Bid Documents & Specifications

Size: px
Start display at page:

Download "Bid Documents & Specifications"

Transcription

1 2013 Pavement Repair & Utility Projects Bid Documents & Specifications City of Somersworth, NH Contract Administrator: Director of Finance and Administration City Hall One Government Way Somersworth, NH March 3, 2013

2 TABLE OF CONTENTS A. BIDDING DOCUMENTS (includes the Invitation to Bid, Project Location Maps, Information for Bidders, Instructions to Bidders, Statement of Bidder s Qualifications, Bid Proposal and Bid Bond) B. CONTRACT DOCUMENTS (includes the Notice of Award and Acceptance of Notice, Agreement, Performance Bond, Payment Bond, and Notice to Proceed) C. TECHNICAL SPECIFICATIONS DIVISION 1. GENERAL PROVISIONS Technical Specifications Measurement and Payment D. SCHEMATIC PLANS FOR INTERSTATE DRIVE (3 Sheets) City of Somersworth -i-

3 A. BIDDING DOCUMENTS City of Somersworth - 1 -

4 AD-1 ADVERTISEMENT CITY OF SOMERSWORTH, NH INVITATION TO BID The Finance Department, 2 nd Floor, City Hall, One Government Way, Somersworth, New Hampshire 03878, will receive sealed Bids for 2013 PAVEMENT REPAIR & UTILITY PROJECTS until 2:00 PM on March at which time and place they will be opened and publicly read. The sealed envelope should be plainly marked: 2013 PAVEMENT REPAIR & UTILITY PROJECTS The project on High Street between Sinclair Avenue and Bartlett Avenue (approximately 3650 LF) requires the adjustment and resetting of castings for city utilities, saw-cutting pavement at intersections and drives, milling off 2-inches of pavement, repaving curb-to-curb with a 2-inch wearing course of pavement and re-striping. Alternates for night paving and replacement of a limited number of City sewer, drainage and water facilities are included in the Bid Schedule. The project on Interstate Drive includes removal and installation of select drainage pipe and structures; adjustment and resetting of castings for city utilities; 12-inch deep reclaim for the first 100-ft of Interstate Drive from the intersection with route 108 with gravel shim to match Route 108 and repave (2-1/2 base course with 1-1/2 wearing course); then for another 180-lf to just beyond the Thermopol driveway entrance milling off 1-1/2 and repaving with 1-1/2 wearing course from the limits of the reclaim. Bid packages will be distributed to prospective Bidders only by the City of Somersworth Finance Director located at City Hall, One Government Way, Somersworth, NH by calling (603) or via (ssmith@somersworth.com). Paper copies of complete bid sets are available for a nonrefundable fee of $ Bidder s who request the bid documents be mailed to them will be charged an additional non-refundable fee of $10.00 for processing and postage. Bidder s may request an electronic PDF of the bid documents, which will be ed free of charge. Bidders are encouraged to visit the project locations on their own time to familiarize themselves with the project sites and conditions. Submission of a Bid indicates the Bidder s understanding and acceptance of the site constraints and project requirements. A certified check, cash, or check drawn by a New Hampshire bank, or Bid Bond for and subject to conditions provided in the Instruction to Bidders shall accompany each bid. The amount of such bid deposit shall be five percent (5%) of the total bid, made payable to the City of Somersworth, New Hampshire. The successful Bidder will be required to furnish a Performance Bond and a separate Payment Bond, each in the amount of one hundred percent (100%) of the contract price. The City of Somersworth reserves the right to reject any or all bids or any part thereof, to waive any formality, informality, information or errors in the bidding, to accept the bid considered to be in the best interest of the City, or to purchase on the open market if it is considered in the best interest of the City to do so. Failure to submit all information listed in the Table of Contents, Section A Bidding Documents and/or submission of an unbalanced bid are sufficient reasons for the City of Somersworth to declare a bid as non-responsive and subject to disqualification. Bid Due Date/Time: March 21, 2013 not later than 2:00 PM City of Somersworth - 2 -

5 City of Somersworth PROJECT LOCATION MAPS

6 City of Somersworth - Project Locus Map

7 High Street Pavement Repair Project Northerly project limit 10-ft beyond intersection of Bartlett Avenue with High Street High Street Pavement Repair Project Area Southerly project limit 10-ft beyond intersection of Sinclair Avenue with High St.

