Funding for the Crisfield Street Rehabilitation Project is made available through the federally funded Community Development Block Grant Program.

Size: px
Start display at page:

Download "Funding for the Crisfield Street Rehabilitation Project is made available through the federally funded Community Development Block Grant Program."

Transcription

1 INVITATION TO BIDDERS Sealed BIDS, in duplicate, will be received by the Somerset County Commissioners, Somerset Avenue, Room 111, Princess Anne, for the Crisfield Street Rehabilitation Project, Contract No. 044A020. Bids will be accepted by the Somerset County until 2:00 PM on February 23, 2016, at which time they will be opened publicly and read aloud. Work includes demolition and construction of curbing, sidewalk and driveway entrances, mill and overlay of several streets, repair of sub-grade beneath the streets as indicated by the engineer, and repair of stormwater infrastructure as required by the Contract Documents. The CONTRACT DOCUMENTS may be examined at the office of Davis, Bowen & Friedel, Inc., One Plaza East, Suite 200, P.O. Box 93, Salisbury, Maryland 21803; the Somerset County Commissioners office, Somerset Avenue, Room 111, Princess Anne, 21853; or at the Crisfield City Hall, located at 319 Main Street, Crisfield, MD, Plans may also be viewed at on the Bids/Proposals page. Copies of the CONTRACT DOCUMENTS may be obtained at the office of Davis, Bowen & Friedel, Inc., One Plaza East, Suite 200, P.O. Box 93, Salisbury, Maryland (410) upon payment of $ for each non-refundable set or $50.00 for digital documents. Checks should be made payable to Davis, Bowen & Friedel, Inc.. Plans must be obtained from Davis, Bowen, & Friedel, Inc. to be on the official bidders list. Funding for the Crisfield Street Rehabilitation Project is made available through the federally funded Community Development Block Grant Program. The right is reserved as is in the best interest of Somerset County, to reject any and all bids, to waive any informality or irregularity in bids received, and to accept or reject any items of any bid. Interested bidders may attend a Pre-Bid Meeting being held on February 10 th at 10:00AM at the Crisfield City Hall, located at 319 Main Street, Crisfield, MD, All BIDDERS must use to the greatest extent feasible minority, women, and/or disadvantaged businesses and will not discriminate on the basis of race, color, national origin, or sex in considering businesses for subcontracting and/or material/equipment supplies. Davis Bacon Wage Rates do apply to this project. Federal Section 3 hiring requirements apply to this project. Somerset County Commissioners By: Mr. Randy Laird President of Commissioners

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16 TABLE OF CONTENTS Contract DBF# 044A020 Division 0 Invitation to Bid to Information to Bidders to Bid Form to Bid Bond to Agreement to Notice of Award to Performance Bond to Payment Bond to Notice to Proceed to Measurement and Payment to Division 1 General Conditions to Special Conditions to Summary of Work to Submittals to Temporary Facilities and Controls to Erosion and Sediment Control to Contract Closeout to Division 2 Excavation & Backfill for Pipelines and Structures to Storm Drainage System to Bituminous Concrete Paving to Surface Restoration to Portland Cement Concrete Paving, Sidewalks & Curbing to Division 3 Precast Structural Concrete to Appendices Davis Bacon Wage Rates DHCD Section 3 Insert DHCD Section 3 Certifications Federal Labor Standards Provision Appendix A Appendix B Appendix C Appendix D i

17

18 SECTION A020 INVITATION TO BIDDERS Sealed BIDS, in duplicate, will be received by the Somerset County Commissioners, Somerset Avenue, Room 111, Princess Anne, for the Crisfield Street Rehabilitation Project, Contract No. 044A020. Bids will be accepted by the Somerset County until 2:00 PM on February 23, 2016, at which time they will be opened publicly and read aloud. Work includes demolition and construction of curbing, sidewalk and driveway entrances, mill and overlay of several streets, repair of sub-grade beneath the streets as indicated by the engineer, and repair of stormwater infrastructure as required by the Contract Documents. The CONTRACT DOCUMENTS may be examined at the office of Davis, Bowen & Friedel, Inc., One Plaza East, Suite 200, P.O. Box 93, Salisbury, Maryland 21803; the Somerset County Commissioners office, Somerset Avenue, Room 111, Princess Anne, 21853; or at the Crisfield City Hall, located at 319 Main Street, Crisfield, MD, Plans may also be viewed at on the Bids/Proposals page. Copies of the CONTRACT DOCUMENTS may be obtained at the office of Davis, Bowen & Friedel, Inc., One Plaza East, Suite 200, P.O. Box 93, Salisbury, Maryland (410) upon payment of $ for each non-refundable set or $50.00 for digital documents. Checks should be made payable to Davis, Bowen & Friedel, Inc.. Plans must be obtained from Davis, Bowen, & Friedel, Inc. to be on the official bidders list. Funding for the Crisfield Street Rehabilitation Project is made available through the federally funded Community Development Block Grant Program. The right is reserved as is in the best interest of Somerset County, to reject any and all bids, to waive any informality or irregularity in bids received, and to accept or reject any items of any bid. Interested bidders may attend a Pre-Bid Meeting being held on February 10 th at 10:00AM at the Crisfield City Hall, located at 319 Main Street, Crisfield, MD, All BIDDERS must use to the greatest extent feasible minority, women, and/or disadvantaged businesses and will not discriminate on the basis of race, color, national origin, or sex in considering businesses for subcontracting and/or material/equipment supplies. Davis Bacon Wage Rates do apply to this project. Federal Section 3 hiring requirements apply to this project. Somerset County Commissioners By: Mr. Randy Laird President of Commissioners INVITATION TO BIDDERS

