Town of Middletown MIDD Red Road Paving and Utility Repairs Phase II Invitation to Bid Timeline for Bidding Process

Size: px
Start display at page:

Download "Town of Middletown MIDD Red Road Paving and Utility Repairs Phase II Invitation to Bid Timeline for Bidding Process"

Transcription

1 Town of Middletown MIDD Red Road Paving and Utility Repairs Phase II Invitation to Bid Timeline for Bidding Process Date Time Day Description 02/20/18 11:00 AM Tuesday Mandatory Prebid Fire Deparment Community Room 02/27/18 4:00 PM Tuesday Question Deadline 03/07/18 4:00 PM Wednesday Addenda Issued if necessary 03/14/18 10:00 AM Wednesday Bid Opening Town Hall 04/02/18 7:00 PM Monday Resolution presented to Town Council for Contract Award

2 TOWN OF MIDDLETOWN, RHODE ISLAND 350 EAST MAIN RD. MIDDLETOWN, RI INVITATION TO BID BID NUMBER MIDD SERVICES-PHASE TWO RED ROAD PAVING & UTILITY REPAIR SPECIFICATIONS AND INSTRUCTIONS

3 TOWN OF MIDDLETOWN, RI INVITATION TO BID Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR TABLE OF CONTENTS Page No. I. Invitation To Bid... 4 II. Instructions to Bidder... 5 III. Terms and Conditions IV. Special Provisions for Services V. Scope of Work VI. Bid Documents to be Returned VII. Bid Form VIII. Non-Collusion Affidavit IX. Insurance Coverage X. Bidder Statement of Relevant Experience XI. Index to Specifications XII. Sample Agreement... 70

4 Attachments: 1) List of street repairs 2) Road Condition Survey, dated March 3, ) SK-1 thru SK-10A, road location, all dated ) SK-11 remove asphalt to gravel base, pay item #4 5) SK-12 full depth replacement, pay item #5 6) SK-13 replace catch basin head, pay item #23 7) SK-14 utility trench repair, 26B (sewer line) 8) SK-15, pay item #13, 25B, 33A, 37J, 55W, 14, 15, 16, 17 9) RIDOT table 1 modified 10) MASSDOT Table A with binder specification 11) RIDOT HMA Matrix 12) RIDOT standard detail 4.4.0, pre cast round catch basin, pay item #27B 13) RIDOT standard Square Frame and Grate (Bicycle Safe), pay item #50W 14) RIDOT standard Bituminous Concrete Lip Curb, pay item #24, 43W 15) RIDOT standard Bituminous Concrete Sidewalk, pay item #48W 16) RIDOT standard Pavement Removal Drop-Off detail, project wide 17) MUTCD Table 6H-2 meaning of symbols 18) MUTCD TA 11 & TA 15 19) Storm Drain & Sewer Manhole ID s SK-100 thru SK ) Sheets C1 thru C8, showing Wapping Rd area road & drainage improvements

5 TOWN OF MIDDLETOWN, RI INVITATION TO BID Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR Notice is hereby given that sealed bids will be received at the Finance Office, until 10:00 am, March 14, 2018, local time, for furnishing all labor, materials and equipment, and performing all work necessary and incidental to: PHASE TWO RED ROAD PAVING & UTILITY REPAIR project in accordance with the specifications and contract documents within. Documents are available on the Town of Middletown website, City of Newport online bidding system website, and at the Town Hall, Finance office. THERE IS A MANDATORY PRE BID CONFERENCE AT 11:00AM, FEBRUARY 20, 2018 AT THE MIDDLETOWN FIRE STATION, COMMUNITY ROOM, 239 WYATT RD., MIDDLETOWN, RI, NO BIDS WILL BE ACCEPTED FROM FIRMS THAT DO NOT ATTEND THIS PRE-BID CONFERENCE. A 5% bid bond will be required to be submitted with all bids, certified bank checks will be accepted. The successful bidder will be required to furnish a performance & payment bond in the amount equal to the contract award if bid is greater than $25, Bids shall be delivered and addressed to the Town Finance Director, 350 East Main Rd, Middletown, RI and shall be labeled MIDD , Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR, by 10:00 am, MARCH 14, They will be opened and read aloud at that time in the Town Council Chambers, Town Hall. Any Bidder who wishes his bid to be considered is responsible for making certain that his bid is received in the Finance Office by the proper time. Each bidder must submit a copy of their bid proposal to be available for public inspection upon the opening of the bids. No oral, telegraphic, electronic, facsimile, or telephonic bids or modifications will be considered unless specified. Bids received after the scheduled Submittal Deadline will be returned unopened. Bids must bear original signatures and figures. Marc W. Tanguay Finance Director Page 4 of 84