8 Interstate Drive Pavement Repair Project Interstate Drive pavement repair project area Easterly project limit at intersection of Route 108 with Interstate Drive Westerly project limit approx. 280LF west of Route 108

9 INFORMATION FOR BIDDERS City of Somersworth 1. Project Description The City of Somersworth is soliciting bids for roadway pavement repair projects at two locations in the City, one on a section of High Street from Sinclair Avenue to Bartlett Avenue measuring approximately 3650 linear feet and the other on Interstate Drive from the intersection with Route 108 for approximately 280 linear feet. The following project descriptions are for illustrative purposes only and do not commit the Owner to perform the work described or to limit work performed under the terms, conditions and specifications contained in this document to only those details of the two projects described below. The Owner reserves the right to change project scope either by adding additional work or eliminating some of the work described prior to the issuance of Purchase Orders against the signed contract. a) High Street Repaving Approximately 3650 linear feet of High Street between Sinclair Avenue and Bartlett Avenue. This section of High Street recevied a one-inch overlay in 2006 and is delaminating. The selected pavement repair method involves milling off 2- inches of the existing pavement to remove the previous 1-inch overlay and grind down into the base paving, then repaving with a 2-inch wearing course, full width, curb-tocurb. The project includes adjusting all grates, frames and structures within the roadway corridor to accommodate the milling and to match final pavement grade, sawcutting and matching pavement at all paved instersections and driveways, restriping centerline, fog lines, stop bars and crosswalks, traffic control, dust control, and site restoration. Alternate bid items include night paving and replacment of a limited number of City sewer, drainage and water facilities within High Street. The precise location of City utilities to be replaced will be coordinated with the Public Works Director. b) Interstate Drive - Reclaim roadway full-width from the intersection with Route 108 for approximately 100 linear feet along Interstate Drive. Grind roadway full width from end of reclaimed section for another 180 linear feet to just beyond the Thermopol driveway entrance. Install two (2) new catch basins near the intersection of Interstate Drive with Route 108 with new precast concrete structures, frames and grates, and interconnecting piping at location and alignments indicated on the plans. Abandon one existing drain manhole structure and two (2) existing catch basin structures near the intersection of Interstate Drive with Route 108. Remove drain manhole cover and frame, and catch basin inlet grates and frames and deliver to the City of Somersworth Public Works Department, 18 Lilac Lane, Somersworth, NH. Connect drain pipes through one existing catch basin structure, cover with precast top (H-20) sealed water tight and fill second catch basin structure with clean sand. Plug drain lines inside existing drain manhole to be abandoned prior to filling with sand. Rehabilitate existing drainage manhole by removing top section, frame and cover and replacing with a precast concrete riser section, then reset frame and cover to finished paving grade. Plug abandoned drain line entering the structure from the south. Raise roadbed elevation such that final paving matches edge of pavement at Route 108 intersection. Remove and reset sewer manhole frame and cover within the project area to match finished paving. Remove and reset City of Somersworth - 7 -

10 roadway curb box within the project area to match finished paving. Install two (2) new catch basins near the driveway of Thermopol with new precast concrete structures, frames and grates, and interconnecting piping at location and alignments indicated on the plans. Pave 280 feet of Interstate Drive shoulder to shoulder. Reestablish new center lines and fog lines on new asphalt with roadway paint being of 22mils. Temporary markings shall be installed until such permanent markings can be established. After paving, shoulders will be backed with ¾ crushed gravel (2-ft wide), each side and compacted. 2. Bid Documents, Plans and Specifications Bid documents and specifications may be viewed at the Finance Office between the hours of 9:00 a.m. and 4:00 p.m. at One Government Way in Somersworth, New Hampshire Copies of the bid documents and specifications may be obtained from the Finance Director, City Hall, One Government Way, Somersworth, New Hampshire All questions concerning the specifications and bid/contract documents shall be submitted in writing to the Finance Director via fax: or Responses to questions will be provided to all BIDDERS of record in writing. 3. Bid Bond All bids must be submitted with a Bid Bond in the amount of five percent (5 %) of the Bid Price executed between the BIDDER and a Surety Company. 4. Construction Schedule The successful BIDDER shall commence work under this contract on or before a date to be specified in the Notice to Proceed and complete the work as follows: High Street work shall be completed within 45 calendar days from receipt of the Notice to Proceed and Interstate Drive work shall be completed within an additional 30 calendar days after the High Street work is completed. 5. Receipt of Bids The City of Somersworth, New Hampshire, (OWNER) will accept sealed bids at the Finance Office, City Hall, One Government Way, Somersworth, New Hampshire until 2:00 p.m. (local time) on March 21, 2013, at which time the bids will be opened and read aloud. The envelopes containing the bids must be sealed and designated as 2013 PAVEMENT REPAIR & UTILITY PROJECTS. The bid opening shall be public and open to all parties. 6. Review of Bids The Owner reserves the right to change the project scope either by adding additional work or eliminating some of the work described prior to the issuance of Purchase Orders against the signed contract. The Owner reserves the right to reject any and all Bids and to waive any irregularity in any Bids. 7. Award of Contract The City of Somersworth, New Hampshire, (OWNER) may issue a single contract for both paving projects or may issue separate contracts for each paving project to different Bidders using the line items defined in the Bid Schedule. The successful Contractor(s) will bill the City of Somersworth - 8 -