19

20 SECTION INFORMATION FOR BIDDERS BIDS will be received by Somerset County (herein called the "OWNER"), at Somerset Avenue, Room 111, Princess Anne, at the date and time stated in the Invitation to Bidders. Each BID must be submitted in a sealed envelope, addressed to the Somerset County Commissioners, Somerset Avenue, Room 111, Princess Anne, Each sealed envelope containing a BID must be plainly marked on the outside as BID for Crisfield Street Rehabilitation Project, Contract No. 044A020, and the envelope should bear on the outside the BIDDER's name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER; Somerset County Commissioners, Somerset Avenue, Room 111, Princess Anne, All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Three copies of the BID form and related documents are required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 90 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the OWNER and the BIDDER. Should costs exceed available funds or if bids are tied, the Owner reserves the right to proceed with one or more of the following: a. Delete all or a portion of an individual bid item or items and award to the low base bid. Bid items will be amended by change order. Unit prices shall not be affected as bid. b. Appropriate additional funds. c. Reject all bids and repeat the bid process in full. d. Negotiate price down with the low bidder or tied bidders by modification to the project scope. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID Schedule by examination of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve the contractor from fulfilling any of the conditions of the contract. Each BID must be accompanied by a BID BOND payable to the OWNER for ten (10%) percent of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the apparent three lowest responsible BIDDERS. When the Agreement is executed with the lowest responsible BIDDER, the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the Payment BOND and Performance BOND have been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. INFORMATION FOR BIDDERS

21 A Performance BOND and a Payment BOND, each in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the contract. Contractor s public liability and property damage insurance shall be in an amount not less than $1,000,000 and shall include activities of all subcontractors. Attorneys-in-fact who sign BID BONDS or Payment BONDS and Performance BONDS must file with each BOND a certified and effective dated copy of their power of attorney. The party to whom the contract is awarded will be required to execute the Agreement and obtain the Performance BOND and Payment BOND and insurance certificate within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER, within ten (10) days of receipt of acceptable Performance BOND, Payment BOND and Agreement signed by the party to whom the Agreement was awarded, shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the OWNER not execute the Agreement within such period, the BIDDER may, by WRITTEN NOTICE, withdraw the signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER. The NOTICE TO PROCEED shall be issued within ten (10) days of the execution of the Agreement by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period, the time may be extended by mutual agreement between the OWNER AND CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) day period or within the period mutually agreed upon, the CONTRACTOR may terminate the Agreement without further liability on the part of either party. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsible BIDDER. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the contract throughout. The Federal Register Part 40 CFR requires affirmative steps in procurement actions to assure that MBE and WBE firms are awarded a fair share of sub-agreements: This is to advise bidders of the requirements of this program regarding the affirmative steps necessary to be deemed a responsive and responsible bidder. (1). Including qualified small, minority, and women s business solicitation lists. (2). Assuring that small, minority, and women s businesses are solicited whenever they are potential sources. INFORMATION FOR BIDDERS

22 (3). Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation of small, minority, and women s businesses. (4). Establishing delivery schedules, where the requirements of the work permit which will encourage participation by small minority and women s businesses. (5). Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce. (6). Requiring each party to a sub-agreement to take the affirmative steps in 1 through 5 above. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Davis, Bowen & Friedel, Inc.. The ENGINEER's address is: One Plaza East, Suite 200, Salisbury, Maryland END OF SECTION INFORMATION FOR BIDDERS

23

24 SECTION BID FORM Proposal of (hereafter called "BIDDER"), organized and existing under the laws of the State of doing business as * to Somerset County (hereinafter called "OWNER"). In compliance with the Invitation to Bidders, BIDDER hereby proposes to perform all WORK for the Crisfield Street Rehabilitation Project, Contract No. 044A020, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each Bidder certifies, and in the case of a joint BID each part thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this Contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the same within 90 consecutive calendar days thereafter. BIDDER further agrees to pay as liquidated damages, an amount of $ per calendar day as defined in the General Conditions. *Insert "a corporation", "a partnership", or "an individual as applicable. BIDDER acknowledges receipt of the following ADDENDUM: BID FORM

