DICKENSON COUNTY PUBLIC SCHOOLS DICKENSON COUNTY, VIRGINIA INVITATION FOR BID

Size: px
Start display at page:

Download "DICKENSON COUNTY PUBLIC SCHOOLS DICKENSON COUNTY, VIRGINIA INVITATION FOR BID"

Transcription

1 DICKENSON COUNTY PUBLIC SCHOOLS DICKENSON COUNTY, VIRGINIA INVITATION FOR BID DEMOLITION AND REMOVAL OF DEBRIS: ERVINTON HIGH SCHOOL, CLINCHCO ELEMENTARY SCHOOL, AND HAYSI HIGH SCHOOL SUPPORT BUILDINGS AND PEDESTRIAN BRIDGE May 27, 2016 MANDATORY PREBID CONFERENCE: Wednesday, June 14, 2016, at 2:00 PM. LOCATION FOR PREBID CONFERENCE: Dickenson County School Board Office 309 Volunteer Avenue Clintwood, VA RECEIPT DATE: OPENING DATE: June 30, 2016, no later than 2:00 p.m. local time. June 30, 2016 at 2:00 p.m. local time BIDS SHALL BE DELIVERED TO: Dickson County School Board 309 Volunteer Avenue P.O. Box 1127 Clintwood, VA For overnight deliveries, please send to the post office box noted above. PROJECT CONTACT: For all questions related to the bidding process, please contact: Curtis Elswick, Owner s Representative (540) curtis.elswick@skanska.com To coordinate site visits during the bidding period, please contact: Burl Mooney Office: (276) Cell: (276) QUESTIONS: Questions must be submitted in writing to Curtis Elswick by June 21, 2016 at 5:00 p.m. An electronic message may be submitted to curtis.elswick@skanska.com. If necessary, an addendum will be issued and posted on eva at It is the responsibility of the bidder to download any addenda.

2 TABLE OF CONTENTS Invitation to Bid Instructions to Bidders (AIA Document A ) Bid Bond (AIA Document A ) Contractor s Qualification Statement (AIA Document A ) attached by reference Contract Change Order Form (AIA Document G ) attached by reference Application and Certificate for Payment (AIA Document G ) attached by reference Contractor s Affidavit of Debts and Claims (AIA Document G ) attached by reference Contractor s Affidavit of Release of Liens (AIA Document G706A 1994) attached by reference Certificate of Substantial Completion (AIA Document G ) attached by reference Consent of Surety of Final Payment (AIA Document G ) attached by reference Specifications Bid Form Standard Form of Agreement Between Owner and Contractor (AIA Document A ) General Conditions of the Contract for Construction (AIA Document A ) Performance and Payment Bonds (AIA Document A ) Exhibit A Ervinton High School photographs and notes Exhibit B Clinchco Elementary School photographs and notes Exhibit C Six Outbuildings and Pedestrian Bridge adjacent to Haysi High School photographs and notes Exhibit D HAZMAT survey reports (for information purposes only): 1. Map identifying locations for surveys for asbestos containing materials. 2. Survey for Asbestos Containing Materials, 214 Sandlick Rd., Haysi, Virginia Agricultural Building at Haysi High School dated March 7, Survey for Asbestos Containing Materials, 232 Sandlick Rd., Haysi, Virginia Double Wide Behind Home Ed House at Haysi High School dated March 7, Survey for Asbestos Containing Materials, 238 Sandlick Rd., Haysi, Virginia Home Ed House at Haysi High School and Pump Building dated March 7, 2016 (Updated April 1, 2016). 5. Laboratory Results for Asbestos Containing Materials, 250 Sandlick Rd., Haysi, Virginia reported dated March 7, Survey for Asbestos Containing Materials, 123 Rebel Drive, Nora, Virginia Ervinton High School dated March 7, Survey for Asbestos Containing Materials, 153 Rebel Drive, Nora, Virginia Vocational- Agricultural Building at Ervinton High School dated July 7, 2015 (Updated March 9, 2016).

3 INVITATION TO BID Date: May 27, 2016 Sealed bids are invited for the Demolition of existing Ervinton High School, Clinchco Elementary School, and Six Outbuildings and Pedestrian Bridge adjacent to Haysi High School in Dickenson County, Virginia. Scope includes certain above ground structures associated with the mentioned facilities. All bids must be submitted in a sealed envelope or package clearly marked BID for Demolition of existing Ervinton High School, Clinchco Elementary School, and Six Outbuildings and Pedestrian Bridge adjacent to Haysi High School in Dickenson County, Virginia. All bids shall be received in the School Board Office, on or before 2:00 p.m., June 30, 2016 and delivered to the address below. For overnight deliveries, please send to the post office box noted below: Dickenson County School Board Office 309 Volunteer Avenue P.O. Box 1127 Clintwood, VA Bids shall be publicly opened and read aloud at the above stated date, time and location. Any bid received after the time designated above will be returned unopened. A mandatory Pre-Bid Conference will be held on June 14, 2016 at 2:00 p.m. at the Dickenson County School Board Office. Must be licensed as a Class A contractor in the State of Virginia. A bid bond in the amount of 5% is required. Procedures for submitting a bid, claiming an error, withdrawal of bids, and other pertinent information are contained in the contract documents. The procedure for withdrawal of bids shall be in accordance with the Instructions to Bidders and Section , Code of Virginia. Bidders shall be required to comply with the provisions of Section , Code of Virginia, in regard to nondiscrimination in employment. The owner reserves the right to reject any or all bids. The Invitation for Bids for the above project, including the specifications and other information necessary for bidding, may be obtained online at no charge by visiting eva at: END OF INVITATION TO BID

