P. Concrete Slurry Backfill Removal

Size: px
Start display at page:

Download "P. Concrete Slurry Backfill Removal"

Transcription

1

2 ADDENDUM NO. 1 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 2 c. Concrete Slurry Backfill Removal shall be field measured by the Contractor in the presence of the Engineer or on-site project representative. 4. Section ADD the following to Section d. Payment under this item does not include removal of existing concrete surfaces paid for under other unit price items. P. Concrete Slurry Backfill Removal 1. The City of Molalla has encountered concrete slurry backfill in the Fenton Avenue area on past projects. The removal of the concrete slurry required the use of hydraulic hammering and/or saw cutting. Concrete Slurry Backfill Removal for this project shall be defined as requiring an excavator mounted jack hammering attachment for removal of concrete slurry. 2. Concrete Slurry Backfill Removal shall be field measured by the Contractor in the presence of the onsite project representative. 5. Section D.1.a CHANGE paragraph to read as follows: a. Resilient-seated gate valves, sized 2 inches through 12 inches, shall conform to AWWA Standard C-509 or C-515. The manufacturer s name, the model, and the year of manufacture are to be cast on each valve. 6. Section D.1.b.1 CHANGE paragraph to read as follows: 1. 2 Gate valves shall have threaded ends and conform to ANSI Class 125. Buried service valves shall open with a counterclockwise rotation of a 2-inch operating nut. Gate valve shall be Mueller A , or approved equal and be accompanied by a 2-inch x 6-inch long threaded brass nipple. Where connecting to new 1-1/2-inch service line the valve shall also be accompanied by 2-inch x 1-1/2-inch brass bushing, Mueller, H-15428N, or approved equal PEX inserts. 7. Section F.2.a CHANGE paragraph to read as follows: a. Corporation stops shall be Mueller Corp Stop B-25028N (3/4 or 1 ) or approved equal. 8. Section F.3.a CHANGE paragraph to read as follows: a. Angle meter stops shall be Mueller Angle Meter Stop B (3/4 or 1 ), or approved equal. Where 1 service line feeds 3/4"

3 ADDENDUM NO. 1 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 3 meters, Contractor shall provide meter coupling bushing on the inlet side of the meter or approved equal at no additional cost to the Owner. 9. Section F.3.b CHANGE paragraph to read as follows: b. Angle meter stops shall be Mueller Angle Meter Stop B-24276N (1-1/2 or 2 ), or approved equal. Where 2 service line feeds 1½" meters, Contractor shall provide meter coupling bushing on the inlet side of the meter or approved equal at no additional cost to the Owner. 10. Section D.1 CHANGE paragraph to read as follows: Contract Documents Project Drawings 1. New service laterals shall be installed from new water mains to the relocated meter locations. Service laterals shall be installed in open cut trenches as specified herein and shown on the details. Trench backfill shall be as specified in Section Drawing C2 (Sh. 4 of 7) REMOVE AND REPLACE with attached Drawing C2. END OF ADDENDUM 1

4 BID FORM FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 1 BID FORM PROJECT IDENTIFICATION: Phase I Project 7 Fenton Ave Sewer and Water Line Replacement City of Molalla CONTRACT IDENTIFICATION AND NUMBER: ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Molalla No The Dyer Partnership No Gerald Fisher, Public Works Director, City of Molalla, 117 N Molalla AVE, Molalla, OR The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement 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 this 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 Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 70 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner Successful Bidder will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within fifteen (15) days after the date of Owner s Notice to Award. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents as more fully set forth in the Agreement that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum, Date B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. EJCDC C-410, Bid Form for Construction Contracts. and American Society of Civil Engineers. All rights reserved. Page 1

5 BID FORM FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 2 C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder s safety precautions and programs. F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. K. Bidder will comply with the applicable provisions of ORS 279C.840 to ORS 279C.870, BOLI, and with the provisions in the Supplementary Conditions relating to the payment of prevailing wage rates. L. By initialing this space, the Bidder hereby certifies that he or she has not discriminated against minorities, women, or emerging small business enterprises in obtaining any required subcontracts. M. The Bidder hereby certifies that it is a resident Bidder as defined in ORS 279A.120, of the State of. N. Pursuant to ORS 279C.505(2) the Bidder hereby certifies that it has an employee drug testing program in place and if awarded a Contract will provide proof of such program when executed agreements are returned to Owner. EJCDC C-410, Bid Form for Construction Contracts. and American Society of Civil Engineers. All rights reserved. Page 2