11 Owner directly and the Owner is responsible for paying the Contractor(s) for services provided as specified in the contract documents. The successful BIDDER will be required to furnish the necessary Bonds and Insurance Certificates. 8. Performance Bond The successful BIDDERS(s) shall execute a Performance Bond in the amount of one hundred percent (100%) of the Bid Price. The BIDDER, Owner and a Surety Company shall execute Bond. 9. Payment Bond The successful BIDDER shall provide a Payment Bond in the amount of one hundred percent (100%) of the Bid Price, executed between the BIDDER, Owner and a Surety Company. 10. Insurance Rquirements The successful BIDDER is required to provide the City of Somersworth with a certified insurance certificate naming the City of Somersworth as additional insured. The minimum policy limits and types of insurance are as outlined below: a. Workmen's Compensation Insurance equal to statutory limits b. Commercial General Liability Limits of Liability $1,000,000 per occurrence $2,000,000 aggregate c. Auto liability $1,000,000 per occurrence $2,000,000 aggregate City of Somersworth - 9 -

12 INSTRUCTIONS TO BIDDERS 1. Bidder s Understanding of Project 2. Proposal Format 3. Printed Form of Proposal 4. Omissions, Discrepancies, Questions, and Addenda 5. Postponement of Date for Presenting and Opening Proposals 6. Prices 7. Acceptance or Rejection of Proposals 8. Bidder's Qualifications 9. Low Bidder and Acceptance Of The Proposal 10. Schedule 11. Execution of Contract and Damages for Failure to Execute 12. Specifications Format 13. Manufacturer's Experience 14. Safety and Health Regulations 15. U.S.D.O.T. Compliance 16. Additional Work 17. Insurance Requirements City of Somersworth

13 1. BIDDER S UNDERSTANDING OF PROJECT BIDDERS must examine and familiarize themselves with all documents contained in the bid package, visit the location of the work, and inform themselves of the difficulties attending the execution of the work prior to the submission of their Proposals. By submitting a Bid Proposal, BIDDERS are acknowledging their full understanding and acceptance of the project requirements. 2. PROPOSAL FORMAT The Contract Documents request proposals for two projects which may be awarded in an individual contract or in separate contracts. The intent is to allow the OWNER to evaluate the bids and to make decisions in the best interest of the OWNER. 3. PRINTED FORM OF PROPOSAL All Bids must be made upon the attached form of Bid Proposal and should give a unit price in figures and a total price for each item; and must be signed and acknowledged by the BIDDER, in accordance with the directions in the Proposal. 4. OMISSIONS, DISCREPANCIES, QUESTIONS, AND ADDENDA Should a BIDDER find discrepancies in or omissions from the Contract Documents or is in doubt as to their meaning, the BIDDER should at once notify the OWNER in writing. In general, no answer will be given to the prospective BIDDERS in reply to an oral question if the question involves the equality or use of products or methods other than those specifically designated or described on the Drawings or in the Specifications. All information given to BIDDERS by means other than set forth in the Contract Documents is given informally and shall not be used as the basis of a claim-against the OWNER. Omissions, discrepancies, and questions must be submitted in writing to the OWNER at least five (5) business days before the date for receipt of bids. If a question involves the equality or use of products or methods not specifically designated or described on the Drawings or in the Specifications, it must be accompanied by Drawings, Specifications, and other data in sufficient detail to enable the OWNER to determine the equality or suitability of the product or method. In general, the OWNER will neither approve nor disapprove particular products prior to the opening of the bids; such products will generally be considered only when offered by the Contractor for incorporation into the work after the award and signing of the Contract. The OWNER will prepare Addenda to address all questions received and answers provided. At least three (3) business days prior to the bid opening date and time, Addenda will be sent to each of BIDDER who is on record as having received the Contract Documents. 5. POSTPONEMENT OF DATE FOR PRESENTING AND OPENING PROPOSALS The OWNER reserves the right to postpone the date for presentation and opening of Proposals and will give notice of such postponement to each prospective BIDDER of record. 6. PRICES In the event of discrepancies between the price totals quoted in the Proposal and the unit price figures, the unit price figures shall control. The price is to include the furnishing of all material, plant, equipment, tools, labor, and other facilities required for the completion of the work except as may be otherwise expressly provided in the Contract Documents. The BIDDER shall prepare his prices for the Proposal based on the equipment named in the Specifications. After the award of the Contract, if the successful BIDDER desires to use equipment or methods other than those City of Somersworth