6 INSTRUCTIONS TO BIDDER ACCEPTANCE PERIOD. Unless otherwise specified herein, bids are firm for a period of ninety- (90) days. ADDENDA ACKNOWLEDGMENT. Each bid shall include specific acknowledgment in the space provided of receipt of all addenda issued during the solicitation period. Failure to so acknowledge may result in the bid being rejected as not responsive. AUTHORIZED SIGNATURES. Every bid must be signed by the person or persons legally authorized to bind the Bidder to a contract for the execution of the work. Upon request of the Town of Middletown, any agent submitting a bid on behalf of a Bidder shall provide a current power of attorney certifying the agent s authority to bind the Bidder. If an individual makes the bid, his or her name, signature, and post office address must be shown. If a firm or partnership makes the bid, the name and post office address of the firm or partnership and the signature of at least one of the general partners must be shown. If a corporation makes the bid, the bid shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person signing on behalf of the corporation. Upon request of the Town of Middletown, the corporation shall provide a certified copy of the bylaws or resolution of the board of directors showing the authority of the officer signing the bid to execute contracts on behalf of the corporation. AWARD OF BID. Award will be made to the Bidder offering the most advantageous bid after consideration of all Evaluation Criteria set forth below. The criteria are not listed in any order of preferences. The Town of Middletown will evaluate all bids received in accordance with the Evaluation Criteria. The Town of Middletown reserves the right to establish weight factors that will be applied to the criteria depending upon order of importance. Weight factors and evaluation scores will not be released until after award of bid. The Town of Middletown shall not be obligated to accept the lowest priced bid, but will make an award in the best interests of the Town of Middletown after all factors have been evaluated. The right is reserved, as the interest of the Town of Middletown may require, to reject any or all bid proposals, to waive any technical defect or informality in bids received, and to accept or reject any bid or portion thereof. The Town of Middletown reserves the right to reject any or all bids or to accept any bids deemed to be for the best interest of the Town. CANCELLATION OF SOLICITATION. The Town of Middletown may cancel this solicitation at any time. COMPLIANCE WITH LAWS. All bids shall comply with current federal, state, and other laws relative thereto. DEFINITION OF TERMS. For the purposes of this ITB, the following definitions will be used: a. Contractor. Same as Successful Bidder. b. May. Indicates something that is not mandatory but permissible. c. Must/Shall. Indicates a mandatory requirement. A bid that fails to meet a mandatory requirement will be deemed non-responsive and not be considered for award. d. Bidder. The person or firm making the offer. e. Bid. The offer presented by the Bidder. f. ITB. Acronym for Invitation to Bid. g. Should. Indicates something that is recommended but not mandatory. Failure to do what "should" be done will not result in rejection of your bid. h. Submittal Deadline. The date and time on or before all bids must be submitted. i. Successful Bidder. The person, contractor, or firm to whom the award is made. Page 5 of 84

7 DOCUMENTS TO BE RETURNED WITH BID. Failure to completely execute and submit the required documents before the Submittal Deadline may render a bid non-responsive. The documents that must be returned by the Submittal Deadline are listed on the form entitled "Bid Documents To Be Returned" and attached hereto. INK OR TYPEWRITTEN. All information, prices, notations, signatures, and corrections must be in ink or typewritten. Mistakes may be crossed out and corrections typed or printed adjacent to the mistake and initialed in ink by the person signing the bid. NOMENCLATURES. The terms Successful Bidder, Successful Contractor, and Contractor may be used interchangeably in these specifications and shall refer exclusively to the firm with whom the Town of Middletown enters into a contract because of this solicitation. NON-COLLUSION AFFIDAVIT. Bidders are required to submit a Non-Collusion Affidavit with their Bids. See attached Affidavit. If there is reason to believe that collusion exists among the Bidders, the Town of Middletown may refuse to consider bids from participants in such collusion. OPENING OF BIDS. All bids, irrespective of irregularities or informalities, will be opened and the names of the Bidders and proposed prices will be publicly read aloud at the Submittal Deadline. All interested persons are invited to be present at the opening and reading of bids. a. Postponement of Opening. The Town of Middletown reserves the right to postpone the Submittal Deadline and opening of bids any time before the date and time announced in the Invitation to Bid or subsequent addenda. PRICE DISCREPANCIES. In the event that there are unit price items in a bid schedule and the "amount" indicated for a unit price of an item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly. If there is more than one item in a bid schedule, and the total indicated for the schedule does not agree with the sum of prices of the individual items, the prices given for the individual items shall govern and the total for the schedule will be corrected accordingly. The Bidder will be bound by said corrections. PRICES. All Bids shall give the prices proposed, both in writing and in figures, shall give all other information requested herein, and shall be signed by the Bidder s authorized representative. Bid prices shall include everything necessary for the completion and fulfillment of the contract. Unit & total price in dollars shall be submitted in both writing and numbers where applicable, in case of discrepancy, the amount shown in words will govern. BID FORMS/SUBMITTAL. Bids should be clearly labeled and submitted in a sealed envelope or box bearing the name of the Bidder, ITB number, and Submittal Deadline. Bidder s authorized representative must properly initial any erasures or alterations of any kind. Bids that contain omissions or improper erasures or irregularities may be rejected. No oral, electronic, telegraphic, or telephonic bids or modifications will be considered. a. Forms. Bids must be submitted on preprinted forms supplied by the Finance Office. b. Copies. One (1) original bid marked MASTER and two (2) copies must be submitted on or before the Submittal Deadline. c. Discrepancies. If discrepancies are found between the original and copy or copies, the original "MASTER" will provide the basis for resolving such discrepancies. If one document is not clearly marked MASTER", the Town of Middletown reserves the right to use the original as the Master. Page 6 of 84