6 BID FORM FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 3 ARTICLE 4 BIDDER S CERTIFICATION 4.01 Bidder certifies 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 collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Item No. Description Unit Estimated Quantity Bid Unit Price 1 Construction Facilities and Temp. Controls LS 1 $ $ 2 Miscellaneous Demolition and Site Preparation LS 1 $ $ 3 Foundation Stabilization CY 100 $ $ Bid Price 4 8" Sanitary Sewer Removal & Replacement (Class B Backfill) LF 491 $ $ 5 Sanitary Sewer Lateral Connection EA 12 $ $ 6 Sanitary Sewer Lateral Replacement LF 288 $ $ 7 Sanitary Sewer Cleanout EA 12 $ $ EJCDC C-410, Bid Form for Construction Contracts. and American Society of Civil Engineers. All rights reserved. Page 3

7 BID FORM FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 4 8 Sanitary Sewer Main Line Cleanout EA 1 $ $ 9 Water Line - 6" (Class B Backfill) LF 25 $ $ 10 Water Line - 8" (Class B Backfill) LF 692 $ $ 11 8" Tee EA 1 $ $ 12 8" X 6" Tee EA 1 $ $ 13 8" X 6" Reducer EA 1 $ $ 14 8" 11 1/4 Elbow EA 1 $ $ 15 8" 45 Elbow EA 6 $ $ 16 8" Gate Valve EA 3 $ $ 17 6" Gate Valve EA 1 $ $ Restrained Joint Water Line Transition Coupling - 6" EA 1 Restrained Joint Water Line Transition Coupling - 8" EA 2 $ $ $ $ 20 Fire Hydrant Relocation EA 1 $ $ 21 Service Connection - 1" EA 9 $ $ 22 Service Connection - 1 1/2" EA 1 $ $ 23 Service Line - 1" LF 225 $ $ 24 Service Line - 1 1/2"" LF 22 $ $ 25 Water Meter Assembly Relocation EA 10 $ $ 26 Remove and Replace Curb LF 30 $ $ 27 Remove and Replace Concrete Surface SF 180 $ $ 28 AC Pavement Removal and Replacement TONS 200 $ $ 29 Landscaping LS 1 $ $ 30 Concrete Slurry Backfill Removal CY 40 $ $ Total Base Bid $ EJCDC C-410, Bid Form for Construction Contracts. and American Society of Civil Engineers. All rights reserved. Page 4

8 BID FORM FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 5 BID IN WORDS Dollars ($ ) Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor s overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, and agrees to liquidated damages in the amount indicated in the Agreement. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Section Required Bid Security as stipulated in the Instructions to Bidders; B. Section First-Tier Subcontractor Disclosure Form (to be submitted in accordance with Article 12 of the Instructions to Bidders; C. Evidence of Authority to Sign Bid (To be submitted in accordance with Article 13 of the Instructions to Bidders); D. Evidence of authority to do business in the state or jurisdiction of the Project; or a written covenant to obtain such license within the time frame for acceptance of Bids; (To be submitted in accordance with Article 13 of the Instructions to Bidders); E. Section Bidder s Prequalification Form (Submitted prior to Bid or on file with Engineer); F. Section Non Collusion Affidavit; G. Section Responsibility Affidavit; ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 BID SUBMITTAL 9.01 The City of Molalla office is closed from 1 to 2 pm and 4 to 5 pm. If the Bidder is there at door opening at 2 pm the Bid will be considered on time. If the Bid is not there upon door opening the Bid will be considered late. In addition, the First-Tier Subcontractor Disclosure Form must be submitted before the door is locked at 4 pm to be accepted. EJCDC C-410, Bid Form for Construction Contracts. and American Society of Civil Engineers. All rights reserved. Page 5

9 BID FORM FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE Communications concerning this Bid shall be addressed to the Bidder indicated below Bidder is in compliance with the requirements of and is registered and bonded with the State of Oregon Construction Contractor s Board as follows: A. Registered Classification: B. Registration Number: C. Expiration Date: D. Employer s Tax ID Number: 9.04 Submitted on : 9.04 This Bid is submitted by: An Individual Name (typed or printed): By: (Individual s signature) A Partnership Doing business as: Partnership Name: By: (Signature of general partner -- attach evidence of authority to sign) A Corporation Name (typed or printed): Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest EJCDC C-410, Bid Form for Construction Contracts. and American Society of Civil Engineers. All rights reserved. Page 6

10 BID FORM FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 7 Date of Qualification to do business in Oregon is / /. A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business Address Phone No. Fax No. SUBMITTED on, 20. State Contractor License No.. END OF SECTION EJCDC C-410, Bid Form for Construction Contracts. and American Society of Civil Engineers. All rights reserved. Page 7