14 specified or shown in these documents, the successful BIDDER shall submit data to prove equality, submit reason for change, submit the amount of credit (if any) to the Contract Price, provide OWNER documentation for any changes required to arrive at a decision as to the suitability of the substitution. 7. ACCEPTANCE OR REJECTION OF PROPOSALS The OWNER reserves the right to reject any or all Proposals for any reason, or to accept any bid which it deems to be in its best interest. Any Proposal, which is incomplete, obscure, or irregular, may be rejected; any Proposal having erasures or corrections in the price sheet may be rejected; any Proposal that omits a bid on any one or more items may be rejected; and any Proposal accompanied by an insufficient or irregular certified check or Bid Bond may be rejected. The use of unbalanced bids is prohibited and will be rejected. If the BIDDER submits a Proposal before the deadline time for submission, the BIDDER may, in writing, modify his original Proposal for submission. No oral, telephone, or telegraph modifications will be considered. 8. BIDDER'S QUALIFICATIONS It is the purpose of the OWNER not to award this Contract to any BIDDER who does not furnish evidence satisfactory to the Owner that the BIDDER has the ability, skill, integrity and experience in this class of work and has sufficient capital and plant to enable the successful and complete execution of this contract within the specified time. In determining the skill, ability, and integrity of the responsible and eligible BIDDERS the following elements will be considered: Whether the BIDDER has (a) previously defaulted on, failed to perform properly, or failed to complete on time contracts of similar nature; (b) habitually and without just cause neglected payment for material or to employees; (c) a permanent place of business; (d) adequate plant and equipment to do the Work properly; (e) a suitable financial status to meet the obligations incident to the Work; (f) appropriate technical experience; (g) labor force that can work in harmony with all other elements of labor employed; (h) sufficient bonding capacity; and, (i) adequate Superintendence. 9. LOW BIDDER AND ACCEPTANCE OF THE PROPOSAL Except where the OWNER exercised its right to reject any or all Proposals, the Contract will be awarded to the lowest responsible and qualified BIDDER. Within thirty (30) days after opening the Proposals the OWNER will prepare a Notice of Intent to Award letter signed by a duly authorized representative of the OWNER. The Notice of Intent to Award letter shall be delivered to the successful BIDDER along with an Acceptance of Notice of Award form which shall be signed by the successful BIDDER and returned to the Owner as the BIDDER S commitment to execute the Contract. The Notice of Award and formal acceptance of the Proposal will be made in writing to the successful BIDDER by the OWNER within thirty (30) days of issuing the Notice of Intent to Award letter. A duly authorized representative of the OWNER will sign the Notice of Award. The rights and obligations provided for in the Contract shall become effective and binding upon the Parties only with its formal execution by the OWNER. 10. SCHEDULE The successful BIDDER shall execute and complete the work on High Street within 45 calendar days from receipt of the Notice to Proceed and shall complete the work on Interstate Drive within an additional 30 calendar days after completing the work on High Street at which time all punch City of Somersworth

15 list items shall be complete. If the schedule cannot be met as outlined, the OWNER may impose Liquidated Damages in the amount of $500 per day beyond the date of Final Completion. No Liquidated Damages will be imposed if the OWNER has changed the schedule at its sole discretion because it was deemed by the OWNER to be in its best self-interest to do so. The OWNER will notify the successful BIDDER of such occurrences as soon as they are known. 11. EXECUTION OF CONTRACT AND DAMAGES FOR A FAILURE TO EXECUTE Any BIDDER who s Proposal shall be accepted will be required to execute the Contract Agreement within ten (10) business days after receipt of the Notice of Award indicating that the Contract has been awarded to him. Failure or neglect to do so shall constitute a breach of the Agreement affected by the acceptance of the Proposal. The damages to the OWNER for such a breach shall include loss from the interference with his construction program and other items. The OWNER will retain the amount of the certified check or Bid Bond accompanying the Proposal of such BIDDER as liquidated damages for such breach. In the event any BIDDER whose Proposal shall be accepted shall fail or refuse to execute the Contract Agreement hereinbefore provided, and the OWNER, at his option, determines that such BIDDER has abandoned the Contract and thereupon his Proposal and the acceptance thereof shall be null and void and the OWNER will be entitled to liquidated damages as above provided. 12. SPECIFICATIONS FORMAT The Specifications are generally in the format of the New Hampshire Department of Transportation's Standard Specifications for Road and Bridge Construction, 2010 edition. 13. MANUFACTURER'S EXPERIENCE Wherever it may be written that an equipment manufacturer must have a specified period of experience with his product, equipment which does not meet the specified experience period may be considered if the equipment supplier or manufacturer is willing to provide a bond or cash deposit for the duration of the specified time period which will guarantee replacement of the equipment in the event of failure. 14. SAFETY AND HEALTH REGULATIONS This project is subject to all of the Safety and Health Regulations (29 CRF Part 1926 and all subsequent amendments) as promulgated by the U.S. Department of Labor on June 24, BIDDERS are urged to become familiar with the requirements of these regulations. 15. U.S.D.O.T. COMPLIANCE The BIDDER shall be in compliance with the U.S. Department of Transportation's Federal Motor Carrier Safety Regulations, Parts 49CFR382 and 49CFR383. The BIDDER shall maintain compliance with those regulations from date of contact award to project completion. 16. ADDITIONAL WORK If the OWNER requires the successful BIDDER to conduct work that is outside the scope of work contained herein (e.g. cold plane and pave, overlay, ditch reestablishment), the OWNER will negotiate unit prices for the out of scope work with the successful BIDDER and prepare a change order to the Contract that outlines the work to be done, its value, and unit prices of items, not otherwise contained herein. Any additional work must be approved by the OWNER, in writing. City of Somersworth