4 SPECIFICATIONS A. The Contractor shall furnish all labor, materials, and equipment necessary to demolish: Base Bid: 1) Ervinton High School: All above-ground structures identified in Exhibit A including existing high school facilities and adjacent outbuildings including vocational-agricultural building, storage building, bus garage and janitor s house, above ground fuel tanks, metal railing around buildings and scoreboard, signage, outbuildings, goal posts, goals, site lights, and fencing at football field located at 123 Rebel Dr., Nora, VA. Does not include railing along bridge or Route 652. Asphalt, curb and sidewalks to remain. 2) Clinchco Elementary School: All above-ground structures identified in Exhibit B to include playground, picnic shelter, gates, site lighting, three outbuildings, red bollards and concrete pad located at 220 Cardinal Street, Clinchco, VA. Does not include sewage pump station or Dickenson County Career Center and facilities located adjacent to Dickenson County Career Center. Asphalt, curb and sidewalks to remain. 3) Six Outbuildings and Pedestrian Bridge adjacent to Haysi High School: All above-ground structures identified in Exhibit C including handrails located across from Haysi High School, 196 Tiger Circle, Haysi, VA. Does not include concrete steps between Haysi High School and pedestrian bridge or Rescue Squad building. Asphalt, curb, and sidewalks to remain. This includes the complete removal of all building and demolition materials from the sites and the restoration of the sites by rough grading and permanent seeding of all sites within 150 calendar days of Notice to Proceed. All materials removed from the site must be taken to a qualified landfill except inert debris which can be ground up and left on site such as concrete and brick material. The contractor must take precautions to minimize dust debris and keep roads clean. B. All labor equipment necessary to demolish the structures and properly grade the lot, per the following specifications: 1. Contractor shall provide all material, labor, fabrication, scaffolding, equipment, machinery, tools, transportation, supervision and installation necessary to achieve a turn-key scope in accordance with these Specifications. 2. Permits for all demolition work will be acquired by the Contractor from the local building official. Contractor to include all costs to obtain all town, county, and state licenses necessary to perform the Work; 3. Contractor shall include all Virginia Sales and Use taxes; 4. Contractor shall provide performance and payment bonds on AIA Document A ;

5 5. Contractor will receive, unload, hoist, and protect, etc. the work of this scope of work. Hoisting of materials to required levels is by this Contractor for the work of this contract. Any scaffolding required for this scope of work is by this Contractor; 6. Contractor shall be responsible for damage to existing adjacent properties including, but not limited to, pavements, sidewalks and buildings caused by their employees vehicles or delivery of materials. Repairs of damaged paving, parking blocks, landscaping, or any other items shall be paid for by the responsible Contractor. Any complaints for damage to properties shall be resolved within ten (10) calendar days; 7. Contractor will have their project manager or general superintendent attend all progress meeting to properly discuss and plan upcoming Work; 8. Contractor shall comply with all requirements of local, State and Federal authorities regarding loading of trucks, covering of transported material and cleaning of adjacent public ways. No offsite debris will be allowed to be brought onto the site during the execution of the work; 9. Contractor shall survey and evaluate all areas to be demolished prior to demolition and confirms the scope and limits of work are in accordance with the contract documents and/or the pre-bid walk through; 10. Contractor should engage a licensed engineer as may be needed to ascertain means and methods for removal. Owner will not be held liable for contractor s techniques, methods or equipment used to complete the Work; 11. Provide all temporary protection as needed to cover the Work; 12. Salvageable materials are not an item. Dispose of all scheduled items in a legal manner off site; 13. Contractor will have the responsibility for damage to streets, adjacent premises and utilities; 14. Contractor shall include, pest control (extermination) and provide barricades, wash rack, street cleaning and dust control as required during the performance of the work; 15. Contractor shall include any and all temporary utilities to include but not limited to; power, electrical and safety protection; 16. Any and all material price escalation must be accounted for in the agreed price;