11 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 1 BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) THIS is by and between City of Molalla ( Owner ) and Owner and Contractor hereby agree as follows: ARTICLE 1 WORK ( Contractor ) Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: A. Basic Bid ARTICLE 2 THE PROJECT 1. Remove and Replace approximately 491 lineal feet of 8 sanitary sewer line including lateral connections, lateral piping, and cleanouts. 2. Install approximately 692 lineal feet of new 8 water line including new water service connections, water service lines, and relocated water meter assemblies. 3. Other work includes demolition work, traffic control, installation of various water line fittings and appurtenances, fire hydrant relocation, removal and replacement of ac pavement, and landscaping The Project, of which the Work under the Contract Documents is a part, is generally described as follows: ARTICLE 3 ENGINEER FENTON AVE SEWER AND WATER LINE REPLACEMENT NO THE DYER PARTNERSHIP PROJECT NO The Project has been designed by The Dyer Partnership, Engineers & Planners, Inc S Park St, Lebanon, Oregon The Owner has retained The Dyer Partnership, Engineers & Planners, Inc. ( Engineer ) to act as Owner s representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 1 of 10

12 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 2 ARTICLE 4 CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract Contract Times: Dates A. The Work must be substantially completed 60 calendar days after issuance of the Notice to Proceed and ready for final payment in accordance with Paragraph of the General Conditions Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial and other losses if the Work is not completed and Milestones not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ for each day that expires after the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.02.A above for Substantial Completion until the Work is substantially complete. 2. Completion of Remaining Work: After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time (as duly adjusted pursuant to the Contract) for completion and readiness for final payment, Contractor shall pay Owner $ for each day that expires after such time until the Work is completed and ready for final payment. 3. Liquidated damages for failing to timely attain Substantial Completion and final completion are not additive and will not be imposed concurrently. ARTICLE 5 CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amounts that follow, subject to adjustment under the Contract: A. For all Unit Price Work, an amount equal to the sum of the extended prices (established for each separately identified item of Unit Price Work by multiplying the unit price times the actual quantity of that item): EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 2 of 10

13 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 3 Item No. Description Unit Estimated Quantity Bid Unit Price 1 Construction Facilities and Temp. Controls LS 1 $ $ Bid Price 2 Miscellaneous Demolition and Site Preparation LS 1 $ $ 3 Foundation Stabilization CY 100 $ $ 4 8" Sanitary Sewer Removal & Replacement (Class B Backfill) LF 491 $ $ 5 Sanitary Sewer Lateral Connection EA 12 $ $ 6 Sanitary Sewer Lateral Replacement LF 288 $ $ 7 Sanitary Sewer Cleanout EA 12 $ $ 8 Sanitary Sewer Main Line Cleanout EA 1 $ $ 9 Water Line - 6" (Class B Backfill) LF 25 $ $ 10 Water Line - 8" (Class B Backfill) LF 692 $ $ 11 8" Tee EA 1 $ $ 12 8" X 6" Tee EA 1 $ $ 13 8" X 6" Reducer EA 1 $ $ 14 8" 11 1/4 Elbow EA 1 $ $ 15 8" 45 Elbow EA 6 $ $ 16 8" Gate Valve EA 3 $ $ 17 6" Gate Valve EA 1 $ $ Restrained Joint Water Line Transition Coupling - 6" EA 1 Restrained Joint Water Line Transition Coupling - 8" EA 2 $ $ $ $ 20 Fire Hydrant Relocation EA 1 $ $ 21 Service Connection - 1" EA 9 $ $ 22 Service Connection - 1 1/2" EA 1 $ $ EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 3 of 10

14 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 4 Item No. Description Unit Estimated Quantity Bid Unit Price 23 Service Line - 1" LF 225 $ $ Bid Price 24 Service Line - 1 1/2"" LF 22 $ $ 25 Water Meter Assembly Relocation EA 10 $ $ 26 Remove and Replace Curb LF 30 $ $ 27 Remove and Replace Concrete Surface SF 180 $ $ 28 AC Pavement Removal and Replacement TONS 200 $ $ 29 Landscaping LS 1 $ $ 30 Concrete Slurry Backfill Removal CY 40 $ $ Total Base Bid $ The extended prices for Unit Price Work set forth as of the Effective Date of the Contract are based on estimated quantities. As provided in Paragraph of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer. ARTICLE 6 PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor s Applications for Payment on or about the 25th day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract. a. 95 percent of Work completed (with the balance being retainage); and EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 4 of 10