25

26 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum: BID SCHEDULE Item No. Description of Work Unit Quantity Unit Price Total Price 1 Mobilization (Maximum 3% of Total Bid Schedule) LS 1 2 Furnish and Install all Sediment and Erosion Control Measures LS 1 3 Mill and Dispose of Existing Paved Surface (1-1/2") SY 28,385 4 Furnish and Install 9.5MM Superpave Asphalt Surface, (1-1/2") SY 35,294 5 Remove and Replace Existing Curb and Gutter LF 2,117 6 Furnish and Install Roll Curb and Gutter LF Furnish and Install Reinforced Concrete Valley Gutter LF Remove and Replace Concrete Sidewalks as Shown SF 4,613 9 Remove and Replace Drive Way Aprons LF Remove and Replace Handicapped Ramp EA Removal of Driveway Entrance (Replacement of Curb and Sidewalk Included In Bid Items 5 & 6) EA 2 12 Furnish and Install White Line Striping LF 2, Furnish and Install Centerline Striping LF 9, Furnish and Install White Parking Stripping LF Furnish and Install Concrete Catch Basins (Replacement and Proposed) EA 4 16 Furnish and Install 8" Class 53 Ductile Iron Pipe LF Topsoil, Fertilize, Seed and Mulch Areas as Required SY 1,700 CONTINGENCY ITEMS (To Be Utilized as Indicated by the Engineer) 18 Removal of Underground Storage Tanks EA 6 19 Testing of Soil for Contaminants Per MDE Requirements EA 6 20 Remove and Dispose of Contaminated Soil per MDE Requirements - Replacement and Compaction with Select Fill CY Place and Compact Graded Aggregate to Complete SY- Subbase IN 11, Furnish and Install 19 mm Superpave Asphalt Base, (3") SY 2, Furnish and install 9.5 mm Superpave Asphalt Wedge Course Ton Miscellaneous Excavation, Test Pitting & Backfill CY Furnish & Place Miscellaneous Concrete CY Removal and Replacement of Unsuitable Material with Select Backfill CY Surface Course Asphalt Adjustment (1-½ Depth) SY 35,294 N/A (1) $37, Base Course Asphalt Adjustment (3 Depth) SY 2,365 N/A (1) $9, Note: (1) The cost per square yard adjustment for Bid Items 27 and 28 are dependent on the Asphalt index at time of placement. The value indicated is the maximum adjustment allowed for Base Bid. TOTAL BASE BID (Sum of Bid Items 1 through 28) $ (Written Amount) BID FORM

27

28 BIDDER Please Note: Somerset County reserves the right to accept or reject any or all bids. Somerset County may elect to delete some or all portions of any bid item shown below and described in the contract documents in any order so that the project cost will match funding available. Bids shall include sales tax and all other applicable taxes and fees. The Bidder is aware that Davis Bacon wage rates are in effect. By submission of this bid, bidder certifies that he comprehends the bidding requirements set forth herein and is thoroughly familiar with the provisions of the contract documents. Bidder further agrees to waive his right to contest the outcome of the bidding process and subsequent award should acceptance of alternate bid items allow a bidder, other than the lowest total base bidder, to be awarded the contract. The bidder agrees that this bid shall not expire for a period of 90 calendar days after bid closing and may not be withdrawn after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds if required by the County, at the County s option. The bid security attached in the sum of 10% of the total Project Bid ($ ) is to become the property of the Owner in the event the contract is not executed within the time above set forth for the delay and additional time expense to the Owner caused thereby. Respectfully submitted: Signature Title/Date Address License Number (If applicable) Seal - (if bid is by a corporation) END OF SECTION BID FORM

29

30 SECTION BID BOND KNOW ALL PERSONS BY THESE PRESENTS, that we, the Undersigned as Principal, and as Surety, are hereby held and firmly bound unto the Somerset County Commissioners, as OWNER, the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of, 20. The Condition of the above obligation is such that whereas the Principal has submitted to the Somerset County a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Crisfield Street Rehabilitation Project, Contract No, 044A020. NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance with said BID) and shall furnish a BOND for faithful performance of said contract, and for the payment of all persons performing labor and furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any extension. BID BOND

31

32 In WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Surety executing Bonds shall be a licensed agent in the State of Maryland. (L.S.) Principal Surety By: IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. END OF SECTION BID BOND

33

34 SECTION AGREEMENT THIS AGREEMENT, made this day of, 20, by and between Somerset County, hereinafter called "OWNER", and. doing business as a Corporation, hereinafter called "CONTRACTOR". WITNESSETH; That for and in consideration of the payments and agreements herein after mentioned: 1. The CONTRACTOR will commence and complete the construction of Crisfield Street Rehabilitation Project, Contract No. 044A The CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 30 calendar days after the date of the NOTICE TO PROCEED and will complete all work within 90 consecutive calendar days thereafter. 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of $. or as shown in the BID schedule. 5. The Term "CONTRACT DOCUMENTS" means and includes the following: (A) (B) (C) (D) (E) (F) (G) (H) Invitation to BIDDERS Information for BIDDERS BID BID BOND Agreement General Conditions Payment BOND Performance BOND AGREEMENT

35

36 (I) (J) NOTICE of AWARD SPECIFICATIONS prepared or issued by Davis, Bowen & Friedel, Inc. (K) (L) PLANS prepared or issued by Davis, Bowen & Friedel, Inc. APPENDICES (M) ADDENDA: No. 1, dated, 20 No. 2, dated, 20 No. 3, dated, 20 No. 4, dated, The OWNER will pay to the CONTRACTOR, in the manner and at such times as set forth in the General Conditions, such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by their duly authorized official, this Agreement in 4 copies each of which shall be deemed an original on the date first above written. AGREEMENT