6 17. Temporary bracing and shoring of all walls and slabs as necessary in accordance with OSHA and ANSI standards; 18. Contractor must coordinate with Authority Having Jurisdiction and any independent testing lab for all State and Third Party Inspections directly related to Work as outlined in this Contract; 19. Contractor shall provide fire extinguishers; power cords including GFCI s; security and lock-up of stored materials; protection of work; removal and replacement of temporary handrails, barricades, fences, and erosion control; safety tools and equipment including all required personal protective equipment; flagmen and traffic control for delivery of materials and execution of the work; and trench boxes and confined space equipment; 20. Contractor to coordinate and seek approval from Owner for Contractor parking, storage, and laydown needs; 21. The Contractor shall obtain all necessary approvals for disconnect and capping of utilities (gas, electric, water, sewer-septic) and have documentation signed by a representative of each respective utility company to indicate verification of subject disconnection and forward signed certificate to the local building official and Owner; 22. The Contractor shall be responsible for the disconnection of all utilities (gas, electric, water and sewer-septic) prior to the demolition of the structure; 23. The Contractor shall be responsible for capping of existing sewer lines after demolition and call for an inspection of same; 24. All work shall be in accordance with local codes and ordinances; 25. Hazardous materials are expected to be found in the buildings. See HAZMAT survey reports included in Exhibit E. If any suspect materials are encountered during the performance of the work that are not identified in the reports included in Exhibit E, notify the Owner immediately, but no later than 24 hours from the time of the encounter. All hazardous materials must be removed and disposed of in accordance with all applicable local, state and federal regulations. These materials may include but not be limited to: lead paint, asbestos, mercury, PVBS, CFCS, pesticide, or other hazardous materials. The contractor must follow proper procedures in the handling and disposal of hazardous materials and wastes. Copies of the HAZMAT surveys are included within the Contract Documents for informational purposes only. 26. Contractor shall inform Building Official of his designated debris disposal sites. Debris must be disposed of in accordance with 9VAC C.7 and VAC D-11. Construction debris meeting the requirements of these Code sections may be disposed of locally. Remaining debris must be salvaged or disposed of in an approved landfill. Contractor understands that concrete and concrete products with a minimum of painted surface and no protruding reinforcement bars is considered suitable for local disposal.

7 27. The cleared lot shall be inspected by the Building Official and Owner for proper clearance rough grading and seeding prior to payment; 28. Demolition equipment used by the contractor shall not be left on vacant lot more than 24 hours after completion of demolition activities. NOTE: The Owner is not responsible for equipment left unattended on the lot. 29. The Contractor must provide a phone number where he can be reached in case of an emergency; and 30. The Contractor must advise the Building Official when he will commence demolition activities. C. MANDATORY PRE-BID CONFERENCE AND SITE VISIT 1. The Mandatory Pre-Bid Conference and Site Visit will take place on June 14, 2016, at 2:00 p.m. at the Dickenson County School Board Office, 309 Volunteer Avenue, Clintwood, VA The purpose of the Pre-Bid Conference and Site Visit is for contractors to become familiar with the site, the surroundings, materials remaining within the buildings and to address all contractor questions regarding the facilities, the services, and the bid process. 3. Answers to questions during the Pre-Bid Conference and Site Visit will not be considered official unless included within a follow up addendum. Contractors are encouraged to submit all questions in writing. All written questions will be answered and published, added to the bid documents by way of addendum. 4. All Pre-Bid Questions must be submitted in writing and ed to curtis.elswick@skanska.com no later than 5:00 p.m. on June 21, 2016.

8 BID FORM Project Identification: DEMOLITION AND REMOVAL OF DEBRIS: ERVINTON HIGH SCHOOL, CLINCHCO ELEMENTARY SCHOOL, AND HAYSI HIGH SCHOOL SUPPORT BUILDINGS AND PEDESTRIAN BRIDGE General Project Scope: Demolition of existing Ervinton High School, Clinchco Elementary School, and Six Outbuildings and Pedestrian Bridge adjacent to Haysi High School in Dickenson County, Virginia. Scope includes certain above ground structures associated with the mentioned facilities. Article 1 - Bid Recipient 1.01 This Bid is submitted to: Dickenson County School Board 309 Volunteer Avenue P.O. Box 1127 Clintwood, VA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into a Contract with Owner in the form included in the Bidding Documents to perform all work as specified or indicated in the Bidding Documents for the prices and within the times indicated in the Bid and in accordance with the other terms and conditions of the Bidding Documents. Article 2 - Bidder's Acknowledgements 2.01 Bidder accepts all of the terms and conditions of the Advertisement for Bids and Instructions to Bidders, including and without limitations those dealing with the dispositions of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that the Bidder may agree to in writing upon request of Owner. Bidder will sign and deliver the required number of counterparts of the Contract with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the Owner's Notice of Award Contractor shall be responsible for furnishing all items, described or implied, and required for proper completion of the work. Contractor shall also be responsible for directing and coordinating the various parts of the work so that no part shall be left in an unfinished or incomplete condition. Article 3 - Bidder's Representations 3.01 In submitting this Bid, Bidder represents that:

9 in the Bidding Documents and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Federal, State, and local laws and regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all reports of a hazardous environmental condition, if any, identified in the Bidding Documents. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and underground facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to the means, methods, techniques, sequences, and procedures of construction to be employed by the Bidder, including application of the specific means, methods, techniques, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by Owner and others, if any, at the sites that relate to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Owner is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted.