15 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 5 b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). B. Upon Substantial Completion of the entire construction to be provided under the Contract Documents, Owner shall pay an amount sufficient to increase total payments to Contractor to 95 percent of the Work completed, less such amounts set off by Owner pursuant to Paragraph E of the General Conditions. C. Notwithstanding Section Article 6.02.A.1 progress payments will be made in an amount equal to the percentages indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine, or Owner may withhold, in accordance with Paragraph of the General Conditions until the Contractor files with Owner certified statements regarding payment of prevailing rates of wage per ORS 279C % of work completed (with the balance being retainage) and 2. 70% of cost of materials and equipment not incorporated in the work (with the balance being retainage). 3. Owner shall pay Contractor the amount in accordance with Section Article 6.02A.1 with 30 days after the Owner s receipt of certified statements regarding payment of prevailing rates of wages per ORS 279C.845. D. No payment will be made that would deplete the retainage, nor place in escrow any funds that are required for retainage, nor invest the retainage for the benefit of the Contractor Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph ARTICLE 7 INTEREST 7.01 All amounts not paid when due shall bear interest at the maximum legal rate as provided in ORS 279C.570(2). ARTICLE 8 CONTRACTOR S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Contract, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents, and any data and reference items identified in the Contract Documents. B. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, 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. Contractor is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 5 of 10

16 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 6 existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Site-related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor s safety precautions and programs. F. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. J. Contractor s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 9 CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages _1_ to _10_, inclusive). 2. Performance bond (pages _1_ to _3_, inclusive). 3. Payment bond (pages _1_ to _3_, inclusive). 4. Other bonds. a. (pages to, inclusive). 5. General Conditions, Section C-700 (pages _1_ to _65, inclusive). 6. Supplementary Conditions, Section C-800 (pages _1 to _27, inclusive). a. Permits (pages to, inclusive) 7. Specifications as listed in the table of contents of the Project Manual. EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 6 of 10

17 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 7 8. Drawings (not attached but incorporated by reference) consisting of 7 sheets with each sheet bearing the following general title: City of Molalla Phase I Project 7 Fenton AVE Sewer and Water Line Replacement. 9. Addenda (numbers to, inclusive). 10. Exhibits to this Agreement (enumerated as follows): a. Contractor s Bid (pages to, inclusive). 11. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. d. Field Orders. B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in the General Conditions. ARTICLE 10 MISCELLANEOUS Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents Successors and Assigns A. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 7 of 10

18 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 8 Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision Contractor s Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: Other Provisions 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. A. Owner stipulates that if the General Conditions that are made a part of this Contract are based on EJCDC C-700, Standard General Conditions for the Construction Contract, published by the Engineers Joint Contract Documents Committee, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording of such published document to the Contractor, through a process such as highlighting or track changes (redline/strikeout), or in the Supplementary Conditions. B. Tax Compliance. By its signature on this Contract, Contractor hereby certifies that it is not in violation of any Oregon tax law. For the purpose of this certification, "Oregon tax laws" includes, but may not be limited to, ORS Chapter 118, 119, 314, 316, 317, 318, 320, 321, and 323 and Sections 10 to 20, Chapter 533, Oregon Laws 1981, as amended by Chapter 16, Oregon Laws 1982 (first special session); the Homeowner's and Renters Property Tax Relief Program under ORS to ; and any local tax laws administered by the Oregon Department of Revenue under ORS C. Access to Records. For not less than three (3) years after the Contract Expiration Date, the Owner, the State of Oregon, the federal government, and their duly authorized representatives shall have access to the books, documents, papers, and records of the Contractor which are directly pertinent to this Contract for the purpose of making audit, examination, excerpts, and transcripts. If for any reason, this Contract, or any part thereof, becomes the subject of or is involved in litigation, Contractor shall retain all pertinent records for not less than three years or until all litigation is resolved, whichever is longer. Full access will be provided to the Owner in preparation for and during litigation. EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 8 of 10

