at parking lot entrance including topsoil and bark mulch and 3 ls 1 select decorative boulders 5.04 Sod and establishment m2 145 TOTAL TENDER 5% GST All work to meet MMCD Platinum Standard Specifications

16 CONTRACT APPENDIX 2 PRELIMINARY CONSTRUCTION SCHEDULE APPENDIX 2 PAGE 1 OF 1 MMCD 2009 SUTTON ROAD MULTI-PURPOSE PATH ( TITLE OF CONTRACT ) See paragraph of the Instructions to Tenderers Part II. See Paragraph 2.2 of the Form of Tender for Completion Date Note: Construction schedule shall not exceed 8 weeks plus any agreed upon weather delays. Contractor to determine start date consistent with required completion date and to coordinate schedule with asphalt plant spring opening. Indicate Schedule with bar chart with major item descriptions and time. ACTIVITY Construction Schedule (Weeks) Site preparation/mobilization Drainage Water connection and irrigation sleeves Sub-base and base gravels Forming and casting of concrete Asphalt Topsoiling and Irrigation Tree and Shrub planting Line painting and delineators Clean up Tenderer s Initials

17 CONTRACT APPENDIX 3 EXPERIENCE OF SUPERINTENDENT APPENDIX 3 PAGE 1 OF SUTTON ROAD MULTI-PURPOSE PATH ( TITLE OF CONTRACT ) Name: Experience: Dates: Project Name: Responsibility: See paragraph of the Instructions to Tenderers Part II. References: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Tenderer s Initials

18 CONTRACT APPENDIX 4 COMPARABLE WORK EXPERIENCE APPENDIX 4 PAGE 1 OF SUTTON ROAD MULTI-PURPOSE CONTRACT ( TITLE OF CONTRACT ) See paragraph of the Instructions to Tenderers Part II. PROJECT Owner / Contract OWNER / CONTACT NAME PHONE and FAX WORK DESCRIPTION VALUE ($) Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Tenderer s Initials

19 CONTRACT APPENDIX 5 - SUBCONTRACTORS APPENDIX 5 PAGE 1 OF 1 MMCD 2009 SUTTON ROAD MULTI-PURPOSE PATH ( TITLE OF CONTRACT ) See paragraph of the Instructions to Tenderers Part II. WORK SCOPE SUBCONTRACTOR NAME PHONE NUMBER EXCAVATION AND TRUCKING PIPE WORK CONCRETE LANDSCAPING IRRIGATION LINE PAINTING ASPHALT Tenderer s Initials

20 CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 1 OF 6 MMCD 2009 BETWEEN OWNER AND CONTRACTOR This agreement made in duplicate this day of, 20. Contract: Reference No. SUTTON ROAD MULTI-PURPOSE PATH _ BETWEEN: The The Corporation of the Village of Cumberland ( NAME OF OWNER ) (the Owner ) AND: ( NAME AND OFFICE ADDRESS OF CONTRACTOR ) (the Contractor ) The Owner and the Contractor agree as follows: Article 1 The Work Start / Completion Dates 1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents. 1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before April 30, 2018 for weather and all other delays, subject to the provisions of the Contract Documents for adjustments to the Contract Time. 1.3 Time shall be of the essence of the Contract.

21 CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 2 OF 6 MMCD 2009 Article 2 Contract Documents 2.1 The Contract Documents consist of the documents listed or referred to in Schedule 1, entitled Schedule of Contract Documents, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor. 2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents. Article 3 Contract Price 3.1 The price for the Work ( Contract Price ) shall be the sum in Canadian dollars of the following the product of the actual quantities of the items of Work listed in the Schedule of Quantities and Prices which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule of Quantities and Prices; plus all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or incorporated into the Work; plus any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents. 3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work. Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor. Article 5 Rights and Remedies 4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 2% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly. 5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 5.2 Except as specifically set out in the Contract Documents, no action

22 CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 3 OF 6 MMCD 2009 or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract. Article 6 Notices 6.1 Communications among the Owner, the Contract Administrator and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below: The Owner: The Corporation of the Village of Cumberland 2673 Dunsmuir Avenue Cumberland, BC V0R 1S0 Phone Attention: The Contractor: Mr. Rob Crisfield, Manager of Operations Phone Attention: The Contract Administrator: Outlook Engineering and Landscape Architecture Inc Docliddle Road, Comox BC V9M 2P9 Phone Attention: Tim O Brien P.Eng. MBCSLA 6.2 A communication or notice that is addressed as above shall be considered to have been received immediately upon delivery, if delivered by hand; or immediately upon transmission if sent by fax and received in hard copy; or after 5 Days from date of posting if sent by registered mail. 6.3 The Owner or the Contractor may, at any time, change its address