10 K. Bidder will submit written evidence of its authority to do business in the State of Virginia not later that the date of its execution of the Contract. Article 4 - Further Representations 4.01 Bidder further represents that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bid; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Article 5 Bid Amount BASE BID: COMPLETE ALL ITEMS FOR DEMOLITION AND REMOVAL OF DEBRIS ERVINTON HIGH SCHOOL, CLINCHCO ELEMENTARY SCHOOL, AND HAYSI HIGH SCHOOL SUPPORT BUILDINGS AND PEDESTRIAN BRIDGE. LUMP SUM PRICE: DOLLARS ($ ). Bids shall be LUMP SUM and shall include ALL WORK necessary to complete the project to the full intent of the Contract Documents. In the event of additions or deductions to the work required by the Contract Documents, the Contractor will be paid extra or shall credit the Owner, as the case may be, on the basis of the unit prices quoted herein. Prices shall include all overhead, profit, labor, materials, equipment and incidental work and shall be the sum total compensation payable or creditable for such items of work in place. Any and all unit prices established for the project shall be good for the duration of the contract. Article 6 - Time of Completion 6.01 Bidder agrees that the Base Bid Work will be substantially complete within 150 calendar days and final completion within 30 calendar days of the date that the Owner issues a Notice to Proceed Bidder accepts the provisions of the Contract as to actual damages in the event of failure to complete the Work with the Contract Times.

11 Article 7 - Attachments to this Bid The following documents are attached to and made a condition of the Bid: Article 8 - Defined Terms A. Required Bid security in the form of a Bid Bond (AIA Document A ) or Certified Check in the amount of 5% of the bid amount B. Contractor s Qualification Statement (AIA Document A ) 8.01 The terms used in this Bid which are defined in Section 1 of the General Conditions will have the meanings assigned to them in the General Conditions. Article 9 - Bid Submittal 9.01 This Bid is submitted by: An Individual Name (typed or printed): By: (Individual s signature) SEAL, If required By State Doing business as: A Partnership Partnership Name: By: (Signature of general partner attach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name: State of Incorporation: Type (General Business, Profession, Service, Limited Liability): By: (Signature attach evidence of authority to sign) Name (typed or printed): Title: CORPORATE SEAL, If required By State

12 Attest (Signature of Corporate Secretary) Date of Qualification to do business in [State where Project is located] is / / A Joint Venture Name of Joint Venture: First Joint Venture Name: SEAL, If required By State By: (Signature of joint venture partner attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venture Name: (Signature of Corporate Secretary) SEAL, If required By State By: (Signature of joint venture partner attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venture must sign. The manner of signing for each individual, partnership, and corporation that is party to the venture should be in the manner indicated above.) Bidder s Business address: Business Phone No. ( ) Business FAX No. ( ) Business Address State Contractor License No.. (If applicable) Employer s Tax ID No. Phone and FAX Numbers, and Address for receipt of official communications, if different from Business contact information:

13 9.02 Bid submitted on, 20.

14 Performance Bond AIA Document A312 TM 2010 CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT Date: «December 17, 2007» Amount: $ Description: (Name and location) «x» SURETY: (Name, legal status and principal place of business) BOND Date: (Not earlier than Construction Contract Date) Amount: $ Modifications to this Bond: None See Section 16 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Name and Title: Title: (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY Name, address and telephone) AGENT or BROKER: OWNER S REPRESENTATIVE: (Architect, Engineer or other party:) ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:37:06 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 1

15 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. 3 If there is no Owner Default under the Construction Contract, the Surety s obligation under this Bond shall arise after.1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor s performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner s notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety s receipt of the Owner s notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner s right, if any, subsequently to declare a Contractor Default;.2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and.3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety s obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety s expense take one of the following actions: 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner s concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances:.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:37:06 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 2

16 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract;.2 additional legal, design professional and delay costs resulting from the Contractor s Default, and resulting from the actions or failure to act of the Surety under Section 5; and.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety s liability is limited to the amount of this Bond. 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 14 Definitions 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:37:06 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 3

17 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AIA Document A Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:37:06 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 4

18 AIA Document A312 TM 2010 Payment Bond CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT Date: «December 17, 2007» Amount: $ Description: (Name and location) «x» SURETY: (Name, legal status and principal place of business) BOND Date: (Not earlier than Construction Contract Date) Amount: $ Modifications to this Bond: None See Section 18 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Name and Title: Title: (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY Name, address and telephone) AGENT or BROKER: OWNER S REPRESENTATIVE: (Architect, Engineer or other party:) ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:36:30 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 1

19 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. 3 If there is no Owner Default under the Construction Contract, the Surety s obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner s property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety s expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. 5 The Surety s obligations to a Claimant under this Bond shall arise after the following: 5.1 Claimants, who do not have a direct contract with the Contractor,.1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and.2 have sent a Claim to the Surety (at the address described in Section 13). 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). 6 If a notice of non-payment required by Section is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant s obligation to furnish a written notice of non-payment under Section When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety s expense take the following actions: 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 7.2 Pay or arrange for payment of any undisputed amounts. 7.3 The Surety s failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney s fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 8 The Surety s total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney s fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner s priority to use the funds for the completion of the work. AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:36:30 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 2