37

38 OWNER: Somerset County BY: (SEAL) NAME: Mr. Randy Laird (Please Type) TITLE: President of the Commissioners. ATTEST: NAME: (Please Type) TITLE: CONTRACTOR: BY: NAME: (Please Type) (SEAL) ADDRESS: (Employer Identification No.)/(License No.) ATTEST: Name: (Please Type) Title: END OF SECTION AGREEMENT

39

40 SECTION NOTICE OF AWARD TO: Project Description: Crisfield Street Rehabilitation Project for the Somerset County Commissioners, Contract No. 044A020. The OWNER has considered the BID submitted by you for the above described WORK in response to its Invitation to Bidders dated, and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $. You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance BOND, Payment BOND and certificates of insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of, 20. Somerset County Commissioners Owner By: Title: President of the Commissioners ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by this the day of, 20. By: Title: END OF SECTION NOTICE OF AWARD

41

42 044C020 SECTION PERFORMANCE BOND KNOWN ALL PERSONS BY THESE PRESENTS that (Name of Contractor) (Address of Contractor) a, hereinafter called (Corporation, Partnership, or Individual) Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the Somerset County Commissioners, Somerset Avenue, Room 111, Princess Anne, 21853, hereinafter called OWNER, in the total aggregate penal sum of DOLLARS ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of, 20, a copy of which is hereto attached and made a part hereof for the construction of: Crisfield Street Rehabilitation Project for the Somerset County Commissioners, Contract No. 044A020 and other appurtenant work, which the contract and the work to be done thereunder and the specifications accompanying same shall be deemed a part thereof to the same extent as if fully set out herein. PERFORMANCE BOND

43 044C020 NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the SURETY and during the one year guaranty period and if the PRINCIPAL shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said SURETY, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder of the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that it is expressly agreed that the BOND shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Contract not increasing the contract price more than 20 percent, so as to bind the PRINCIPAL and SURETY to the full and faithful performance of the CONTRACT as so amended. The term "Amendment", wherever used in this BOND, and whether referring to this BOND, the Contract or the Loan Documents shall include any alteration, addition, extension, or modification of any character whatsoever. PROVIDED, FURTHER, that no final settlement between the OWNER and the PRINCIPAL shall abridge the right of the other beneficiary hereunder, whose claim may be unsatisfied. The OWNER is the only beneficiaries hereunder. PERFORMANCE BOND

44 044C020 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this the day of, 20. ATTEST: (Principal) (Principal) Secretary (SEAL) By: Address: (Witness as to Principal) Address: (Surety) ATTEST: (Witness to Surety) Address: By: (Attorney-in-Fact) Address: NOTE: Date of BOND must not be prior to date of Contract. IF CONTRACTOR is partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. END OF SECTION PERFORMANCE BOND

45

46 KNOW ALL PERSONS BY THESE PRESENT that SECTION PAYMENT BOND (Name of Contractor) (Address of Contractor) a, hereinafter called (Corporation, Partnership or Individual) PRINCIPAL and (Name of Surety) hereinafter called SURETY, are held and firmly bound unto the Somerset County Commissioners, Somerset Avenue, Room 111, Princess Anne, hereinafter called OWNER and unto all persons, firms, and corporations who or which may furnish labor, or who furnish materials to perform as described under the contract and to their successors and assigns in the total aggregate penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered into a certain contract with the OWNER, dated the day of, 20, a copy of which is hereto attached and made a part hereof for the construction of: Crisfield Street Rehabilitation Project for the Somerset County Commissioners, Contract No. 044A020, and other appurtenant work, which contract and the work to be done thereunder and the specifications accompanying same shall be deemed a part thereof to the same extent as if fully set out herein. NOW, THEREFORE, if the PRINCIPAL shall promptly make payment to all persons, firms, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extensions or modifications thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and for all labor cost incurred in such WORK including that by a SUBCONTRACTOR, and to any mechanic or materialman lienholder whether it acquires its lien by operation of State or Federal law; then this obligation shall be void, otherwise to remain in full force and effect. PAYMENT BOND

47

48 PROVIDED, FURTHER, that the said SURETY for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. WITNESS WHEREOF, this instrument is executed in three (3) counterparts each of which shall be deemed an original, this the day of, 20. ATTEST: (Principal) Secretary (Principal) By: Address: (Witness as to Principal) Address: ATTEST: (Witness as to Surety) (Address) By: (Surety) (Attorney-in-Fact) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. END OF SECTION PAYMENT BOND

49

50 SECTION NOTICE TO PROCEED TO: DATE: Project: You are hereby notified to commence WORK in accordance with the Agreement dated on or before, and you are to complete the WORK within 90 consecutive calendar days thereafter. The date of completion of all WORK is therefore. Owner: Somerset County Commissioners By: Name: Title: Mr. Randy Laird President of the Commissioners ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by:, this the, 20 By: Title: Employer Identification Number: END OF SECTION NOTICE TO PROCEED