8 BID CONTENT. Bidder must describe in detail how he will meet the requirements of this ITB, and may provide additional related information with his bid. The bid should be presented in a format that corresponds to, and references, the sections outlined in the Specification or Scope of Work, and should be presented in the same order. Responses to each section and subsection should be labeled to indicate which item is being addressed. Bids should be straightforward and concise. Emphasis should be concentrated on conforming to the ITB instructions, responding to the ITB requirements, and on providing a complete and clear description of the offer. If a complete response cannot be provided without referencing supporting documentation, you must provide such documentation with the bid indicating where the supplemental information can be found. The Town of Middletown is not liable for any costs incurred by Bidders before entering into a formal contract. Costs of developing the bids or any other such expenses incurred by the Bidder in responding to the ITB, are entirely the responsibility of the Bidder, and shall not be reimbursed in any manner by the Town of Middletown. BID MODIFICATIONS. Any Bidder who wishes to make modifications to a bid already received by the Town of Middletown must withdraw his bid in order to make the modifications. Withdrawals must be made in accordance with the terms and conditions of this solicitation (see Bid Withdrawal). All modifications must be made in ink, properly initialed by Bidder s authorized representative, executed, and submitted in accordance with the terms and conditions of this solicitation. It is the responsibility of the Bidder to ensure that modified or withdrawn bids are resubmitted before the Submittal Deadline. BID, REJECTION OF. The Town of Middletown reserves the right to reject any or all Bids or any part of a Bid. The Town of Middletown reserves the right to reject the Bid of any Bidder who previously failed to perform adequately for the Town of Middletown or any other governmental agency. The Town of Middletown expressly reserves the right to reject the Bid of any Bidder who is in default on the payment of taxes, licenses or other monies due the Town of Middletown. BID WITHDRAWAL. Bidders' authorized representative may withdraw bids only by written request received before the Submittal Deadline. BIDDER'S BACKGROUND. Bidder must provide a company profile. Information shall include: a. Company ownership. If incorporated, the state in which the company is incorporated and the date of incorporation. b. Location of the company offices. c. Number of employees both locally and nationally. d. Location(s) from which employees will be assigned. e. Name, address, and telephone number of the Bidder s point of contact for a contract resulting from this ITB. f. Company background/history and why Bidder is qualified to provide the services described in this ITB. g. Length of time Bidder has been providing services described in this ITB. Please provide a brief description. h. Resumes for key staff to be responsible for performance of any contract resulting from this ITB. Bidder must include in his bid a complete disclosure of any alleged significant prior or ongoing contract failures, any civil or criminal litigation or investigation pending which involves the Bidder or in which the Bidder has been judged guilty or liable. Failure to comply with the terms of this provision will disqualify any bid. The Town of Middletown reserves the right to reject any bid based upon the Bidder s prior history with the Town of Middletown or with any other party, which documents, without Page 7 of 84

9 limitation, unsatisfactory performance, adversarial or contentious demeanor, significant failure(s) to meet contract milestones or other contractual failures. BIDDER'S REFERENCES. Bidders should provide a minimum of five (5) references from similar projects performed for any local government clients within the last five years. Information provided shall include: a. Client/Business name; b. Project description; c. Project dates (starting and ending); d. Client/Business project manager name and telephone number. PUBLIC RECORDS. Rhode Island law provides that municipal records shall at all times be open for personal inspection by any person. Information and materials received by the Town of Middletown in connection with an ITB response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 10 days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided. If the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, then the Bidder, must in his or her response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the Town of Middletown will treat all materials received as public records. QUALIFICATION OF BIDDERS. Each Bidder shall be skilled and regularly engaged in the general class or type of work called for under the contract for no less than three (3) years. The Bidders experience shall be set forth and submitted on the form provided herewith. It is the intention of the Town of Middletown to award a contract to a Bidder who furnishes satisfactory evidence that the Bidder has the requisite experience, ability, sufficient capital, facilities, and plant to enable the Bidder to prosecute the work successfully and properly, and to complete it within the time specified in the contract. To determine the degree of responsibility to be credited to the Bidder, the Town of Middletown will weigh any evidence that the Bidder has performed satisfactorily other contracts of like nature, magnitude and comparable difficulty and comparable rates of progress. In selecting the lowest responsive and responsible Bidder, consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the work covered and/or specified in the contract documents. To this end, each Bid shall be supported by a statement of the Bidder s experience on the form entitled Bidder s Experience, which is a part of the contract documents. QUESTIONS AND COMMENTS. Questions and comments regarding this solicitation must be submitted in writing, either by to mtanguay@middletownri.com, mail to Finance Director, Town of Middletown, 350 East Main Road, Middletown, RI 02842, or faxed to (401) no later than 4:00pm on Tuesday, February 27, The questioner's company name, address, phone and fax number, and contact person must be included with the questions or comments. All submitted questions and the town s written response to each will be available as an addendum on or before 4:00pm on Wednesday, March 7, Potential proposers are responsible for contacting the Middletown Finance office at (401) or mtanguay@middletownri.com to request a copy of the addendum. Proposers must acknowledge receipt of all addenda on the town proposal form which will be submitted with the proposal package. REJECTION OF BIDS, WAIVER OF INFORMALITIES. The Town of Middletown reserves the right to reject any or all bids, or any part of a bid. The Town of Middletown reserves the right to reject the bid of any Bidder who previously failed to perform adequately for the Town or any other governmental agency. The Town of Middletown expressly reserves the right to reject the bid of any Bidder who is in default on the payment of taxes, licenses, or other monies due the Town of Middletown. Page 8 of 84

10 SELL OR ASSIGN. The successful Bidder shall not have the right to sell, assign, or transfer any rights or duties under this contract without the specific written consent of the Town of Middletown. SIGNATURES. An individual who is authorized to bind the Bidder must sign the bid. SUBMITTAL DEADLINE. The Submittal Deadline is 10:00 a.m., March 14, Bids must arrive in the Finance Office, Town of Middletown, 350 East Main Road, Middletown, RI The receiving time in the Finance Office will be the governing time for acceptability of bids. TAXES, EXEMPT. The Town of Middletown is exempt from Federal Excise and State Sales Tax. If requested, the Town of Middletown will furnish exemption certificates when the successful bidder submits invoices for payment. TERMS OF THE OFFER. The Town of Middletown reserves the right to negotiate final contract terms with any Bidder selected. The contract between the parties will consist of the ITB together with any modifications thereto, the awarded Bidder s bid, and all modifications and clarifications that are submitted at the request of the Town of Middletown during the evaluation and negotiation process. In the event of any conflict or contradiction between or among these documents, the documents shall control in the following order of precedence: the final executed contract, the ITB, any modifications and clarifications to the awarded Bidder s bid, and the awarded Bidder s bid. Specific exceptions to this general rule may be noted in the final executed contract. Bidder understands and acknowledges that the representations above are material and important, and will be relied on by the Town of Middletown in evaluation of the bid. Bidder misrepresentation shall be treated as fraudulent concealment from the Town of Middletown of the facts relating to the bid. Page 9 of 84