20 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. 16 Definitions 16.1 Claim. A written statement by the Claimant including at a minimum:.1 the name of the Claimant;.2 the name of the person for whom the labor was done, or materials or equipment furnished;.3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract;.4 a brief description of the labor, materials or equipment furnished;.5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract;.6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim;.7 the total amount of previous payments received by the Claimant; and.8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic s lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms labor, materials or equipment that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor s subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:36:30 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 3

21 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AIA Document A Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:36:30 on 04/21/2016 under Order No _1 which expires on 02/02/2017, and is not for resale. User Notes: ( ) 4

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). Deletions by Engineer

More information

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner. ADDENDUM No. 1 Project: Carpet Replacement South Ripley Elementary Versailles, Indiana Project No: 1839.01 Date: October 12, 2018 This addendum is a part of the bid documents. Acknowledge receipt on the

More information

00400 BID FORMS AND SUPPLEMENTS

00400 BID FORMS AND SUPPLEMENTS 00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C.

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C. SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE

More information

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C. PAYMENT BOND FOR DESIGN-BUILD PROJECTS Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT By

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

BID FORM FOR CONSTRUCTION CONTRACTS

BID FORM FOR CONSTRUCTION CONTRACTS This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the

More information

CITY OF RICHMOND PERFORMANCE BOND

CITY OF RICHMOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices

More information

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C. PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT

More information

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM SECTION 00 41 00.02 To: The San Jacinto River Authority 1577 Dam Site Road G & A Building, 3 rd Floor Receptionist Conroe, Texas 77304 Project: 12-Inch Water Line Replacement Across Panther Branch at Grogan

More information

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I1440039 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages BIDDING & CONTRACT DOCUMENTS INVITATION TO BID 2 pages BID PROPOSAL & BID FORM 2 pages BIDDERS INFORMATION.. 3 pages AGREEMENT 4 pages SPECIFICATION 1 page LABOR & MATERIALS 4 pages PERFORMANCE BOND 4

More information

DOCUMENT INSTRUCTIONS TO BIDDERS

DOCUMENT INSTRUCTIONS TO BIDDERS DOCUMENT 00 21 13 Bidders shall follow the instructions in this document, and shall submit all documents, forms, and information required for consideration of a Bid. Oakland Unified School District ( District

More information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A0 TM 207 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the Twenty-First day of February in the year 208 (In words,

More information

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508) WEST BOYLSTON MUNICIPAL LIGHTING PLANT SECTION E AGREEMENT OPTION B THIS AGREEMENT, made this day of, 2015, by and between the party of the first part, the West Boylston Municipal Light Plant, hereinafter

More information

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510) Newark Unified School District 5715 Musick Ave., Newark, California 94560 Telephone (510) 818-4115; FAX (510) 797-6913 Dave Marken, Superintendent of Schools Elaine Neilsen, Chief Business Official November

More information

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) SUMMARY PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Time of Completion

More information

Part VIII Material and Construction Specifications

Part VIII Material and Construction Specifications TABLE OF CONTENTS Part I Notice to Bidders Part II Special Instructions to Bidders Part III Bid Proposal & Bid Bond Part IV Agreement & Bonds Part V General Conditions (ASCE) Part VI Special Conditions

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621 PUBLIC WORKS DEPARTMENT BID FORMS FOR POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE August 18, 2015 GENERAL SPECIFICATIONS 1. SPECIFICATIONS The specifications are described as including and incorporating

More information

CONTRACT AND BOND FORMS FOR

CONTRACT AND BOND FORMS FOR CONTRACT AND BOND FORMS FOR RPL-5948(064) & RPSTPLE-5948(077) On Sunland Drive from the intersection with U.S. 395 north approximately 3.8 miles to the intersection with West Line Street (U.S. 168) APRIL

More information

P. Concrete Slurry Backfill Removal

P. Concrete Slurry Backfill Removal ADDENDUM NO. 1 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION 00900 - PAGE 2 c. Concrete Slurry Backfill Removal shall be field measured by the Contractor in the presence of the Engineer or on-site

More information

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C. PROPOSAL BOND FOR DESIGN-BUILD PROJECTS Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT By

More information

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621 PUBLIC WORKS DEPARTMENT BID FORMS FOR POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Table of Contents SE-310, Invitation for Construction Services... 1

Table of Contents SE-310, Invitation for Construction Services... 1 TABLE OF CONTENTS PROJECT NAME: SCC Sustainable Agriculture Building PROJECT NUMBER: SCC2018-01 SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction Services... 1 AIA A701-1997

More information

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING City of Des Peres Department of Public Works 12325 Manchester Road Des Peres, MO 63131 February 2016 INVITATION FOR BIDS Sealed bids for the Street

More information

Coastal Carolina University Ingle Residence Hall Renovations

Coastal Carolina University Ingle Residence Hall Renovations Project Manual Coastal Carolina University Ingle Residence Hall Renovations OSE Project No. H17-9613-FW Construction Documents October 25, 2018 1009 Anna Knapp Blvd. Suite #202 Mount Pleasant, SC 29464

More information

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. 143-128.1C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. Any contract entered into between a private developer and a contractor

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA THIS ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT ( AGREEMENT ) is made and entered into for the above-stated

More information

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

SECTION AGREEMENT

SECTION AGREEMENT SECTION 00500 - TABLE OF CONTENTS Section Pages Work... 00500-1 Engineer... 00500-1 Contract Times... 00500-1 Contract Price... 00500-2 Payment Procedures... 00500-2 Interest... 00500-3 Contractor's Representations...