16 17. INSURANCE REQUIREMENTS The successful BIDDER is required to provide the City of Somersworth with a certified insurance certificate naming the City of Somersworth as additional insured. The minimum policy limits and types of insurance are as outlined below: a. Workmen's Compensation Insurance equal to statutory limits b. Commercial General Liability Limits of Liability $1,000,000 per occurrence $2,000,000 aggregate c. Auto liability $1,000,000 per occurrence $2,000,000 aggregate City of Somersworth

17 STATEMENT OF BIDDER'S QUALIFICATIONS Complete the following questions relative to BIDDER's qualifications. All questions must be answered and the data given must be clear and comprehensive. This form must be notarized. If necessary, add separate sheets. 1. Name of Bidder: 2. Permanent Main Office Address: 3. When Incorporated: 4. Where Incorporated: 5. How many years have you been engaged in the contracting business under your present firm name? 6. Contracts on hand: (Attach list showing project title, project location, and gross contract value of each contract and the approximate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete work awarded to you? YES NO If yes, where, when and why? 9. Have you ever defaulted on a contract? YES NO City of Somersworth

18 If so, where, when and why? 10. List relevant projects recently completed (past 5 years) by your company, stating approximate value of each, the month / year completed, Engineer of record, and Owner s contact / telephone number. (Attach separate page(s) as needed.) 11. List your major equipment AVAILABLE FOR THIS CONTRACT. (Attach equipment schedule if necessary.) 12. List experience in construction work similar in nature to this project. 13. With what banks do you do business? Do you grant the OWNER permission to contact this (these) financial institutions? YES NO 14. If your answer to Number 13 is NO, please explain why. 15. How do you intend to meet the schedule described in the Scope of Work? 16. If you intend to hire subcontractors to do any part of the work, please specify who by providing their company name, mailing address and primary contact name with phone number. City of Somersworth

19 NAME OF BIDDER BY: Authorized Signature Name Title STATE OF ( ) ( ) SS. COUNTY OF ( ) I,, a Notary Public in and for said County, in the State aforesaid, DO HEREBY CERTIFY that, personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that they signed, sealed and delivered the said instrument as their free and voluntary act, for the uses and purposes therein set forth. GIVEN under my hand and Seal this day of, Notary Public My Commission Expires City of Somersworth

20 BID PROPOSAL Proposal of (Hereinafter called "BIDDER"), organized and existing under the laws of the State of doing business as (a Corporation, Partnership, or an Individual) To the City of Somersworth (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all WORK for the 2013 PAVEMENT REPAIR & UTILITY PROJECTS in strict accordance with the INSTRUCTIONS TO BIDDERS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in the NOTICE TO PROCEED and fully complete according to the schedule herein. BIDDER hereby agrees to meet the schedule outlined in Article 10 of the Instructions to Bidders, or be subject to the penalties outlined in said article if schedule is not adhered to. BIDDER ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA: City of Somersworth

21 BID SCHEDULE BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum A. HIGH STREET PAVEMENT REPAIR PROJECT Bid Item No. NHDOT Item No. Approximate Quantity Brief Descriptiopn of Bid Item Unit Bid Price in Words TON Hot Bituminous Pavement Machine Method (2-inch wearing course) TON Hot Bituminous Pavement Hand Method (as directed by City) TON Plant Mix Surface ,320 SY cents per ton cents per ton Treatment -(shim Shimas asdirected by City - Bartlett to Indigo Hill Road) cents per ton Cold Planing of Bituminous Surfaces, 2-inch depth cents per sqr. Yard UNITS Adjusting Catch Basin / Drop Inlet Frames & Grates cents per unit UNITS Adjusting Drain Manhole Frames & Covers cents per unit UNITS Adjusting Sewer Manhole Frames & Covers cents per unit UNITS Traffic Signal Loop Detector, 6-ft x 50-ft UNITS Adjusting Water Gates & Shut-offs Set by Others HR Uniformed Officers with Vehicle HR Flaggers UNIT Maintenance of Traffic Control Signs UWKS Portable Changeable Message Signs cents per unit cents per unit cents per hour cents per hour cents per unit cents per unit week Unit Bid Price In Figures Amount in Figures City of Somerworth Pavement Repair Projects