19 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 9 D. Funds Available and Authorized. Owner reasonably believes at the time of entering into this Contract that sufficient funds are available and authorized for expenditure to finance costs of this Contract within the Owner's current appropriation or expenditure limitation. E. Indemnity. Contractor shall defend, save, and hold harmless the Owner, its officers, agents, engineers, attorneys and employees, from all losses, expenses (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals, and all court or arbitration or other dispute resolution costs) claims, suits, or actions of whatsoever nature, including intentional acts, resulting from or arising out of the activities of Contractor or its subcontractors, agents, or employees under this Contract. F. Compliance with Applicable Law. (1) Contractor certifies that it will comply with all federal, state, and local laws, ordinances, and regulations applicable to this Contract, including, but not limited to all applicable requirements of federal and state civil rights and rehabilitation statutes, rules, and regulations. (2) Without in any manner limiting the applicability of the foregoing, Contractor agrees, as a condition of entering into this contract, that the provisions of ORS 279C.345 as well as ORS 279C C.530, ORS Chapter 656, and ORS 279C.840 apply to Contractor's performance under this Contract. G. Prevailing Wage. The Contractor certifies, and it shall be a condition of the Contractor's bond as provided by ORS 279C.800 to 279C.840, that in performing this Contract the Contractor will pay and cause to be paid not less than the prevailing wages as of the date of the bid, per hour, per day, and per week, for each and every person who may be employed in the performance of this Contract. H. Waiver. The terms of this Contract shall not be waived, altered, modified, supplemented, or amended, in any manner whatsoever, except by written instrument. Such waiver, alteration, modification, supplementation, or amendment, if made, shall be effective only in the specific instance and for the specific purpose given, and shall be valid and binding only if it is signed by all parties to this Contract. The failure of the Owner to enforce any provision of this contract shall not constitute a waiver by the Owner of that or any other provision. I. Governing Law and Venue. This Contract shall be governed by and construed in accordance with the laws of the State of Oregon. Any litigation between the Owner and the Contractor arising out of or related to this Contract shall be brought and maintained solely and exclusively in the Circuit Court of Clackamas County, Oregon. Provided, if any litigation arising under this Contract must be brought in a federal forum, it shall be brought and maintained solely and exclusively in the United States District Court for the District of Oregon in Eugene, Oregon. Contractor hereby consents to the personal jurisdiction of all courts within the State of Oregon. Should any litigation be brought to enforce the terms of this Contract, the prevailing party shall be entitled to reasonable attorney fees, costs and disbursements at trial and upon appeal. Should any dispute over the terms and conditions of this contract result in mediation or arbitration, any attorney's fees and costs incurred in such mediation or arbitration shall be paid by the party incurring such fees and costs. J. Merger. This Contract, which includes all Contract Documents as defined herein, constitutes the entire agreement between the parties. There are no understandings, agreements, or representations, oral or written, regarding this Contract, except as specified or referenced herein. Contractor, by the signature below of its authorized representative, EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 9 of 10

20 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION PAGE 10 hereby acknowledges that it has read this contract, understands it and agrees to be bound by its terms and conditions. K. Execution in Counterparts. This Contract may be executed in counterparts, each of which shall be an original, and all of which shall constitute but one and the same instrument. IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on (which is the Effective Date of the Contract). OWNER: CONTRACTOR: By: Title: By: Title: (If Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Title: Address for giving notices: Attest: Title: Address for giving notices: (If Owner is a corporation, attach evidence of authority to sign. If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of this Agreement.) License No.: (where applicable) EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). and American Society of Civil Engineers. All rights reserved. Page 10 of 10

21

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

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

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

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

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

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

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

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

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

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

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

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

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

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

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017 This Addendum No. 1 ( Addendum ) as dated above modifies

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

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

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

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

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2 DATE ISSUED: March 8, 2019 BID DOCUMENTS FOR: 1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2 Sanitary Sewer Line Rehabilitation, Pipe Lining, Pipe Bursting BID NUMBER:

More information

Owner and Contractor OCSS101. Agreement Between: Contract Type: where the basis for Payment is a Stipulated Sum. Document No.

Owner and Contractor OCSS101. Agreement Between: Contract Type: where the basis for Payment is a Stipulated Sum. Document No. Page 1 of 7 AGREEMENT made as of the in the year of (In words, indicate day, month and year) day of BETWEEN the Owner: Example, and the Contractor: Nielsen Environmental 8484 Wilshire Blvd Suite 720 Beverly

More information

Guarantor additionally represents and warrants to Obligee as

Guarantor additionally represents and warrants to Obligee as GUARANTY THIS GUARANTY ( Guaranty ) is made as of the day of, 20, by, a corporation /limited liability company (strike whichever is inapplicable) formed under the laws of the State of and having a principal

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

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

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

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

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

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018 PASADENA AREA COMMUNITY COLLEGE DISTRICT 1570 E. COLORADO BLVD. PASADENA, CALIFORNIA 91106 2003 Addendum No.: 1 Bid No. 1020 Veterans Resource Center Remodel, Relocation, DSA Requirements Issued June 22,