More information

PROSECUTION AND PROGRESS

PROSECUTION AND PROGRESS PROSECUTION AND PROGRESS 1.01 SUBLETTING OR ASSIGNMENT OF CONTRACT A. Work by Contractor: 1. The Contractor shall perform, with its own organization and forces, work amounting to no less than 30% of the

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

More information

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of CITY OF NORTH LAS VEGAS BID PROPOSAL Bid No.1343 Labor Commission Bid No. PWP-CL-2009-337 Bid of, doing business as:, (hereinafter called Bidder)* a *, organized and existing under the laws of the State

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) CITY OF PLACERVILLE PAVEMENT REHABILITATION PROJECT PROJECT NO. xxxx THIS AGREEMENT ( Agreement ) approved by the City Council this 26th day of June, in the year

More information

ARTICLE 905 Street Excavations. EDITOR S NOTE: Resolution , passed February 3, 2009, established street excavation fees.

ARTICLE 905 Street Excavations. EDITOR S NOTE: Resolution , passed February 3, 2009, established street excavation fees. ARTICLE 905 Street Excavations EDITOR S NOTE: Resolution 13-2009, passed February 3, 2009, established street excavation fees. (View Fees) 905.01 Definitions. 905.02 Permit required and emergency openings.

More information

Instructions to Bidders Page 1 of 8

Instructions to Bidders Page 1 of 8 Page 1 of 8 1. BIDDING DEFINITIONS Addendum: Written or graphic instruments issued prior to the opening of Proposals that make changes, additions, or deletions to the Bid Documents, or Contract Documents.

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2017 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD PARTIES: PUBLIC UTILITY DISTRICT No. 1 of SKAMANIA COUNTY, WASHINGTON, a Washington municipal corporation, hereinafter called PUD, and [Name] a [State

More information

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: ) SUBDIVISION IMPROVEMENT AGREEMENT Tract Map No.: (Date of Subdivision Map Recordation: ) THIS AGREEMENT is between the City of Fontana, a municipal corporation, County of San Bernardino, State of California

More information

EXTENDED VACATION OCCUPANCY AGREEMENT (For Recreational Vehicle Space)

EXTENDED VACATION OCCUPANCY AGREEMENT (For Recreational Vehicle Space) EXTENDED VACATION OCCUPANCY AGREEMENT (For Recreational Vehicle Space) Occupancy Agreement made this day of, 20, between ( Company ) and the member or members signing below (collectively, Members ). The

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018 SPECIFICATIONS FOR Autoclave/Sterilizer Lake Land College District Number 517 Mattoon, Illinois 61938 PROJECT NO. 2018-008 Bid Date; May 22, 2018 SECTION 000101 TABLE OF CONTENTS SECTION DESCRIPTION 001113

More information

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM Yurok Tribe Planning and Community Development Klamath, California Yurok Justice Center Bid Documents THE PROJECT AND THE PARTIES 1.1 TO: A. Owner: Yurok Indian Tribe EXHIBIT B: BID FORM 1.2 SUBMITTED

More information

Chapter 132 STREETS AND SIDEWALKS. ARTICLE I Street Openings and Excavations

Chapter 132 STREETS AND SIDEWALKS. ARTICLE I Street Openings and Excavations Chapter 132 STREETS AND SIDEWALKS ARTICLE I Street Openings and Excavations 132-1. Definitions. 132-2. Permits required. 132-3. Permits not transferable. 132-4. Application for permit; fee. 132-5. Conditions

More information

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025 PUBLIC WORKS DEPARTMENT BID FORMS FOR DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

BID: Escanaba WWTP Digester Roof Restoration

BID: Escanaba WWTP Digester Roof Restoration BID: Escanaba WWTP Digester Roof Restoration - 2018 TO BIDDERS: 1/6/2018 RFP OPENING: 1/30/2018 @ 2 pm EST ADVERTISED: 1/6/2018 INVITATIONS TO BID SENT TO: SEVEN (7) Independent Roofing & Siding 700 Stephenson

More information

EXHIBIT CONSTRUCTION CONTRACT BOND

EXHIBIT CONSTRUCTION CONTRACT BOND Bond Number: Bond Number: EXHIBIT CONSTRUCTION CONTRACT BOND This Agreement made the day of, 20, between, a corporation organized and existing under the laws of the State of Florida, with its principal

More information

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School THIS AGREEMENT made this day of, 2013 between the Milford School District, a New Hampshire school district having a usual place of business

More information

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012 CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT BID DOCUMENTS MARCH 2012 CITY OF FREEPORT 524 W. STEPHENSON STREET FREEPORT, IL 61032 BID SUBMITTAL 10:00 AM, FRIDAY, MARCH 23, 2012