11 TERMS AND CONDITIONS ASSIGNMENT OF RIGHTS OR OBLIGATIONS. Except as noted hereunder, Successful Bidder may not assign, transfer or sell any rights or obligations resulting from this solicitation without first obtaining the specific written consent of the Town of Middletown. ATTORNEY FEES. In the event a suit or action is instituted in connection with any controversy arising out of this contract, the prevailing party shall be entitled to receive, in addition to its costs, such sum as the court may adjudge reasonable as to attorney s fees and costs. AUTHORITY OF THE TOWN. Subject to the power and authority of the Town of Middletown as provided by law in this contract, the Town of Middletown shall in all cases determine the quantity, quality, and acceptability of the work, materials and supplies for which payment is to be made under this contract. The Town of Middletown shall decide the questions that may arise relative to the fulfillment of the contract or the obligations of the contractor hereunder. CANCELLATION OF THE CONTRACT. Without cause, the Town of Middletown may cancel this contract at any time with thirty- (30) days written notice to the supplier/contractor. With cause, the Town of Middletown may cancel this contract at any time with ten- (10) days written notice to the Bidder. Cancellation for cause shall be at the discretion of the Town of Middletown and shall be, but is not limited to, failure to supply the materials, or service specified within the time allowed or within the terms, conditions or provisions of this contract. The successful Bidder may not cancel this contract without prior written consent of the Town of Middletown Finance Director. CHANGES IN WORK. The Town of Middletown may, at any time work is in progress, by written order, make alterations in the terms of work as shown in the specifications, require the performance of extra work, decrease the quantity of work, or make such other changes as the Town of Middletown may find necessary or desirable. The Contractor shall not claim forfeiture of contract by reasons of such changes by the Town of Middletown. Changes in work and the amount of compensation to be paid to the Contractor for any extra work as so ordered shall be determined in accordance with the unit prices of contractor's proposal. COMPLIANCE WITH OR DEVIATION FROM SPECIFICATIONS. Bidder hereby agrees that the material, equipment or service offered will meet all the requirements of the specifications in this solicitation unless deviations from them are clearly indicated in the Bidder s response. Bidder may submit an attachment entitled Exceptions to Specifications, which must be signed by Bidder s authorized representative. An explanation must be made for each item in which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. Proposals failing to comply with this requirement will be considered non-responsive. Submittal of brochure or other manufacturer literature is desirable but may not be a substitution for this requirement. CONTRACT INCORPORATION. This contract embodies the entire contract between the Town of Middletown and the Contractor. The parties shall not be bound by or be liable for any statement, representation, promise, inducement or understanding of any kind or nature not set forth herein. No changes, amendments, or modifications of any of the terms or conditions of the contract shall be valid unless reduced to writing and signed by both parties. The complete contract shall include the entire contents of the ITB solicitation, all addenda, all of Bidder s successful submittal, supplemental agreements, change orders, performance bond(s), and any and all written agreements which alter, amend or extend the contract. Page 10 of 84

12 FORMATION OF CONTRACT. Bidder s signed Bid and Town of Middletown s written acceptance shall constitute a binding contract. LAWS GOVERNING CONTRACT. This contract shall be in accordance with the laws of the state of Rhode Island. The parties stipulate that this contract was entered into in the county of Newport, in state of Rhode Island. The parties further stipulate that the county of Newport, Rhode Island, is the only appropriate forum for any litigation resulting from a breach hereof or any questions risen here from. SEVERABILITY. If any provisions or portion of any provision, of this contract are held invalid, illegal or unenforceable, they shall be severed from the contract and the remaining provisions shall be valid and enforceable. SPECIFICATIONS, CHANGES TO. The parties shall not be bound by or be liable for any statement, representation, promise, inducement or understanding of any kind or nature not set forth herein or by written amendment. No changes, amendments, or modifications of any of the terms or conditions of the specification shall be valid unless reduced to writing and signed by both parties. SPECIFICATIONS, DEFINITION. The term "specification" or "ITB specification" as used in this solicitation shall be interpreted to mean all the pages that make up this solicitation Page 11 of 84

13 SPECIAL PROVISIONS FOR SERVICES CONTRACTOR, DEFINITION. The term "Contractor" refers to the party entering into a contract with the Town of Middletown as a result of this solicitation. COOPERATION BETWEEN CONTRACTORS. The Town of Middletown reserves the rights to contract for and perform other or additional work on or near the work covered by these specifications. When separate contracts are let within the limits of any one project, each contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. Each contractor involved shall assume all liability, financial or otherwise, in connection with his contract and shall protect and save harmless the Town of Middletown from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other contractors working within the limits of the same project. COORDINATION WITH AGENCIES. The Contractor shall coordinate his activities with the proper regulatory agencies and have their representative on site at the proper times. DAMAGE. The contractor shall be held responsible for any breakage, loss of the Town of Middletown s equipment or supplies through negligence of the contractor or his employee while working on the Town of Middletown s premises. The contractor shall be responsible for restoring or replacing any equipment, facilities, etc. so damaged. The contractor shall immediately report to the Town of Middletown any damages to the premises resulting from services performed under this contract. Failure or refusal to restore or replace such damaged property will be a breach of this contract. INSURANCE REQUIREMENT. Within ten (10) consecutive calendar days of award of contract, Successful Proposer must furnish the Town of Middletown with the Certificates of Insurance proving coverage as specified in Proposer s Statement Regarding Insurance Coverage and naming the Town of Middletown, its officers and agents, Additional Insured by endorsement. REJECTION OF WORK. Contractor agrees that the Town of Middletown has the right to make all final determinations as to whether the work has been satisfactorily completed. RIGHTS RESERVED. (a) Rejection of Work. Contractor agrees that the Town of Middletown has the right to make all final determinations as to whether the work has been satisfactorily completed. (b) Completion of Work. If Contractor fails to comply with the conditions of the contract, or fails to complete the required work or furnish the required materials within the time stipulated, the Town of Middletown reserves the right to purchase in the open market, or to complete the required work, at the expense of the Contractor. Page 12 of 84