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

F O R M OF P R O P O S A L

F O R M OF P R O P O S A L 1 F O R M OF P R O P O S A L Ready Hall Addition Wake Technical Community College SCO ID #16-15897-02A Contract: General Construction Bidder: Date: The undersigned, as bidder, hereby declares that the

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

Water or Sewer Extension Deposit-Developer MI No. Agreement Type (01/2016) DS Project # EXTENSION DEPOSIT AGREEMENT

Water or Sewer Extension Deposit-Developer MI No. Agreement Type (01/2016) DS Project # EXTENSION DEPOSIT AGREEMENT FORM ED-l - New Jersey Asset WO # Advance WO# Main Advance WO# Srvs Water or Sewer Extension Deposit-Developer MI No. Agreement Type (01/2016) DS Project # EXTENSION DEPOSIT AGREEMENT THIS AGREEMENT (

More information

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion SECTION B FORM OF PROPOSAL Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion TO: FROM: St. Johns County School Board Office of the Director for Facilities and New

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

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

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and RESOLUTION NO. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT WITH THERMA SEAL ROOFING SYSTEMS, LLC.

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

AMBASSADOR PROGRAM AGREEMENT

AMBASSADOR PROGRAM AGREEMENT AMBASSADOR PROGRAM AGREEMENT This Ambassador Program Agreement (this Agreement ) is by and between Cambly Inc., a Delaware corporation (the Company ), and [Name], and individual with its principal place

More information

SIDEWALK CONSTRUCTION PARTICIPATION AGREEMENT

SIDEWALK CONSTRUCTION PARTICIPATION AGREEMENT SIDEWALK CONSTRUCTION PARTICIPATION AGREEMENT This Agreement is entered into by and between the City of Southlake, Texas, a municipal corporation (hereinafter referred to as "the City"), and the Homeowners

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

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

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K> San Francisco Unified School District CUPCCAA PROJECT A.D.A. SITE IMPROVEMENTS OF UPPER PLAY YARD AT NORIEGA EARLY EDUCATION SCHOOL 1775 44 TH Avenue, San Francisco, CA 94122 CUPCCAA Project

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

CONTRACT DOCUMENTS FOR. Dinosaur Crossing 24 Material Supply Inquiry No St. George, Utah 08/16/16. Prepared By: John Cazier

CONTRACT DOCUMENTS FOR. Dinosaur Crossing 24 Material Supply Inquiry No St. George, Utah 08/16/16. Prepared By: John Cazier CONTRACT DOCUMENTS FOR Dinosaur Crossing 24 Material Supply Inquiry No. 16-0035 St. George, Utah 08/16/16 Prepared By: John Cazier City of St. George Water Services Department St. George, Utah (435) 627-4800

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

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

TENDER OF COMPLETION CONTRACTOR TO CITY AND RELEASE AGREEMENT. This TENDER OF COMPLETION CONTRACTOR TO CITY AND RELEASE

TENDER OF COMPLETION CONTRACTOR TO CITY AND RELEASE AGREEMENT. This TENDER OF COMPLETION CONTRACTOR TO CITY AND RELEASE TENDER OF COMPLETION CONTRACTOR TO CITY AND RELEASE AGREEMENT This TENDER OF COMPLETION CONTRACTOR TO CITY AND RELEASE AGREEMENT ( Agreement ), dated the 24th day of August, 2016, is entered into by and

More information

Agreement for Net Metering and Interconnection Services (Level 1, 2 and 3 Interconnection)

Agreement for Net Metering and Interconnection Services (Level 1, 2 and 3 Interconnection) Agreement for Net Metering and Interconnection Services (Level 1, 2 and 3 Interconnection) This Agreement for Net Metering and Interconnection Services ( Agreement ) is made and entered into this (date)

More information

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS HOW TO RESPOND TO THIS ATTACHMENT By submitting a Proposal, the Proposer, on behalf of itself and its Partners/Subconsultants acknowledges and agrees that: 1. PROPOSER AUTHORIZATION: The signatories are

More information

SEWER SYSTEM FACILITIES 2,655 LF 437 LF

SEWER SYSTEM FACILITIES 2,655 LF 437 LF BILL OF SALE SEWER SYSTEM FACILITIES Approximately 2,655 LF of 8-inch sewer main; approximately 437 LF of 15-inch sewer main; approximately 20 sanitary sewer manholes; and approximately 71 sewer service

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

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

More information

EXCAVATION PERMIT Application Packet

EXCAVATION PERMIT Application Packet EXCAVATION PERMIT Application Packet Community Development Department 90 North Main Street, Tooele, UT 84074 (435) 843-2130 Fax (435) 843-2139 Community Development Department Dear Applicant, This application