23 CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 4 OF 6 MMCD 2009 for notice by giving written notice to the other at the address then applicable. Similarly, if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor. 6.4 The sender of a notice by fax assumes all risk that the fax is received in hard copy. Article 7 General 7.1 This Contract shall be construed according to the laws of British Columbia. 7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract. 7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents. 7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa. 7.5 This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns. IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Owner: The Corporation of the Village of Cumberland (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

24 CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 5 OF 6 MMCD 2009 (INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS,SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 1 Schedule of Contract Documents The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with * are contained in the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings, edition dated All sections of this publication are included in the Contract Documents. 8.1 Agreement, including all Schedules; 8.2 Supplementary General Conditions 27, 28, 8.3 General Conditions*; 8.4 Specifications*; 8.5 Standard Detail Drawings*; 8.6 Executed Form of Tender, including all Appendices; 8.7 Contract Documents listed in Schedule 2 to the Agreement List of Contract Documents ; 8.8 Instructions to Tenderers - Part I; 8.9 Instructions to Tenderers - Part II*; 8.10 The following Addenda: ( ADDENDA, IF ANY )

25 CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 6 OF 6 MMCD 2009 (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE CONTRACT, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 2 List of Contract Drawings TITLE DRAWING NO. REVISION NO. REVISION DATE COVER SHEET 268- COVER F OCT ASPHALT AND LINES 268-C-01 DRAINAGE AND PROPOSED GUTTER PROFILE LANDSCAPING AND SCHEMATIC IRRIGATION 268-C L-01 DETAILS 268-C-03

26 CONTRACT SUPPLEMENTARY GENERAL CONDITIONS MMCD 2009 Supplementary General Condition # SGC 27 SGC 28 Title Schedule of Quantities of Prices Precedent over Payment Clauses in Specifications Drawings Precedence over Specifications Change to General Conditions Payment for items of the Work will be as set out in the Schedule of Quantities. The Items taken together will represent the completed project as described in the drawings and as required in the General Conditions of the Contract. The drawings take precedents over written specifications.

27

28

29

30

31

32

33

34

35 Project Location

36

37

38

39

40

41

42

43

44

CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES

CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES Master Municipal Construction Documents (2009 Edition) Unit Price Contract Issued: April 4, 2017 Tender Closing Date: April 18, 2017, 2:00PM Local

More information

2018 Downtown Revitalization

2018 Downtown Revitalization Tender For 2018 Downtown Revitalization 2018-Tender-01 Date Issued: January 15, 2018 Master Municipal Construction Documents 2009 Edition Unit Price Contract City of Penticton Engineering Department 616

More information

CONTRACT DOCUMENTS. Pressure Reducing Station Replacement CONTRACT # DISTRICT OF 100 MILE HOUSE SET NO. Owner:

CONTRACT DOCUMENTS. Pressure Reducing Station Replacement CONTRACT # DISTRICT OF 100 MILE HOUSE SET NO. Owner: Pressure Reducing Station Replacement # 364-681 DISTRICT OF 100 MILE HOUSE DOCUMENTS SET NO. Owner: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC, V0K 2E0 TRUE Consulting 201-2079 Falcon

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

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

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

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

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

DEPARTMENT OF NATURAL RESOURCES PROVINCE OF NEWFOUNDLAND & LABRADOR Forest Service Branch PROJECT W-131c INSTRUCTION TO BIDDERS

DEPARTMENT OF NATURAL RESOURCES PROVINCE OF NEWFOUNDLAND & LABRADOR Forest Service Branch PROJECT W-131c INSTRUCTION TO BIDDERS DEPARTMENT OF NATURAL RESOURCES PROVINCE OF NEWFOUNDLAND & LABRADOR Forest Service Branch PROJECT W-131c INSTRUCTION TO BIDDERS 1. TENDERS Tenders are requested for the construction of a forest resource