51

52 SECTION MEASUREMENT & PAYMENT PART 1 GENERAL 1.1 GENERAL A. Payment for materials furnished and work done under this contract will be made as herein below stipulated, for the actual amount of materials supplied and work done under authorization of the Engineer and in accordance with the prices bid in the Bid Form. The Contractor shall not be entitled to receive additional compensation for anything furnished or done, except for such extra work as shall be authorized by written order. B. It is intended that all work shown on the contract drawings and included in the specifications is to be paid for under the items listed in the bid form. The absence of a bid item for any specific category of work shall be interpreted as meaning that the cost of such work, accomplished as defined by the contract documents, shall be included in the prices bid for the related item listed in the Bid Form. The project is being funded by two sources, State Revolving Fund and Private Town Funds. The bid prices must reflect work appropriate to each. C. The Owner may elect to increase or decrease quantities above the indicated estimated quantity or delete entire bid items in their entirety without change in unit prices or impact on remaining work items. D. Bid prices for base bid items shall include furnishing all materials, equipment and labor for the scope of work of this contract and all appurtenant work to complete the work as shown or described. All hauling and disposing of excess, unsuitable excavated material, or nonreusable removed materials shall be included in the prices bid. Bid prices shall include excavation, backfill of trenches or subgrade and subbase preparation with suitable materials removed from the excavation or excess suitable materials from the project site, or from imported source; furnishing, placing, compaction, and compaction testing; dewatering, sheeting, shoring and bracing, gravel bedding; locating existing utilities or storm drains; saw cutting and removal of pavement; unclassified excavation; removal, storage, re-hauling and replacement of all material encountered during excavation; disposal of unsuitable or excess material; conditioning of millings or reusable aggregate where approved by Engineer; wetting or drying borrow for proper placement and compaction; maintenance or protection of excavation or subgrade; furnishing and placing pipe, structures, and appurtenances; support and protection of adjacent property, utilities and structures encountered and restoration inkind in case of damage; demolition, removal of materials to Owner s salvage site; connection of sanitary sewer pipes and maintaining sanitary sewer manholes; bypass pumping or bypass piping; maintaining stormwater pipe and catch basins and removing all debris after final restoration; traffic and pedestrian control including local vehicle and pedestrian traffic to homes; restoration, sediment erosion control; lay out, stake out, as built surveys; and coordination, control of grades for positive drainage, and all other appurtenant work as shown or specified. E. For Lump Sum bid items, no measurement will be made. Payment will be made on a lump sum basis at the lump sum price bid for work completed and approved by the Engineer. MEASUREMENT & PAYMENT

53 PART 2 DESCRIPTION 2.1 BID ITEM FOR MOBILIZATION, BONDS, AND INSURANCE (Bid Item 1) A. Mobilization shall consist of, but not be limited to, storage, staging, utility locates, meetings, sanitary and other facilities as required by the specifications, by local or state law, or by regulation, providing access to the project site, obtaining necessary permits and licenses and payment of fees, and providing required insurance and bonds. B. Payment for mobilization will be made at the lump sum price bid. The lump sum price bid for mobilization shall be limited to a maximum of three (3%) percent of the total base bid. Furthermore, the maximum amount of the lump sum price bid for mobilization that is requisitioned on the Construction Requisition No. 1 shall not exceed fifty (50%) percent of the lump sum price bid and each succeeding requisition shall be limited to a maximum of ten (10%) percent of the lump price bid until the entire lump sum price less retainage has been requisitioned. 2.2 BID ITEMS FOR FURNISHING AND INSTALLING SEDIMENT AND EROSION CONTROL MEASURES AS SPECIFIED (Bid Item 2) A. The price bid shall include and cover all costs of furnishing, delivering, installing and maintaining silt fencing, check dams, and other sediment and erosion control measures as shown on the contract drawings or as required by the Soil Conservation District Inspector. B. All accessory and incidental work. C. Payment for all work associated with this item will be made at the lump sum price bid. Furthermore, the maximum amount of the lump sum price bid for Erosion Control that is requisitioned on the Construction Requisition No. 1 shall not exceed fifty (50%) percent of the lump sum price bid and each succeeding requisition shall be limited to a maximum of ten (10%) percent of the lump price bid until the entire lump sum price less retainage has been requisitioned. 2.3 BID ITEM TO MILL AND DISPOSE OF THE EXISTING PAVED SURFACE (Bid Item 3) A. The unit price bid shall include milling of existing pavement or other materials and removal to an offsite area. Also included are any appurtenant preparation for grade control survey, pavement removal, saw cutting existing pavement or driveways to a smooth straight edge, protection and restoration in case of damage to utilities, hauling and disposing of unsuitable or excess material offsite, accommodation and maintenance of traffic, temporary maintenance of stormwater flows, dust control, securing areas for storage of materials and all related work as specified or directed. Contractor shall protect all utilities and repair or replace the same at his expense if disturbed or damaged. B. All accessory and incidental work. C. Payment for all work shall be made in accordance with the unit price bid times the area of pavement milled (in square yards). MEASUREMENT & PAYMENT