More information

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME] FOR THE CONSTRUCTION OF [INSERT PROJECT NAME] NAME OF BIDDER: ADDRESS: DATE: TELEPHONE NO. ( ) Bids will be opened at: p.m. on, 20 at the Office of the Oakland County TO: Jim Nash Oakland County Water

More information

SCOPE OF WORK 1.03 COORDINATION OF SPECIFICATIONS, PLANS, AND SPECIAL PROVISIONS

SCOPE OF WORK 1.03 COORDINATION OF SPECIFICATIONS, PLANS, AND SPECIAL PROVISIONS SCOPE OF WORK 1.01 INTENT OF THE CONTRACT DOCUMENTS A. These SUDAS Standard Specifications have been prepared to provide construction utilizing the best general practices and construction methods, utilizing

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

INTERGOVERNMENTAL AGREEMENT

INTERGOVERNMENTAL AGREEMENT INTERGOVERNMENTAL AGREEMENT City of Ashland Ashland Municipal Airport 2011 Statewide Airport Pavement Maintenance Program Using Non-Primary Entitlement Funds for Local Match The parties to this Agreement

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

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

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

CONTRACT STATE OF SOUTH CAROLINA COUNTY OF GEORGETOWN

CONTRACT STATE OF SOUTH CAROLINA COUNTY OF GEORGETOWN STATE OF SOUTH CAROLINA CONTRACT COUNTY OF GEORGETOWN THIS AGREEMENT, entered into this day of, 20 and effective immediately by and between, doing business as a (individual/partnership/corporation), with

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

Attachment C Federal Clauses & Certifications

Attachment C Federal Clauses & Certifications 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,

More information

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT TOWN OF COVENTRY, RHODE ISLAND Department of Planning & Development 1670 Flat River Road Coventry,

More information

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the

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

TOHOPEKALIGA WATER AUTHORITY WATER, REUSE, AND WASTEWATER SYSTEM DEVELOPER'S SERVICE AGREEMENT

TOHOPEKALIGA WATER AUTHORITY WATER, REUSE, AND WASTEWATER SYSTEM DEVELOPER'S SERVICE AGREEMENT This Document Prepared by: David Thomas After Recording Return to: Theresa Hunter 951 Martin Luther King Blvd. Kissimmee, FL 32741 Parcel ID Number: TOHOPEKALIGA WATER AUTHORITY WATER, REUSE, AND WASTEWATER

More information

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL AGREEMENT FOR ADVERTISING SERVICES This agreement, made and executed this day of, 2018, by and between (hereinafter referred to as Vendor ) and the City of Danville, Illinois, a Municipal Corporation,

More information

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $ ASPHALT PAVING - 2014 17 TO BE COMPLETED BY TENDERER TENDER SUBMISSION CHECK LIST: Tender Submitted By: Date: (name of Company) Total Tender Bid $ Bid Bond $ or Certified Cheque $ Addendum(s)* to, inclusive

More information

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS DATE: October 25, 2016 SEALED BID - REQUEST FOR PROPOSALS # 11-14-16-01 FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy,

More information

PROPOSAL SUBMISSION AGREEMENT

PROPOSAL SUBMISSION AGREEMENT PROPOSAL SUBMISSION AGREEMENT THIS PROPOSAL SUBMISSION AGREEMENT (this Agreement ) is made and entered into effective on, 2014 (the Effective Date ), by, a ( Bidder ), in favor of Entergy Arkansas, Inc.

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: INFORMATION FOR BIDDERS The City of Pulaski, TN (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled in.

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

Connecticut Multiple Listing Service, Inc.

Connecticut Multiple Listing Service, Inc. Connecticut Multiple Listing Service, Inc. DATA ACCESS AGREEMENT CTMLS 127 Washington Avenue West Building, 2 nd floor North Haven, CT 06473 203-234-7001 203-234-7151 (fax) www.ctstatewidemls.com 1 DATA

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

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

Key Largo Wastewater Treatment District Board of Commissioners Meeting Agenda Item Summary

Key Largo Wastewater Treatment District Board of Commissioners Meeting Agenda Item Summary Key Largo Wastewater Treatment District Board of Commissioners Meeting Agenda Item Summary Meeting Date: Agenda Item Number L-3 January 22, 2019 Agenda Item Type: Information / Presentation Agenda Item