More information

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

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

PURCHASING SECTION Avenue, Surrey, BC V3T 1V8 Tel: ADDENDUM No. 2 SOUTH SURREY WATER PARK

PURCHASING SECTION Avenue, Surrey, BC V3T 1V8 Tel: ADDENDUM No. 2 SOUTH SURREY WATER PARK PURCHASING SECTION 13450 104 Avenue, Surrey, BC V3T 1V8 Tel: 604-590-7274 E-mail: purchasing@surrey.ca ADDENDUM No. 2 REQUEST FOR QUOTATIONS No.: 1220-040-2017-012 TITLE: SOUTH SURREY WATER PARK ADDENDUM

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

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

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

More information

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

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017 PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,

More information

CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS

CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS October 1990 CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS 1. GENERAL CONDITIONS...1 3. DESCRIPTION...1 5. MATERIALS...1 5.1 General...1 5.2 Testing and Approval...1 5.3 Irrigation Pipe and Fittings...1

More information

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

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

More information

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. Beit Hanoun Emergency Water Supply Project "Beit Hanoun Emergency Water Supply Project" " Rehabilitation and Construction of Beit Hanoun Water Network " BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE Bill of Quantities PREAMBLE TO

More information

Alpine Village / Pirates Glen Water Service Line Replacement. Tender T Evaluation and Recommendation

Alpine Village / Pirates Glen Water Service Line Replacement. Tender T Evaluation and Recommendation Date: October 29 th, 2013 To: Copies: From: Pat Kemp Phil Saudino GENIVAR Inc. Project No.: 121-22125-00 Subject: Alpine Village / Pirates Glen Water Service Line Replacement Tender T-8-2013 Evaluation

More information

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB Interior Construction Specification Dr. Kalinowski 2nd Floor, United Health Centre 7609 109 Street, Edmonton, AB Issued for Tender: May 18, 2017 Mandatory Site Visit: May 23, 2017 @ 2:00 PM Closing Date:

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Programme Construction Salah El Deen Road Median From Al Zawaida entrance to Al Maghazi Northern entrance PAL 10-00071488 Bill of Quantity (BOQ) PREAMBLE TO BILL OF QUANTITY (BOQ)

More information

Tender Document and Specification

Tender Document and Specification Tender Document and Specification for Council Property Assorted Painting and Decorating between Parks and Recreation and Contractor CONTRACT 2014-02 March 2014 CONTENTS Instruction to Tenderers... 3 Foreword

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION Page 1 of 4 Table of Contents TENDER DOCUMENTS NO. OF PAGES MWSB PART 1 Instructions

More information

Pre-Tender Meeting Notes

Pre-Tender Meeting Notes AECOM 201 3275 Lakeshore Road 250 762 3727 tel Kelowna, BC, Canada V1W 3S9 250 762 7789 fax www.aecom.com Pre-Tender Meeting Notes Date of Meeting December 19, 2014 Start Time 10:00 am Project Number 60303523

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

NZS 3916:2013. Conditions of contract for building and civil engineering Design and construct NZS 3916:2013. New Zealand Standard

NZS 3916:2013. Conditions of contract for building and civil engineering Design and construct NZS 3916:2013. New Zealand Standard New Zealand Standard Conditions of contract for building and civil engineering Design and construct Superseding (in part) NZS 3910:2003 NZS 3916:2013 COMMITTEE REPRESENTATION This Standard was prepared

More information

CONSIGNMENT AGREEMENT

CONSIGNMENT AGREEMENT CONSIGNMENT AGREEMENT This Consignment Agreement, hereinafter referred to as this Agreement, states the terms of the parties agreement with respect to personal property, hereinafter referred to as Consigned

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

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

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

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

More information

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

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

CHAPTER 7 - INFRASTRUCTURE INSPECTION AND ACCEPTANCE... 2

CHAPTER 7 - INFRASTRUCTURE INSPECTION AND ACCEPTANCE... 2 CHAPTER 7 - INFRASTRUCTURE INSPECTION AND ACCEPTANCE... 2 7.1. GENERAL.... 2 7.1.1. Inspection Restriction Dates.... 2 7.1.2. Complete Improvements.... 2 7.1.3. Public Improvements.... 2 7.1.4. Warranty

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

Residential Sewer Backup Prevention Program

Residential Sewer Backup Prevention Program City of Wheaton Residential Sewer Backup Prevention Program Please Note: The City reserves the right to modify the policies, procedures and rules of this program or discontinue the program in its entirety

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

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

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

More information

Village of Arlington Heights. Sewer Back-up Rebate Program

Village of Arlington Heights. Sewer Back-up Rebate Program Village of Arlington Heights Sewer Back-up Rebate Program (Including Enhanced Program Information) Updated: October 1, 2017 Village of Arlington Heights Building & Life Safety Department 33 S. Arlington

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

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

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

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

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 01310 - Project Control Schedule C O N T E N T S PART 1 - SCHEDULE REQUIREMENTS PROGRESS SCHEDULE... 1 PART 2 - SUBMITTAL PROCEDURES... 2 PART 3 - DEFINITIONS...