22 Bid Item No. 14 NHDOT Item No. Approximate Quantity ,650 LF Sawed Pavement Brief Descriptiopn of Bid Item Unit Bid Price in Words ,600 LF Retrofelctive Paint Pavement Markings, 4-inch Line LF Retrofelctive Paint Pavement Markings, 12- inch Line UNIT Mobilization NOT USED cents per linear foot cents per linear foot cents per linear foot Unit Bid Price In Figures cents per unit 18 NOT USED cents per cubic yard A. HIGH STREET PAVEMENT REPAIR PROJECT Total Bid of Items 1 to 17: The sum of (in words) and cents. (in figures) $ and /100 dollars. Amount in Figures NOT USED (Amounts are to be shown in both words and figures. In case of discrepancies between the price totals shown in words and in the unit price figures, the unit price figures shall control). ADD ALTERNATE A.1. NIGHT PAVING Bid Item No. A.1.1 A.1.2 A.1.3 A.1.4 NHDOT Item No. Approximate Quantity Brief Descriptiopn of Bid Item Unit Bid Price in Words TON Night Hot Bituminous Pavement Machine Method (2-inch wearing course) TON Night Hot Bituminous Pavement Hand Method (2-inch wearing course) TON Night Plant Mix Surface Treatment - Shim as directed by City PWD ,320 SY Night Cold Planing of Bituminous Surfaces, 2-inch depth cents per ton cents per ton cents per ton cents per sqr. Yard Unit Bid Price In Figures Amount in Figures ALTERNATE A.1. NIGHT PAVING Total Alternate A.1 Bid Items A.1.1 to A.1.4 (these items replace base bid items A1, A2, A3, A4): The sum of (in words) and cents. (in figures) $ and /100 dollars. (Amounts are to be shown in both words and figures. In case of discrepancies between the price City of Somerworth Pavement Repair Projects

23 totals shown in words and in the unit price figures, the unit price figures shall control). ADD ALTERNATE A.2 CITY SEWER, DRAINAGE, AND WATER FACILITIES Bid Item No. A.2.1 A.2.2 A.2.3 A.2.4 A.2.5 A.2.6 A.2.7 A.2.8 A.2.9 NHDOT Item Approximate Brief Descriptiopn of Bid Item Unit Bid Price in Words No. Quantity UNITS Removal of Catch Basins, Drop Inlets, and Sewer Manholes LF Plastice Drain Pipe, 12-in UNITS Catch Basin, 4-ft diameter Type B UNITS Drain Manholes, 4-ft dia UNITS Special (Sewer) Manholes 4-ft diamter LF 6-in diameter ductile iron water main with four (4) MJ x MJ 45-degree bends UNITS Shut-offs for Building Services UNITS 6-in. diameter Cast Iron body Gate Valve with MJ fittings and appurtenances UNIT Hydrants cents per unit cents linear foot cents per unit cents per unit cents per unit cents linear foot cents per unit cents per unit cents per unit Unit Bid Price In Figures Amount in Figures ADD ALTERNATE A.2 CITY SEWER, DRAINAGE, AND WATER FACILITIES Total Add Alternate A.2. Bid Items A.2.1 to A.2.9: The sum of (in words) and cents. (in figures) $ and /100 dollars. (Amounts are to be shown in both words and figures. In case of discrepancies between the price totals shown in words and in the unit price figures, the unit price figures shall control). City of Somerworth Pavement Repair Projects

24 B. INTERSTATE DRIVE PAVEMENT PROJECT Bid Item NHDOT Item Approximate Brief Descriptiopn of Bid Item Unit Bid Price in Words No. No. Quantity CY Fill & Abandon Structure EA Removal of Catch Basins, Drop Inlets & Manholes CY Gravel (6-inch depth) CY Crushed Gravel (6-inch depth) CY Crushed Gravel for Shoulder Leveling SY Reclaimed Stabilized Base TON TON Processed in Place, 12-in. Hot Bituminous Pavement Machine Method (2-inch base course) Hot Bituminous Pavement Machine Method (1-inch wearing course) LF Plastic Drain Pipe, 12-in EA Catch Basin, 4-ft diameter LF Reconstructing/Adjusting 12 cents per cubic yard cents per each cents per cubic yard cents per cubic yard cents per cubic yard cents per sqr. Yard cents per ton cents per ton cents per linear foot cents per each Catch Basin / Drop Inlet Structures, Frames & Grates cents per linear foot LF Reconstructing/Adjusting Drain Manhole Structures, Frames & Covers cents per linear foot Unit Bid Price In Figures Amount in Figures City of Somerworth Pavement Repair Projects