14 SCOPE OF WORK INVITATION TO BID Bid Number MIDD Services PHASE TWO RED ROAD PAVING & UTILITY REPAIR Town of Middletown is making utility repairs and road paving within roads identified as a red road on the Roadway Pavement Management System 2016 Condition Index. Included in the 2018 road list are: Adelaide Ave, Allston Ave, Arruda Ter, Barton Ln, Bliss Mine Rd, Briarwood Ave, Coggeshall Way, Crescent Rd, Ellery Ave, JH Dwyer Dr. (easement area), Maidford River Rd, Newman Rd, Reardon Dr, Renfrew Ave, Sherri Ln, Stockton Dr, Wapping Rd, and Warren Ave. Also, included within this project is the re construction of Barton Lane storm drain system, cure in place pipe rehabilitation of Barton Lane sewer, Adelaide Ave. sewer, Sherri Lane sewer, JH Dwyer sewer (thru back yard easement). Wapping Rd., Baldwin Rd., Bartlett Rd., Sakonnet Ter., Pippen Rd & Porter Rd have additional & replacement drainage frames / grates, structures and pipes, re grading of Baldwin Wapping Rd, additional curbing, sidewalks, and paved waterways. These plans are attached. Sanitary sewer and storm drain lines have been camera d with CCTV reporting by National Water Main Cleaning Company. Repairs will be made to both systems. Grading will be set by the contractor, existing finish grades will be held. Adjustments will be made to provide positive pitch into catch basin grates. Layout of the sewer and storm drain repairs will also be the responsibility of the contractor Crown will be set at 2% from gutter line to centerline. Catch basin frames will be set below gutter grade as allowed in the field. Finish gutter grades into the catch basins will provide runoff to efficiently enter the grates. All utilities inverts will be re set to pre-construction grades, unless noted on plans. Catch basin frames and grates, sewer manhole frames and covers, water valves and gas valves will be set to binder grade, then adjusted to finish grade. As necessary catch basin heads will be replaced with new riser section, brick course, and set to accept runoff. As necessary work included herein will consist of pavement removal, gravel base top dressed with 3 compacted layer, 2-1/2 binder (MASS specification) and 1-1/2 finish course (RIDOT class 9.5). As necessary work included herein will consist of full depth road re construction, including pavement removal, gravel base removal, Tensar Geo Grid TX140 installation, new 12 gravel base, 2-1/2 binder (MASS specification) and 1-1/2 finish course (RIDOT class 9.5). All materials are allowed to use an equivalent or equal brand name. Page 13 of 84

15 All work shall be in accordance with all Occupational Health and Safety Association (OSHA) most current rules and regulations. Town of Middletown construction season begins April 15 and runs thru December 15, any construction outside of those dates will be considered as winter conditions. Contractor will be required to bear all necessary expenses. In addition to necessary expenses, the contractor will be responsible to bear all expenses due to loss of production than anticipated, this includes but is not limited to police details, construction management, inspections, additional meetings, etc. Important: Successful bidder will be evaluated by both experience with the Town or similar municipalities and cost. All work and payments shall be completed in accordance with RIDOT standards and materials. This is a prevailing wage rate project, after notice of award is issued, contractor shall submit within 5 days of notice, certificate of insurance, performance and payment bond to the Finance Director for review and approval. Liquidated damages are included and will be assessed at $ per day for each day the contract is not substantially complete. All work will be in accordance with all OSHA rules and regulations and RI DIG SAFE as of the contract date. All materials will be disposed of in accordance with all State regulations. Section 1400 Measurement & Payment GENERAL 1) This section describes the measurement of and payment for each bid item. 2) Each bid item shall include payment for all labor, materials, equipment and incidental costs associated with the bid item to completely install in accordance with the attached plans and specifications and any special requirements such as OSHA. 3) Contractor shall be responsible to review all bid items including quantities. Bid items that require work not fully detailed or described herein or on the plans shall be included with that bid item. 4) Items that require excavation shall include the removal and disposal of all materials including asphalt, earth, old pipes, structures (brick / concrete), costs of shoring, bracing of existing utilities, sheeting and de watering, shall be included in that particular bid item. 5) Pipe bid items shall include the cost of all necessary excavation, bedding, laying to prescribed grade, jointing and testing. 6) Traffic control shall be paid directly by the owner. Contractor shall be responsible to schedule with the Middletown Police Department all necessary police details. If it is determined that a police detail was not required or needed or not properly noticed, the Contractor shall be responsible for payment of that detail. Page 14 of 84

16 7) All traffic control devices, labor required to place devices, additional devices as requested in the field, storage and coordination with RIDOT shall be included in that particular item. Contractor shall coordinate all lane closures and lane crossings with the Middletown School Department, Middletown Fire Department, Middletown Police Department and the Middletown Public Works Department. 8) Contractor shall be responsible to repair in kind all existing improvements. 9) Compensation of or altered quantities shall be in accordance with RIDOT section of the standard specifications for road and bridge construction. 10) Differing site conditions, changes, force work account shall be in accordance with RIDOT section of the standard specifications for road and bridge construction. 11) Cost of de watering shall be included with that particular bid item. 12) Asphalt Escalation Clause: Price adjustment will be determined by the difference between the period price and the base price. Price adjustments will be made at the end of each month during which a); work was accomplished on the project and b); prices varied. Price adjustments will not be allowed beyond the completion date of the contract or an approved extension thereof. The price adjustment for liquid asphalt will be determined by multiplying the total weight of liquid asphalt, in tons, by the difference between the base price and period price. Base price is defined as: Unit price of the material, as determined by RIDOT, just prior to the first date the project is advertised. Period Price is defined as: Unit price of the material, as determined by RIDOT, for any one month period following the notice to proceed during which the price varies from the base price. Page 15 of 84