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

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703) Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA 20155 Phone (703) 754-6750 Work Request # UNDERGROUND DISTRIBUTION FACILITIES AGREEMENT (FOR COMMERCIAL CUSTOMER) Developer/Builder/Owner

More information

Request for Proposal: Due October 11, :00 pm

Request for Proposal: Due October 11, :00 pm Remove and replace approx. 6000 sq. ft. of asphalt, clean and tack 1200 sq. ft. of low spots, seal coat and stripe parking lot at 1030 Temple Ave Camarillo, CA 93010 Request for Proposal: Due October 11,

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

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

More information

CITY OF LETHBRIDGE INFRASTRUCTURE SERVICES DEPT. CONSULTING ENGINEER S LAND DEVELOPMENT FIELD SERVICES GUIDELINES

CITY OF LETHBRIDGE INFRASTRUCTURE SERVICES DEPT. CONSULTING ENGINEER S LAND DEVELOPMENT FIELD SERVICES GUIDELINES CITY OF LETHBRIDGE INFRASTRUCTURE SERVICES DEPT. Approved: April 1999 Amended: January 2003 Amended: April 2009 Amended: January 2011 Amended: March 2013 Amended: May 2014 Amended: 2016 CITY OF LETHBRIDGE

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

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

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

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

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

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 401 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01 SCOPE 401.02 REFERENCES 401.03 DEFINITIONS

More information

CONSTRUCTION AND REHABILITATION OF FENCE AT GPL'S VERSAILLES COMPOUND

CONSTRUCTION AND REHABILITATION OF FENCE AT GPL'S VERSAILLES COMPOUND BILL Nr1 - PRELIMINARIES 1.0 PRELIMINARY PARTICULARS 1.1 Funding The funding shall be provided by the Guyana Power & light Inc., of 40 Main street, North Cummingsburg, Georgetown. 1.2 Engineer The Engineer

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

Burkes Street Road Rehabilitation North Division 2015

Burkes Street Road Rehabilitation North Division 2015 Cape Breton Regional Municipality Burkes Street North Division 2015 Issued for Tender July 2015 Contract No. 152432.00 A Community of Communities REQUEST FOR TENDER T38.2015 BURKE STREET REHABILITATION

More information

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

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15

PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15 TENDER NO MR 151/2016 PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15 Notes : 1. Bidders to provide 2 hardcopies of tender bid. 2. Safety Plan to be incuded in tender

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

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

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

Tender Document and Specifications for Council Property Assorted Painting and Decorating between Parks and Recreation and Contractor.

Tender Document and Specifications for Council Property Assorted Painting and Decorating between Parks and Recreation and Contractor. Tender Document and Specifications for Council Property Assorted Painting and between Parks and Recreation and Contractor. CONTRACT 2014-02 November 2014 CONTENTS Instruction to Tenderers... 3 Foreword

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014 Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual. January 5, 2005 Traffic Signal Installation NE Lakewood Blvd. and NE Anderson Dr. Bid No. 06-075 ADDENDUM NO. 1 Contract Bidders: Enclosed is Addendum No. 1 to the above reference contract documents. Please

More information

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

I. General Information. A. Project Team & Contacts: Role Company Name Phone  City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department I. General Information Civil Engineering Surveying Environmental Consulting Tysinger, Hampton & Partners, Inc. OPTIONAL PRE-BID MEETING MINUTES Austin Springs Road Water Line Replacement Project ITB #6190

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

CHAPTER 500 STREET PAVEMENTS, CURB, GUTTER AND SIDEWALK CONSTRUCTION SPECIFICATIONS

CHAPTER 500 STREET PAVEMENTS, CURB, GUTTER AND SIDEWALK CONSTRUCTION SPECIFICATIONS CHAPTER 500 STREET PAVEMENTS, CURB, GUTTER AND SIDEWALK CONSTRUCTION SPECIFICATIONS The following list of Standard Documents defines the methods, materials, and testing to be utilized when designing and