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

INVITATION TO BID for HOTMIX SURFACE TREATMENT

INVITATION TO BID for HOTMIX SURFACE TREATMENT SALEM CITY PUBLIC WORKS DEPARTMENT 30 West 100 South Salem, Utah 84653 (801) 423-2770 INVITATION TO BID for HOTMIX SURFACE TREATMENT CLOSING DATE FOR RECEIPT OF BIDS: Wednesday, April 25, 2018 TIME: PLACE:

More information

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO. CONTRACT DOCUMENTS & SPECIFICATIONS for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE in CITY OF FORT MORGAN, COLORADO June 30, 2010 Doug Linton Light and Power Superintendent LIGHT AND POWER DEPARTMENT

More information

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m. NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the DISTRICT of San Bernardino County, California, acting by and through its Governing Board, will receive sealed bids for the award of a contract for:

More information

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR (Subdivision Name or CSM No.) (Include Phase If Applicable) TOWN OF WESTPORT, DANE COUNTY, WISCONSIN THIS

More information

ARLINGTON COUNTY CODE. Chapter 51 HOME IMPROVEMENT

ARLINGTON COUNTY CODE. Chapter 51 HOME IMPROVEMENT Chapter 51 51-1. Short Title. 51-2. Definitions. 51-3. Licenses. 51-4. Bond Requirement. 51-5. Penalties. 51-6. Salesmen. 51-7. Contract Requirements. 51-8. Miscellaneous Provisions. 51-1. Short Title.

More information

SECTION A - INSTRUCTIONS

SECTION A - INSTRUCTIONS SECTION A - INSTRUCTIONS 1. INTRODUCTION The Long Beach Unified School District (District) is seeking sealed bids from qualified vendors (Bidder), to provide classroom medical/science equipment. The intent

More information

AIA Document A101 TM 1997

AIA Document A101 TM 1997 AIA Document A101 TM 1997 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM AGREEMENT made as of the day of in the year of (In words, indicate day,

More information

CITY OF THOUSAND OAKS PUBLIC WORKS DEPARTMENT SPECIFICATIONS / ADDITIONAL CONDITIONS FOR ENCROACHMENT PERMITS. Encroachment Permit # Project #

CITY OF THOUSAND OAKS PUBLIC WORKS DEPARTMENT SPECIFICATIONS / ADDITIONAL CONDITIONS FOR ENCROACHMENT PERMITS. Encroachment Permit # Project # CITY OF THOUSAND OAKS PUBLIC WORKS DEPARTMENT SPECIFICATIONS / ADDITIONAL CONDITIONS FOR ENCROACHMENT PERMITS Encroachment Permit # Project # Applicant/Applicant Signature City Inspector City Drawing #

More information

VILLAGE OF ALERT BAY

VILLAGE OF ALERT BAY TENDER NO. 2018-01 2018 Sanitary Sewer Upgrade Master Municipal Construction Documents - 2009 Lump Sum Contract Canadian Construction Documents Committee 2 February 2018 CONTENTS The complete Contract

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: September 28, 2018 Bid Number: 19-20, 19-21 and 19-22 The City of Sikeston is soliciting bids for the demolition and disposal of 315

More information

Lansing Municipal Airport 3250 Bob Malkas Dr., Lansing, Illinois (708) phone (708) fax

Lansing Municipal Airport 3250 Bob Malkas Dr., Lansing, Illinois (708) phone (708) fax Lansing Municipal Airport 3250 Bob Malkas Dr., Lansing, Illinois 60438 (708) 418-5888 phone (708) 418-3862 fax NON COMMERCIAL USE ANNUAL HANGAR STALL LICENSE THIS LICENSE AGREEMENT is by and between the

More information

CITY OF SACRAMENTO BUILDING MOVE ORDINANCE REVISIONS

CITY OF SACRAMENTO BUILDING MOVE ORDINANCE REVISIONS CITY OF SACRAMENTO DEPARTMENT OF PLANNING AND DEVELOPMENT 1231 "I" Street Sacramento, Ca. 95814 December 9, 1985 Administration Room 300 449-5571 Building Inspections Room 200 449-5716 Planning Room 200

More information

CITY OF ENID RIGHT-OF-WAY AGREEMENT

CITY OF ENID RIGHT-OF-WAY AGREEMENT CITY OF ENID RIGHT-OF-WAY AGREEMENT This Right-of-Way Agreement ( Agreement ) is entered into by and between the City of Enid, an Oklahoma Municipal Corporation, hereinafter referred to as City, and hereinafter

More information

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds. Invitation to Bid Bridge #101 over Snake Creek New Bridge Construction Mayes County, Oklahoma NBI No. 07190, County Bid No. BR101SNAKE PROJECT DESCRIPTION: Mayes County will be accepting lump sum bids

More information

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF CONTRACT BETWEEN THE CITY OF JACKSONVILLE AND REPUBLIC SERVICES OF FLORIDA, LIMITED PARTNERSHIP d/b/a SOUTHLAND RECYCLING SERVICES FOR RECEIPT, PROCESSING AND SALE OF RESIDENTIAL RECYCLING MATERIALS THIS