54 2.4 BID ITEMS FOR FURNISHING AND INSTALLING SUPERPAVE ASPHALT (Bid Items 4, 22, & 23) A. The price bid shall include and cover all costs of furnishing and installing the bituminous concrete pavement including: 1. Stakeout for grades of the paving. 2. Test rolling. 3. Restoration in case of damage to subgrade, sub-base, or adjacent areas. 4. Removal and disposal of unsuitable or excess material. 5. Surface cleaning and tack coat 6. Placement of the bituminous concrete at the correct grade and location. 7. Adjustment of existing manholes, inlets and valve boxes and other similar items to finished grade. 8. Temporary pavement marking, roadway striping, and signage. 9. Coordination of work with Town and Property owners. 10. Tie-in of proposed pavement with existing pavement. 11. Traffic control and accommodation 12. Grade, seed and mulch to transition into existing shoulder B. All accessory and incidental work and appurtenances to place the asphalt as indicated in these specifications and detailed on the plans. C. Measurement for bituminous concrete surface and base courses will be made horizontally along the top surface width and length for calculation of square yard surface area. Measurement for bituminous concrete wedge/leveling course will be made on a per ton basis. D. Payment for all work in connection with this item shall be made in accordance with the unit prices bid times the actual quantity of bituminous concrete base or surface course placed. 2.5 BID ITEMS FOR REMOVAL AND REPLACE CURB AND GUTTER (Bid Items 5, 6 & 7) A. The price bid shall include and cover all costs of replacing and/or constructing the designated sections of curb and gutter including: 1. Notification of the property owners and residences of the schedule and impact of the construction. 2. Test pitting to locate existing utilities which may be in conflict with the work. Test pitting in all locations to locate the existing utilities, and appurtenances. 3. Locating, supporting, protecting all utilities or structures and their restoration in case of injury or damage and adjustment of valve boxes, and manhole covers, to proposed grade, etc. 4. Removal and disposal of existing curb and gutter sections. 5. Establishing a suitable sub-base for the proposed curb and gutter. 6. Supply and place 6 graded aggregate base under curb and gutter. 7. Establishing the grades, control points and stakeout for the proposed curb and/or gutter and valley gutters. 8. Preparing concrete forms. 9. Placing and finishing of concrete. 10. Curing of proposed concrete MEASUREMENT & PAYMENT

55 11. Repair and adjustment of any damages from installation, storm events and vandalism. 12. In-Place Density Test B. All else necessary and incidental to the complete and acceptable installation. C. Measurement shall be made on the actual length of curb and gutter in place, regardless of curb height. No adjustment in measurement will be made where curb height is reduced, such as at driveway openings, etc. D. Payment for all work in connections with this item shall be made in accordance with the unit price bid items, the actual quantity of curb and/or gutter or valley gutters installed (in lineal feet). The Contractor shall receive no additional compensation for modifying the dimensional requirements detailed to adapt to actual site conditions. 2.6 BID ITEM FOR REMOVING AND REPLACING CONCRETE SIDEWALK (Bid Item 8). A. The price bid shall include and cover all costs of replacing the designated sections of concrete sidewalk including: 1. Provisions for pedestrian safety. 2. Test pitting to locate existing utilities which may be in conflict with the work. Test pitting in all locations to locate the existing utilities, and appurtenances. 3. Locating, supporting, protecting all utilities or structures and their restoration in case of injury or damage and adjustment of valve boxes, and manhole covers, to proposed grade, etc. 4. Removal and disposal of existing sidewalks sections. 5. Establishing a suitable sub-base for the proposed sidewalks including 4 of graded aggregate base. 6. Establishing the grades and control points for the proposed sidewalks and driveway aprons. 7. Preparing concrete forms and expansion joints. 8. Placing and finishing of concrete and reinforcement. 9. Curing of concrete 10. Repair and adjustment of any damages from installation, storm events or vandalism. 11. Transition of proposed sidewalks and driveway aprons to existing sidewalks and driveways shall be smooth and have maximum slope of 8 degrees. 12. Transition to sidewalks shall be ADA Compliant. 13. In-Place Density Testing and concrete testing per specifications. 14. Grading behind sidewalks. 15. Driveway restoration utilizing concrete, asphalt and stone, required to tie into the proposed sidewalk transition. 16. Surface restoration including pavement, concrete, topsoil, seed, mulch, landscaping, trees, signs, mailboxes, or other surface or near surface effects disturbed during the work. B. All accessory and incidental work. C. Measurement of reconstructed sidewalk shall be made on actual length and width of sidewalk in place. MEASUREMENT & PAYMENT