More information

CITY COUNCIL AGENDA MEMORANDUM

CITY COUNCIL AGENDA MEMORANDUM To: From: Prepared By: Mayor and City Council Charles Ozaki, City and County Manager Kathryn Bergh, CIP Project Manager Katie Allen, City and County Engineer Dave Shinneman, Acting Director of Community

More information

Proposal for Bidding Purposes

Proposal for Bidding Purposes Proposal for Bidding Purposes For Construction of: SAMISH ISLAND ROAD SLIDE REPAIR PROJECT #ES30910-3 SKAGIT COUNTY PUBLIC WORKS SKAGIT COUNTY Public Works Department 1800 Continental Place Mount Vernon,

More information

CITY COUNCIL AGENDA MEMORANDUM

CITY COUNCIL AGENDA MEMORANDUM To: From: Prepared By: Agenda Title: Mayor and City Council George Di Ciero, City and County Manager Ronda Jo Ackerman-Alford, CIP Project Manager Katie Allen, CIP Manager Jeff Ruger, Superintendent of

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL C/O COUNTY EXECUTIVE OFFICE 930 TACOMA AVE S RM

More information

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016 San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT Cesar Chavez Elementary School Window Shades Installation Project Number 11497 825 Shotwell Street San Francisco,

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

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District INVITATION FOR BIDS: Maintenance Repairs FY 2019 May 2018 TABLE OF CONTENTS PART 1 INFORMATION FOR BIDDERS Section 1 Receipt and Opening of Bids 1 Section 2 Invitation for Bids Becomes Part of Contract

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

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

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum ~AJA Document A10f" - 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the 11th in the year 2016 (In words, indicate day,

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

Electronic Distribution Only Not For Bidding Purposes

Electronic Distribution Only Not For Bidding Purposes LAWRENCE COUNTY BOARD OF SUPERVISORS CONTRACT DOCUMENTS FOR LAWRENCE COUNTY BOARD OF SUPERVISORS COUNTY-WIDE BRIDGE SITE OVERLAY PROJECT LAWRENCE COUNTY, MISSISSIPPI NOVEMBER 2018 PREPARED BY: DUNGAN ENGINEERING,

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.

More information

DICKENSON COUNTY PUBLIC SCHOOLS DICKENSON COUNTY, VIRGINIA INVITATION FOR BID

DICKENSON COUNTY PUBLIC SCHOOLS DICKENSON COUNTY, VIRGINIA INVITATION FOR BID 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

More information

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date. INVITATION TO BID The Arlington Heights Park District will receive sealed bids for: PURCHASE OF TWO ZERO- TURN LAWN MOWERS at the Park District office at 410 N. Arlington Heights Road, until 11:00 AM on

More information

ECONOMIC DEVELOPMENT PARTNERSHIP AGREEMENT BETWEEN THE PORT OF SEATTLE AND THE CITY OF

ECONOMIC DEVELOPMENT PARTNERSHIP AGREEMENT BETWEEN THE PORT OF SEATTLE AND THE CITY OF ECONOMIC DEVELOPMENT PARTNERSHIP AGREEMENT BETWEEN THE PORT OF SEATTLE AND THE CITY OF This Economic Development Partnership Agreement (the Agreement ) is made and entered into as of, 20, by and between

More information

SANITARY SEWERAGE SERVICE AGREEMENT Between MOUNT LAUREL TOWNSHIP MUNICIPAL UTILITES AUTHORITY And

SANITARY SEWERAGE SERVICE AGREEMENT Between MOUNT LAUREL TOWNSHIP MUNICIPAL UTILITES AUTHORITY And Mailing Address-1201 South Church Street Mount Laurel, NJ 08054 Engineering Office: 81 Elbo Lane Mount Laurel, NJ 08054-9641 Phone: (856) 722-5900 ext. 117 Email: engineering@mltmua.com Fax: (856) 235-0816

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions Contract No.: FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender. DOCUMENTS INCLUDED IN CONTRACT Special Provisions

More information

VOLUNTARY DISCLOSURE AGREEMENT. The State of Florida Department of Financial Services, Division of Unclaimed Property, 200

VOLUNTARY DISCLOSURE AGREEMENT. The State of Florida Department of Financial Services, Division of Unclaimed Property, 200 DEPARTMENT OF FINANCIAL SERVICES Division of Unclaimed Property In Re: Case No. (Print Name of Holder) Respondent/Holder. / VOLUNTARY DISCLOSURE AGREEMENT The State of Florida Department of Financial Services,

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

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT Agreement Number: This Energy Service Provider Service Agreement (this Agreement ) is made and entered into as of this day of,, by and between ( ESP ), a organized and existing under the laws of the state

More information