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act No. (the Bond ) Bond Amount $ (name of the contractor*) as a principal, hereinafter [collectively] called the Contractor, and, THE

More information

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST. (ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell

More information

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS SEALED PROPOSALS for Proposed Sidewalk construction at various locations throughout the Village of Allegany, NY will be received at the office of

More information

Guidelines for Submittals for Land Disturbance Permits

Guidelines for Submittals for Land Disturbance Permits Guidelines for Submittals for Land Disturbance Permits A Land Disturbance Permit (LDP) is a local permit required by the City of Shawnee for any land disturbance occurring in a given area. "Land Disturbance"

More information

ORDINANCE NO. 906 AN ORDINANCE AMENDING THE ATHENS MUNICIPAL CODE BY REVISING CHAPTER 2 OF TITLE 16 IN ITS ENTIRETY.

ORDINANCE NO. 906 AN ORDINANCE AMENDING THE ATHENS MUNICIPAL CODE BY REVISING CHAPTER 2 OF TITLE 16 IN ITS ENTIRETY. ORDINANCE NO. 906 AN ORDINANCE AMENDING THE ATHENS MUNICIPAL CODE BY REVISING CHAPTER 2 OF TITLE 16 IN ITS ENTIRETY. BE IT ORDAINED BY THE CITY OF ATHENS, TENNESSEE, AS FOLLOWS: Section 1. Chapter 2 of

More information

CONSTRUCTION LICENSE AGREEMENT

CONSTRUCTION LICENSE AGREEMENT CONSTRUCTION LICENSE AGREEMENT This Construction License Agreement (this 11 Agreement") is made and entered into as of, 2013 (the "Effective Date 11 ) by and between (a) the City of Los Angeles ("City''),

More information

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST All permits require: Completed Application Plan Set Traffic Control Plan Copy of GV contractor's license (when applicable) List of subcontractors with

More information

E&S PERFORMANCE BOND

E&S PERFORMANCE BOND E&S PERFORMANCE BOND BETWEEN _ (Surety) AND THE NEW KENT COUNTY, VIRGINIA BOARD OF SUPERVISORS DATE: TAX MAP NO. OR SUBDIVISION NAME: AMOUNT OF SECURITY: BOND NUMBER: Prepared 10/01/2012 NEW KENT COUNTY

More information

FILL DIRT PLACEMENT, GRADING AND COMPACTION AGREEMENT

FILL DIRT PLACEMENT, GRADING AND COMPACTION AGREEMENT FILL DIRT PLACEMENT, GRADING AND COMPACTION AGREEMENT This Agreement is made and entered into this 27 th day of June, 2017, by and between The City of Mesquite, Nevada, a Political Subdivision of the State

More information

AGREEMENT AND DECLARATION OF TRUST

AGREEMENT AND DECLARATION OF TRUST AGREEMENT AND DECLARATION OF TRUST THIS AGREEMENT AND DECLARATION OF TRUST Is made and entered into this day of, 20, by and between, as Grantors and Beneficiaries, (hereinafter referred to as the "Beneficiaries",

More information

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR Sandblasting & Painting of Fire Hydrants Sealed Proposals will be received by the City of Spring Hill, Tennessee, for FIRE HYDRANT SANDBLASTING,

More information

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of,, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

NORTH TEXAS MUNICIPAL WATER DISTRICT

NORTH TEXAS MUNICIPAL WATER DISTRICT NORTH TEXAS MUNICIPAL WATER DISTRICT Official Bid Supplemental Information for Annual Contract Purchase of Water and Wastewater Chemicals BIDS DUE BEFORE 2:00 P. M. 4/12/2017 INCLUDED: 1. General Conditions

More information

tuaia Document A312 TM

tuaia Document A312 TM tuaia Document A312 TM. - 2010 Payment Bond Bond No SU1040725 CONTRACTOR: (Name, legal status and address) CTA Construction Company, Inc, 1432 Main Street, Suite 204 Waltham, MA 02451 OWNER: atus and address)

More information

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018 CERTIFICATE OF DEVELOPMENT CONFORMANCE Per UDO Section 340-90, the submittal andd acceptance of a Certificate of Development Conformanc ce (CDC) shall be a prerequisitee to the approval of a Final Plat

More information

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT This agreement made as of the day of,. BETWEEN: AND The above parties, sometimes hereinafter referred to collectively as the Parties

More information

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No.

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No. PAYMENT AND INDEMNITY AGREEMENT No. THIS PAYMENT AND INDEMNITY AGREEMENT (as amended and supplemented, this Agreement ) is executed by each of the undersigned on behalf of each Principal (as defined below)

More information

Land Trust Agreement. Certification and Explanation. Schedule of Beneficial Interests

Land Trust Agreement. Certification and Explanation. Schedule of Beneficial Interests Certification and Explanation This TRUST AGREEMENT dated this day of and known as Trust Number is to certify that BankFinancial, National Association, not personally but solely as Trustee hereunder, is

More information