56 D. Payment for all work in connection with this item shall be made in accordance with the unit price bid items, the actual quantity of proposed concrete sidewalk installed (in square feet). The Contractor shall receive no additional compensation for modifying the dimensional requirements detailed to adapt to actual site conditions. 2.7 BID ITEM FOR REMOVING AND REPLACING DRIVE WAY APRONS (Bid Item 9). A. The price bid shall include and cover all costs of replacing the designated sections of concrete driveway aprons including: 1. Provisions for pedestrian safety and property access. 2. Test pitting to locate existing utilities which may be in conflict with the work. Test pitting in all locations to locate the existing utilities, and appurtenances. 3. Locating, supporting, protecting all utilities or structures and their restoration in case of injury or damage and adjustment of valve boxes, and manhole covers, to proposed grade, etc. 4. Removal and disposal of existing driveway apron sections. 5. Establishing a suitable sub-base for the proposed driveway aprons, including 4 of graded aggregate base. 6. Establishing the grades and control points for the proposed driveway aprons. 7. Preparing concrete forms and expansion joints. 8. Placing and finishing of concrete and reinforcement. 9. Curing of concrete 10. Repair and adjustment of any damages from installation, storm events or vandalism. 11. Transition from driveway aprons to existing sidewalks and driveways shall be smooth and have maximum slope of 8 degrees. 12. Driveway aprons and transition to sidewalks shall be ADA Compliant. 13. In-Place Density Testing and concrete testing per specifications. 14. Grading behind sidewalks and at driveway transitions. 15. Driveway restoration utilizing concrete, asphalt and stone, required to tie into the proposed sidewalk transition. 16. Surface restoration including pavement, concrete, topsoil, seed, mulch, landscaping, trees, signs, mailboxes, or other surface or near surface effects disturbed during the work. B. All accessory and incidental work. C. Measurement of reconstructed driveway aprons shall be made on actual length of apron in place. The driveway apron shall include the curbing within the extents of the driveway apron, the sidewalk within the driveway and transition ramps on either side, and any concrete between the sidewalk and curb. Should sidewalk not be located within the driveway apron, the apron shall extend 5 feet behind the curb and the curb transitions on either side of the sidewalk. D. Payment for all work in connection with this item shall be made in accordance with the unit price bid items, the actual quantity of proposed concrete apron installed (in linear feet) including transition ramps. The Contractor shall receive no additional compensation for modifying the dimensional requirements detailed to adapt to actual site conditions. MEASUREMENT & PAYMENT

57 2.8 BID ITEM TO REMOVE AND REPLACE ADA COMPLIANT HANDICAP RAMPS (Bid Item 10). A. The price bid shall include and cover all costs of installing the designated sections of concrete sidewalk handicap ramps including: 1. Provisions for pedestrian safety. 2. Test pitting to locate existing utilities which may be in conflict with the work. Test pitting in all locations to locate the existing utilities, and appurtenances. 3. Locating, supporting, protecting all utilities or structures and their restoration in case of injury or damage and adjustment of valve boxes, and manhole covers, to proposed grade, etc. 4. Removal and disposal of existing sidewalk or handicap ramp sections. 5. Establishing a suitable sub-base for the proposed handicap ramp. 6. Placement of select fill sub-base under proposed handicap ramp. 7. Establishing the grades, control points and stakeout for the proposed handicap ramp. 8. Preparing concrete forms. 9. Compaction, furnishing and installing all aggregate 10. Furnish and install detectable warnings truncated domes. 10. Furnishing, placing and finishing of concrete and reinforcement. 11. Curing of concrete 12. Repair and adjustment of any damages from installation, storm events or vandalism. 13. Handicap Ramp shall transition to proposed or existing sidewalks. (Transition ramp and parallel curbing is part of the Handicapped Ramp). 14. Filling of adjacent areas to provide smooth transition, and topsoil, seeding, and mulching to restore all disturbed adjacent areas 15. Sidewalk handicap ramps shall be ADA Compliant, State compliant and per detail shown on contract drawings. 16. This item does not include replacement of sidewalk damaged by the Contractor. Contractor shall protect all utilities and repair or replace the same at his expense if disturbed or damaged. 17. In-Place Density Test 18. Surface restoration including pavement, concrete, topsoil, seed, mulch, landscaping, trees, signs, mailboxes, or other surface or near surface effects disturbed during the work. B. All accessory and incidental work. C. No measurement will be made D. Payment for all work in connection with this item shall be made in accordance with the unit price bid times the actual number of sidewalk handicap ramps installed. 2.9 BID ITEM TO REMOVE AND DISPOSE OF DRIVEWAY ENTRANCE (Bid Item 11) A. The unit price bid shall include removal of existing pavement, soil, gravel, rubbish, concrete, clam shell or other materials and removal/disposal to an offsite area. Contractor to furnish all equipment, labor, tools, materials, excavation, hauling, additional placing and removal of sheeting, and disposing of unsuitable material. Also included are any appurtenant MEASUREMENT & PAYMENT

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

ADDENDUM NO. 1. This addendum consists of 13 pages

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

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

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

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

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

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

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

More information

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

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

More information

SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS

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

More information

Rehoboth Beach City Hall Landscape Plan

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

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

Bid Notice. City of Seaford Charles Anderson City Manager

Bid Notice. City of Seaford Charles Anderson City Manager Bid Notice Sealed bids will be received by the City Manager of the City of Seaford, 414 High Street, Seaford, DE 19973, until 2:30 p.m., prevailing time on Wednesday, May 2, 2018 for Street Paving Bids