17 BID DOCUMENTS TO BE RETURNED Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR Bids should be clearly labeled and submitted in a sealed envelope or box bearing the name of the Bidder, ITB number, and Submittal Deadline. Bidder s authorized representative must properly initial any erasures or alterations of any kind. Bids that contain omissions or improper erasures or irregularities may be rejected. No oral, electronic, telegraphic, or telephonic bids or modifications will be considered. The following documents must be completed and submitted on or before the Submittal Deadline for the Bid to be considered complete: 1. Bid Form 2. Non-Collusion Affidavit 3. Bidder s Statement Regarding Insurance Coverage 4. Bidder Statement of Relevant Experience Additional information to be provided: 1. Company ownership. If incorporated, the state in which the company is incorporated and the date of incorporation. 2. Location of the company offices. 3. Number of employees both locally and nationally. 4. Location(s) from which employees will be assigned. 5. Name, address, and telephone number of the Bidder s point of contact for a contract resulting from this ITB. 6. Company background/history and why Bidder is qualified to provide the services described in this ITB. 7. Length of time Bidder has been providing services described in this ITB. Please provide a brief description. 8. Resumes for key staff to be responsible for performance of any contract resulting from this ITB. Bids must be submitted on preprinted forms supplied by the Finance Office. One (1) original bid marked MASTER, and two (2) copies must be submitted on or before the Submittal Deadline. Page 16 of 84

18 BID FORM Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR To: Town of Middletown 350 East Main Road Middletown, RI From: Name of Proposer Mailing Address Town, State & Zip CONTRACTOR'S PROPOSAL The undersigned Proposer agrees that he will contract with the Town of Middletown to provide all necessary labor, supervision, tools, and other means to do all the work and furnish all the materials specified in the contract in the manner and time therein prescribed, and that he will take in full payment the amount set forth hereon. Bid No.MIDD for Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR, in its entirety, all Addenda, and the following documents by this reference are hereby made a part of this proposal: a. Notice of Request For Proposals b. Instructions To Proposer c. Terms and Conditions d. Special Provisions For Services e. Scope of Work f. Proposal Form g. Non-Collusion Affidavit h. Proposer's Statement Regarding Insurance Coverage i. Proposer Statement of Relevant Experience j. Additional information provided by the Proposer as required Proposer acknowledges receipt (if applicable) of Addenda Number(s),,, and. The cost of all labor, material, and equipment necessary for the completion of the work itemized, even though not shown or specified, shall be included in the unit price for the various items shown hereon. The Town of Middletown reserves the right to increase or decrease the quantity of any item or omit items as may be deemed necessary and the same shall in no way affect or make void the contract. When increases or decreases are made, appropriate additions or deductions from the contract total price will be made at the stipulated unit price. Page 17 of 84

19 ************************************************************************************ THE PRICE OF EACH ITEM MUST BE WRITTEN IN WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. ************************************************************************************ All items shall be completely filled out in writing UNIT COSTS AND BID AMOUNTS IN WRITING PAY ITEM Description Item 1 1 lump sum Site Preparation and Final Clean Up lump sum in writing: Item 2 Sediment barrier see detail linear feet unit price in writing: Item 3 Saw cutting 5 thick 9600 linear feet unit price in writing: Page 18 of 84

20 Item 4 Remove Asphalt to Gravel Base 36,000 Square Yards unit price in writing: Item 5 Full Depth Replacement 16,000 Square Yards unit price in writing: Item 6 Cape Cod Berm 37,700 linear feet unit price in writing: Item 7 Fine Grade Shoulders 8500 square yards unit price in writing: Item 8 Loam and HYDRO-seed 8500 square yards unit price in writing: Page 19 of 84

21 Item 9 12 Stop Bar stripe 600 linear feet unit price in writing: Item 10 Traffic control devices 1 lump sum unit price in writing: Item 11 Dust Control 52,000 square yards unit price in writing: Item 12 Layout 1 lump sum unit price in writing: Item 13 6 or 8 PVC Sewer Line 0 10 deep spot repair 150 linear feet unit price in writing: Page 20 of 84

22 Item PVC Storm Drain 0 10 deep spot repair 325 linear feet Item PVC Storm Drain 0 10 deep spot repair 1 linear feet Item PVC Storm Drain 0 10 deep spot repair 1 linear feet Item PVC Storm Drain 0 10 deep spot repair 1 linear feet Page 21 of 84

23 Item 18 Remove, dispose, and replace backfill 300 cubic yards Item 19 2 Temp patch 50 square yards Item 20 Adjust Catch Basin Grate to binder & top 125 each unit price in writing: Item 21 Adjust Sewer Manhole to binder & top 100 each unit price in writing: Page 22 of 84

24 Item 22 Adjust Water Valves and Gas Valves to binder grade & finish grade 75 each unit price in writing: Item 23 Replace Catch Basin Heads 6 each unit price in writing: Item 24 Bituminous Concrete Lip Berm (RIDOT stnd 7.5.0) 500 lf unit price in writing: Item 25B 6 or 8 PVC Sewer Line 0 10 deep spot repair (Barton Lane) 50 linear feet unit price in writing: Item 26B Trench Repair, SK-14 (Barton Lane) 1120 linear feet unit price in writing: Page 23 of 84

25 Item 27B Catch Basin RIDOT stnd & RIDOT stnd (Barton Lane) 120 vertical linear feet unit price in writing: Item 28B 12 PVC Storm Drain 0 10 (Barton Lane) 1025 linear feet Unit price in writing: Item 29B Remove, dispose, and replace backfill (Barton Lane) 2800 cubic yards Unit price in writing: Item 30B 2 Temp patch (Barton Lane) 1000 square yards Unit price in writing: Item 31B 8 Cured in Place Pipe (Barton Lane) 1225 linear feet Unit price in writing: Page 24 of 84