25 Bid Item No. NHDOT Item No. Approximate Quantity Brief Descriptiopn of Bid Item Unit Bid Price in Words Unit Bid Price In Figures Amount in Figures LF Reconstructing/Adjusting Sewer Manhole Structures, Frames & Covers UNIT Adjusting Water Gates & Shut-offs Set by Others 15 1 UNIT Dust Control HR Flaggers UNIT Maintenance of Traffic Control Signs LF Sawed Pavement cents per linear foot cents per unit cents per unit cents per hour cents per unit cents per linear foot LF Retroflective Paint Pvmnt Marking, 4-inch line LF Retroflective Paint Pvmnt Marking, 12-inch line UNIT Mobilization cents per linear foot cents per linear foot cents per unit B. INTERSTATE DRIVE PAVEMENT REPAIR PROJECT Total Bid of Items 1 to 21: The sum of (in words) and cents. (in figures) $ and /100 dollars. (Amounts are to be shown in both words and figures. In case of discrepancies between the price totals shown in words and in the unit price figures, the unit price figures shall control). City of Somerworth Pavement Repair Projects

26 The above unit prices shall include all labor, materials, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. The BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any technical or legal deficiencies and to accept any bid that is determined to be in the best interest of the City. Examination of Proposed Materials The submission of a bid shall be deemed a representation and warranty by the bidder that it has investigated all aspects of the RFP, that it is aware of the applicable facts pertaining to the RFP process and its procedures and requirements, and that it has read and understands the RFP. No requests for modification in the provisions of the bid shall be considered after its submission on the grounds that the bidder was not fully informed as to any fact or condition. Statistical information, which is contained within a RFP or any addendum thereto, is for informational purposes only. The City disclaims any responsibility for this information that may subsequently be determined to be incomplete or inaccurate Quantities Quantities of materials, whether to be used on projects, or purchased directly by the City, are provided for informational purposes only unless otherwise specifically stated. The City disclaims any responsibility for this information that may subsequently be determined to be incomplete or inaccurate. Bidders are responsible to verify the accuracy of these estimates. Buy Local The City of Somersworth reserves the right to award any bid to local vendors, as determined by the City, even in the event they may not be the lowest qualified vendor, if it is determined to be in the best interest of the City. The City will consider such factors as overall cost, prior service, and any other pertinent information available when making such decisions. Bid Results After the bids are opened and read, the bid results will be available for the public. Bidders that desire a comprehensive list of the bid results may do so by attending the bid opening, or requesting such, in writing, to the Director of Finance and Administration. The award of a bid shall not be considered official until such time that a Purchase Order, fully executed contract, or an award letter has been issued by the City of Somersworth. No presumption of award shall be made by any bidder until such documents have been executed and are in hand. Verbal notification of award is not considered official. Any action by the bidder to assume otherwise is done so at their own risk and the City will not be held liable for any expense incurred by a bidder that has not received an official award. City of Somersworth

27 The BIDDER agrees that this bid shall be good and may not be withdrawn, for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Upon written notice of the acceptance of this bid, BIDDER will execute the formal Contract Agreement within ten (10) business days and deliver surety bonds as required by the General Conditions. The bid security attached in the sum of ($ ) is to become the property of the OWNER in the event the Contract and Bonds are not executed within the time set forth, as liquidated damages for the delay and the additional expense to the OWNER caused thereby. SUBMITTED ON, 2013 Name of Contractor Address Town/City State Zip Code Telephone: Fax No. City of Somersworth

28 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Somersworth as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of, The Condition of the above obligation is such that whereas the Principal has submitted to The City of Somersworth a certain BID attached hereto and hereby made a part hereof to enter into a contract in writing, for the City of Somersworth 2013 PAVEMENT REPAIR & UTILITY PROJECTS. NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance with said BID) and shall furnish a BOND for faithful performance of said contract, and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S.) Principal Surety By: IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570) and be authorized to transact business in the state where the project is located. City of Somersworth

29 SECTION B. CONTRACT DOCUMENTS City of Somersworth

30 NOTICE OF AWARD To: (Contractor) (mailing address) (telephone #) (fax #) ( address) PROJECT Description: City of Somersworth 2103 PAVEMENT REPAIR & UTILITY PROJECTS. The OWNER has considered the BID submitted by you for the above-described WORK in response to its Advertisement for Bids dated March 3, 2013, and the accompanying Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of dollars ($ ) You have been awarded the entire contract and are expected to meet the terms and schedules as stipulated in the contract documents. You will be paid according to the line item prices in the Bid Schedule in accordance with the Measurement and Payment schedule described in these bid documents, unless modified by the penalty clauses of the contract for failure to meet the schedule specified unless modified in writing by the City Manager. You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR's PERFORMANCE BOND, PAYMENT BOND and Certificates of Insurance within ten (10) business days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) business days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of, 2013 By: Title: City Manager City of Somersworth

31 ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by (Name of Contractor) this the day of, By Title City of Somersworth