More information

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588 SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract SFU PROJECT # P302588 SPECIFICATIONS OWNER: FACILITIES MANAGEMENT SIMON FRASER UNIVERSITY PRIME CONSULTANT: B. GORDON HLYNSKY

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

Questions & Responses RFP No Design-Build Services, Twin Brooks Golf Course Renovations

Questions & Responses RFP No Design-Build Services, Twin Brooks Golf Course Renovations Q1. LASCO Fittings, Inc. is a manufacturer of PVC fittings and specialized irrigation components such as Swing Joints. I noticed in the specifications shown below that Toro Company is listed as the lead

More information

South Fraser Perimeter Road Project Request For Qualifications

South Fraser Perimeter Road Project Request For Qualifications South Fraser Perimeter Road Project Request For Qualifications July 29, 2008 SUMMARY OF KEY INFORMATION RFQ TITLE The title of this RFQ is: RFQ-SFPR South Fraser Perimeter Road Project Please use this

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term 10/16/2017 REQUEST FOR PROPOSALS Accounting-Bookkeeping Services Two (2) Year Term REQUEST FOR PROPOSALS Accounting-Bookkeeping Services CONTENTS 1.0 DESCRIPTION OF THE BRANDON & AREA PLANNING DISTRICT

More information

Pavement Rehabilitation Project

Pavement Rehabilitation Project Pavement Rehabilitation Project PROJECT MANUAL Project #18-007 December 7, 2017 DOCUMENT 00 01 10 TABLE OF CONTENTS Division 00 - Procurement and Contracting Requirements 00 10 00 Solicitation 00 01 01

More information

Richard J. Long, P.E.

Richard J. Long, P.E. Richard J. Long, P.E. LONG INTERNATIONAL Long International, Inc. 5265 Skytrail Drive Littleton, Colorado 80123-1566 USA Telephone: (303) 972-2443 Fax: (303) 200-7180 www.long-intl.com Construction Contract

More information

CITY OF TROY CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587

CITY OF TROY CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587 CITY OF TROY DESIGN STANDARDS AND CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587 JANUARY 2010 TABLE OF CONTENTS SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 APPENDIX ROADWAY DESIGN DRAINAGE

More information

D.M. Wills Associates Limited Partners in Engineering Peterborough. Tender for: Eglin Street Watermain Extension. Colborne, ON

D.M. Wills Associates Limited Partners in Engineering Peterborough. Tender for: Eglin Street Watermain Extension. Colborne, ON Tender for: Eglin Street Watermain Extension Colborne, ON Contract No. 2018-08 D.M. Wills Project No. 2274 D.M. Wills Associates Limited Partners in Engineering Peterborough Prepared for: The Corporation

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

Market Procedure: Network Control Services

Market Procedure: Network Control Services ELECTRICITY INDUSTRY ACT 2004 ELECTRICITY INDUSTRY (WHOLESALE ELECTRICITY MARKET) REGULATIONS 2004 WHOLESALE ELECTRICITY MARKET RULES Market Procedure: Network Control Services Version 2 Commencement:

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH SCHEME: C (FROM WAQADRA SUB TO NATALY JUNCTION)

PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH SCHEME: C (FROM WAQADRA SUB TO NATALY JUNCTION) TENDER MR 05/2016.. PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH 2900-2300 SCHEME: C 31-14 (FROM WAQADRA SUB TO NATALY JUNCTION) Notes: 1. Bidders to provide 2 hardcopies of tender

More information

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE 200-4010 Regent Street Burnaby BC V5C 6N2 Canada Telephone: (604) 430-8035 Toll Free Canada-wide: 1-888-430-8035 Facsimile: (604) 430-8085 BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL

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

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

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) 1. Item rate sealed tenders are invited for Replacing of MS Gate with auto sensing SS gates at CSIR Science Centre, Lodhi Road,

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

VANDERBILT UNIVERSITY

VANDERBILT UNIVERSITY VANDERBILT UNIVERSITY CAMPUS PLANNING & CONSTRUCTION PROJECT MANUAL GUIDELINES INTRODUCTION These instructions are intended to guide the Architect in preparing the Project Manual for Vanderbilt University

More information

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information