26 Item 32B 6 Cured in Place Pipe, main to property line with full wrap (Barton Lane) 425 linear feet Unit price in writing: Item 33A 6 or 8 PVC Sewer Line 0 10 deep spot repair (Adelaide Ave) 150 linear feet unit price in writing: Item 34A Remove, dispose, and replace backfill (Adelaide Ave.) 400 cubic yards Unit price in writing: Item 35A 8 Cured in Place Pipe (Adelaide Ave.) 925 linear feet Unit price in writing: Item 36A 6 Cured in Place Pipe, main to property line with full wrap (Adelaide Ave.) 325 linear feet Unit price in writing: Page 25 of 84

27 Item 37J 6 or 8 PVC Sewer Line 0 10 deep spot repair (JH Dwyer) 150 linear feet unit price in writing: Item 38J Remove, dispose, and replace backfill (JH Dwyer) 75 cubic yards Unit price in writing: Item 39J 8 Cured in Place Pipe (JH Dwyer) 2500 linear feet Unit price in writing: Item 40J 6 Cured in Place Pipe, main to property line with full wrap (JH Dwyer) 350 linear feet Unit price in writing: Item 41J Loam and HYDRO-seed (JH Dwyer) 4200 square yards unit price in writing: Page 26 of 84

28 Item 42W Saw cutting 5 thick (Wapping) 3300 linear feet unit price in writing: Item 43W Bituminous Concrete Lip Berm (RIDOT stnd 7.5.0) (Wapping) 2500 lf unit price in writing: Item 44W Bituminous Berm (RIDOT stnd 7.5.1) (Wapping) 550 lf unit price in writing: Item 45W Driveway Aprons (Wapping) 750 square yards unit price in writing: Item 46W Paved Waterways RIDOT stnd (Wapping) 200 square yards unit price in writing: Page 27 of 84

29 Item 47W Remove & Dispose sidewalk (Wapping) 170 square yards unit price in writing: Item 48W 4 Asphalt Sidewalk RIDOT stnd (Wapping) 170 square yards unit price in writing: Item 49W Catch Basin RIDOT stnd & (Wapping) 100 vertical linear feet unit price in writing: Item 50W Catch Basin Frames & Grate RIDOT stnd (Wapping) 20 each unit price in writing: Item 51W Remove, dispose, and replace backfill (Wapping) 2000 cubic yards Unit price in writing: Page 28 of 84

30 Item 52W 2-1/2 Binder Mass Spec Wapping) 500 square yards Unit price in writing: Item 53W 1-1/2 Finish Course RIDOT class 9.5 Wapping) 500 square yards Unit price in writing: Item 54W Loam & Seed Wapping) 3200 square yards Unit price in writing: Item 55W 12 PVC Storm Drain (all fittings & cores into structures) (Wapping) 1100 linear feet Unit price in writing: Item 56W 4 White Fog Line, temporary & permanent (Wapping) 250 linear feet Unit price in writing: Page 29 of 84

31 Item 57B Dust Control Barton) 4200 square yards unit price in writing: Item 58A Dust Control Adelaide) 1200 square yards unit price in writing: Item 59J Dust Control JH Dwyer) 4000 square yards unit price in writing: ************************************************************************ Project Total Cost in writing: ************************************************************************ Page 30 of 84

32 Company Name of Proposer Mailing Address (PO Box or street) Town, State, and Zip Code Name of Authorized Representative Signature Title Type of Business (Corp, Partnership, Sole Proprietorship) Telephone Number Facsimile Page 31 of 84

33 NON-COLLUSION AFFIDAVIT To Be Completed, Notarized, and Submitted With Bid Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR State of Rhode Island County of Newport, Bidder, being first duly sworn, deposes and says that he or she is Owner of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Date Bidder name (Person, Firm, Corp.) Address City, State, Zip (Signed at) Authorized Representative Representative's Name Representative's Title Page 32 of 84

34 BIDDER'S STATEMENT REGARDING INSURANCE COVERAGE Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR BIDDER HEREBY CERTIFIES that the Bidder has reviewed and understands the insurance coverage requirements specified in the Invitation to Bid No. MIDD , Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR. Should the Bidder be awarded the contract for the work, Bidder further certifies that the Bidder can meet the specified requirements for insurance, and agrees to name the Town of Middletown as Additional Insured for the work specified. Insurance Required: Workmen s Compensation and Employment Liability Insurance in compliance with statutory limits. Comprehensive General Liability Insurance including Products Completed, Contractual, Property, and Personal Injury coverage with combined single limits of $1,000,000 per occurrence and in the aggregate. Professional Liability Insurance with a limit of $1,000,000 per claim and in the aggregate. Automobile Liability Insurance including non-owned and hired automobiles with the limits listed below. o Bodily Injury $1,000,000 each person $1,000,000 each occurrence o Property Damage $1,000,000 each occurrence Name of Bidder (Person, Firm, or Corporation) Signature of Bidder's Authorized Representative Name & Title of Authorized Representative Date of Signing Page 33 of 84

35 BIDDER STATEMENT OF RELEVANT EXPERIENCE Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR List five references which your firm provided sewer repair services for a municipal or other governmental unit within the last five years. I hereby certify that I have performed the work listed below. Signature of Bidder DESCRIPTION DATES CONTRACT AMOUNT CUSTOMER CONTACT CUSTOMER TELEPHONE Page 34 of 84