More information

Burlington Bike Path Phase 1a Rehabilitation Contract Documents. City of Burlington, Vermont Parks, Recreation & Waterfront

Burlington Bike Path Phase 1a Rehabilitation Contract Documents. City of Burlington, Vermont Parks, Recreation & Waterfront Burlington Bike Path Phase 1a Rehabilitation Contract Documents City of Burlington, Vermont Parks, Recreation & Waterfront Date of Issuance: Monday, July 28 th, 2014 1 Table of Contents BIDDING REQUIREMENTS

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

JUDD STREET LIFT STATION DEWATERING CONTRACT

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

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

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

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

More information

Construction Specification for General Excavation

Construction Specification for General Excavation Engineering & Construction Services Division Standard Specifications for Road Works TS 2.10 September 2018 for General Excavation Table of Contents TS 2.10.01 SCOPE... 2 TS 2.10.02 REFERENCES... 2 TS 2.10.03

More information

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

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

More information

BID FORM (LUMP SUM CONTRACT)

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

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

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

More information

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

More information

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251) Addendum No. 1 to the Water Street Signal Planning And Striping Plan Concrete Sidewalk Phase Mobile, Alabama For the City of Mobile, Alabama Project No. 2017-2060-06 May 31, 2017 Prepared By: Thompson

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

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

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

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 October 7, 2014 ITB NO. 15-10 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)

More information

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

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

More information

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 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

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

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

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

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

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

More information

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES PLEASE TAKE NOTICE that sealed proposals for the Town of Union, New York, will be received by the Town Clerk at 3111 East Main Street,

More information

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements NOTICE TO BIDDERS August 24, 2016 ADDENDUM NO. 1 Gosling Road Pedestrian, Bike & Related Improvements TO ALL FIRMS OF RECORD: This addendum forms a part of and modifies the bidding and contract documents

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

Job Order Sewer Repair Services

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

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

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

More information

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

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

More information

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

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

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

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

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

Sample. Bid Proposal. Not Valid for Use

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

More information

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 NOVEMBER 8, 2016 SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

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

Fill material and Top Soil

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

More information

SECTION MEASUREMENT AND PAYMENT

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

More information

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

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

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

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below: ADDENDUM 1 February 28, 2018 CONTRACT DOCUMENTS FOR Lincoln Avenue Sidewalk Construction CITY OF TAKOMA PARK IFB PW-20180208 State Contract No. MO4665112 TO ALL PROSPECTIVE BIDDERS: The original specifications

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

More information

ADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015

ADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015 ADDENDUM TO THE CONTRACT for the ENGINEERING DEPARTMENT Switzer Creek Subdivision Contract No. E16-046 ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015 PREVIOUS ADDENDA: THREE ISSUED BY:

More information

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 311000 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

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

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

General Water Bid Items Item No.

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

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

More information

CITY OF LONGWOOD. Fostering citizen trust and cultivating a prosperous community ADDENDUM II. June 6, 2016

CITY OF LONGWOOD. Fostering citizen trust and cultivating a prosperous community ADDENDUM II. June 6, 2016 CITY OF LONGWOOD Fostering citizen trust and cultivating a prosperous community ADDENDUM II June 6, 2016 To: Prospective Bidders & All Others Concerned From: Greg Kirby, Purchasing Manager Subject: IFB

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

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

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

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

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

More information

ADDENDUM #1 Walker Woods Pump Station Replacement PW

ADDENDUM #1 Walker Woods Pump Station Replacement PW April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement 18-0027PW A. The following additions, deletions, revisions, and/or amendments to the original drawings

More information

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

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

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

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

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

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

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

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

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 December 28, 2018 The Platte County Board of Supervisors will

More information

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

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

More information

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES AFTER MARCH 1, 2012 ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES 430.1 Description. This item shall govern for all excavation required for the construction of sewers, sewer structures, pipe culverts,

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST SECTION 00000 TABLE OF CONTENTS CITY OF PICAYUNE ROOF REHABILITATION FOR PICAYUNE POLICE DEPARTMENT PICAYUNE, MS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00001... Advertisement for Bids 00100...

More information

ADVERTISEMENT, PROPOSAL, CONTRACT DOCUMENTS, GENERAL CONDITIONS and SPECIFICATIONS FOR

ADVERTISEMENT, PROPOSAL, CONTRACT DOCUMENTS, GENERAL CONDITIONS and SPECIFICATIONS FOR ADVERTISEMENT, PROPOSAL, CONTRACT DOCUMENTS, GENERAL CONDITIONS and SPECIFICATIONS FOR SANITARY SEWER IMPROVEMENTS, FOLMAR STREET TO PARK STREET OUTFALL LINE OWNER: THE CITY OF TROY, ALABAMA APRIL, 2017

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

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

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

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

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

SECTION GENERAL EXCAVATION

SECTION GENERAL EXCAVATION 02210-1 of 11 SECTION 02210 GENERAL EXCAVATION 02210.01 GENERAL A. Description 1. General excavation shall include but not necessarily be limited to, excavation and grading for general site work, roadways,

More information

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

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

More information

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

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

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

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

More information