36 INDEX TO SPECIFICATIONS Bid Number MIDD Services-PHASE TWO RED ROAD PAVING & UTILITY REPAIR Section 0100 Site Preparation and Final Clean Up Section 0200 Erosion and Sedimentation Control Measures Section 0300 Excavation and backfill Section 0500 Storm Drainage and Sanitary Sewer Section 0600 Bituminous Pavement Section 0700 Pavement Markings Section 0800 Loam & Seeding Section 5000 Cured In Place Pipe (CIPP) Section Cured- In- Place Pipe Liner For Service Laterals Section Measurement & Payment Section 0100 Site Preparation and Final Clean Up a) The work under this section shall consist of all site preparation and related items as indicated on the drawings and or as specified herein, and include but is not limited to the following: 1) Protection of existing structures and plantings 2) Existing utilities 3) Temporary Storage Areas 4) Final Clean Up 5) Temporary Sanitary Facilities 6) Storm Drainage and Sanitary Sewerage 1.01) Execution a) Existing structures shall be protected from damage due to new construction. Temporary shoring and or cradles shall be constructed if necessary to insure the continuous use of such structures. b) Structures considered herein shall be the following: manholes, pipelines, electric, cable, telephone, retaining walls, walks, driveways, landscaped planting beds, ect. c) All existing utilities shall be raised or lowered in order to meet the new binder grade and then raised again to finish grade. d) Water valve boxes, gas valve boxes, manhole covers, hand holes will be raised in accordance with that individual particular s utilities standards. e) Temporary storage areas shall be maintained as shown on the drawings, the area will be fenced and enclosed with a sediment barrier. At the end of construction the area will be returned to its pre construction condition. f) Temporary sanitary facilities will be maintained throughout the construction contract. g) Entire construction site will be cleaned of all spoil materials including but not limited to: sediment, soils, asphalt, stones, debris, garbage, pipes, ect. h) Catch basins and drain manholes will be cleaned of all spoil materials that have accumulated due to the construction. j) Contractor shall be responsible for correcting and or repairing damage to private properties. This includes but is not limited to vehicles. Page 35 of 84

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

Main Building Auditorium

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

More information

Addendum No. 1 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

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

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

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

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

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

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

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

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

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

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

More information

Scott Eagle Attack Thermal Imaging Camera

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

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

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

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

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

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 HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

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

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

More information

PERMIT TO EXCAVATE IN HIGHWAY CHESHIRE, CONNECTICUT

PERMIT TO EXCAVATE IN HIGHWAY CHESHIRE, CONNECTICUT PERMIT TO EXCAVATE IN HIGHWAY CHESHIRE, CONNECTICUT PERMIT # DATE: Name Of Applicant Address City, State, Zip ( ) Fax: ( ) Email Telephone Number permit faxed (date) permit emailed (date) Permission is

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

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

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 FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

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

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012 CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS General Inmation Bidders Sealed bids must be received by 12:00 Noon, Monday, April 23, at the Wascott Town Hall as stated in the public notice and advertisement

More information

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project

More information

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS Advertisement for Bids ROAD MAINTENANCE PROJECTS Notice is hereby given by the Town of Wascott, Douglas County, WI, that it will receive sealed bids for crack routing and sealing, chip seal coating, and

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

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

TECHNOLOGY SPECIFICATIONS

TECHNOLOGY SPECIFICATIONS TECHNOLOGY SPECIFICATIONS 2012 ST. CROIX RIVER EDUCATION DISTRICT VOICE-OVER-INTERNET-PROTOCOL (VOIP) SYSTEM FOR ST. CROIX RIVER EDUCATION DISTRICT (SCRED) RUSH CITY, MINNESOTA February 15, 2012 Project

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

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

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

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

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

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

More information

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

(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

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

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

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

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

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

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

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

More information

REQUEST FOR PROPOSALS

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

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

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

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

More information

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids CITY OF THREE RIVERS, MICHIGAN Specifications for Bids Tree and/or Stump Removal Performance Bids The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to

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

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE 2015 2016 ROOF AND HVAC REPLACEMENT PROJECT PW1320 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE BE IT ORDAINED by the Town Council of the Town of Plainville: SECTION 1. SUBDIVISIONS. All subdivisions hereinafter developed within

More information

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY Guidance on restoration of City Rights-of-Way Public Works Department Directors Office 747 Market Street Suite 408 Tacoma, WA 98402 253-591-5525 Right-of-Way

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

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

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

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

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

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

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

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

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

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,

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

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

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

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

More information

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to submit bids which

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

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

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT Purpose: To provide opportunities for residents to properly recycle used tires from

More information

00010ACT CARRIER BROKER CONTRACT

00010ACT CARRIER BROKER CONTRACT 00010ACT CARRIER BROKER CONTRACT I. IDENTIFICATION OF PARTIES AGREEMENT Made this day of 2011 by and between. hereinafter referred to as a CARRIER, and USA LOGISTICS, INC. with address at: P.O. Box 666,

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

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY 7703 NW Barry Road Kansas City, MO 64153 REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY Detailed Proposal Information is Available on District Website: http://www.parkhill.k12.mo.us Bid Closing

More information

TRAFFIC SIGNAL IMPROVEMENT PROJECT

TRAFFIC SIGNAL IMPROVEMENT PROJECT TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS TRAFFIC SIGNAL IMPROVEMENT PROJECT BEDFORD ST (ROUTE 62) AT MIDDLESEX TURNPIKE EXT. Contract #18C-411-0015 This is an unofficial Bid Spec. If this document

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

OHIO CITY TOWN HALL OHIO CITY, COLORADO

OHIO CITY TOWN HALL OHIO CITY, COLORADO OHIO CITY TOWN HALL OHIO CITY, COLORADO PROJECT MANUAL PHASE 1 FOUNDATION STABILIZATION AND ELECTRICAL UPGRADES MAY 20, 2014 - BID DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK ISSUE LOG * Items in Italics

More information

Commonwealth of Virginia

Commonwealth of Virginia Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...

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

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