32 AGREEMENT THIS AGREEMENT, made this day of, 2013 by and between The City of Somersworth, NH hereinafter called "OWNER" and doing business as a (entity type) hereinafter called "CONTRACTOR". WITNESSETH: mentioned: That for and in consideration of the payments and agreements hereinafter 1. The CONTRACTOR shall commence and complete the City of Somersworth 2013 PAVEMENT REPAIR & UTILITY PROJECTS, hereafter called the PROJECT, as shown in the Notice to Proceed and as specified herein. 2. The CONTRACTOR shall furnish all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR shall commence the work required by the CONTRACT DOCUMENTS within fourteen (14) calendar days after the date of the NOTICE TO PROCEED and will complete according to the schedule herein. 4. The CONTRACTOR hereby agrees to meet the schedule outlined in Section 4 of the Notice to Bidders, or be subject to the penalties outlined in Section 10 of the Instructions to Bidders if the schedule is not adhered to. 5. The CONTRACTOR agrees to perform all of the work to complete the PROJECT as described in the Bid Documents and comply with the terms therein for the unit prices as shown in the BID schedule. 6. The term "BID DOCUMENTS" means all documents contained in the City of Somersworth Request For Bids dated March 3, 2013, and the following addenda: No. dated, No. dated, No. dated, The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the CONTRACT DOCUMENTS in such amounts as required by the CONTRACT DOCUMENTS. 8. The OWNER, at its sole option, may increase or decrease the scope of the work within the time frame of this Contract provided the OWNER consults with the CONTRACTOR to City of Somersworth

33 determine the change in scope and associated fee(s) which must be mutually agreed to in writing in the form of a contract change order. The OWNER will pay for additional work or deduct work from the Contract using the unit prices as bid and agreed to under this agreement, unless otherwise provided in the General Conditions. 9. This AGREEMENT shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this AGREEMENT in four (4) copies, each of which shall be deemed an original on the date first above written. OWNER: FOR THE CITY OF SOMERSWORTH By: Name (printed): Mr. Robert M. Belmore Title: Date: City Manager CONTRACTOR: (Company Name) By: Name (printed): Title: Address: Date: City of Somersworth

34 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a, hereinafter called Principal, and (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the City of Somersworth, NH, One Government Way, Somersworth, NH hereinafter called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of, 2013, a copy of which is hereto attached and made a part hereof for the construction of the City of Somersworth. NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed there under or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the AGREEMENT or to the WORK or to the SPECIFICATIONS. City of Somersworth

35 PROVIDED, FURTHER, that no final settlement between the OWNER and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts each one of which shall be deemed an original, this day of, ATTEST: (Principal) (Principal Secretary) By: (SEAL) (Address) (Witness as to Principal) (Address) (Surety) ATTEST By: (Attorney-in-fact) (Witness as to Surety) (Address) (Address) NOTE: Date of BOND must not be prior to date of AGREEMENT. If Principal is a Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the PROJECT is located. City of Somersworth

36 PAYMENT BOND (In accordance with NH R.S.A., Chapter 447) KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a, hereinafter called Principal and (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the City of Somersworth, New Hampshire, One Government Way., Somersworth, NH hereinafter called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of, 2013, a copy of which is hereto attached and made a part hereof the City of Somersworth 2013 Pavement Repair & Utility Projects. NOW, THEREFORE, if the Principal shall promptly make payment to any persons, firms, SUBCONTRACTORS, and corporations having any claim for labor performed or furnished, for equipment hired, including trucks, for material used and for fuels, lubricants, power, tools, hardware and supplies purchased by the Principal and used in carrying out the contract, and for labor and parts furnished upon the order of the Principal for the repair of equipment used in carrying out the contract, in accordance with the provisions of RSA 447:15, 16, 17 and 18, and satisfy all claims and demands incurred under such contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the notice required under this BOND to obtain benefits under this obligation by any person, firm, or corporation having any claim for labor performed, materials, machinery, tools, equipment or supplies, shall extend for a period of ninety (90) days after completion and acceptance of the work as provided in said contract with the OWNER. Such notice shall consist of a statement of the claim and must be filed in the office of the Clerk of the Superior Court of the County within which the contract shall be principally performed. The Clerk of the Superior Court is required to send a copy of the statement of claim by mail to the City of Somersworth

37 Principal and Surety hereunder. Any person, firm, or corporation shall within one (1) year after filing such claim file a petition in the Superior Court for the County within which the contract shall be principally performed to enforce the claim in accordance with the provisions and requirements of RSA 447:18. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed there under or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts each one of which shall be deemed an original, dated this the day of ATTEST: (Principal Secretary) (Principal) By: (SEAL) (Name and Title) (Address) (Witness as to Principal) (Address) City of Somersworth

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

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

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA SPECIFICATIONS for CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove for CITY OF FOREST PARK, GEORGIA Department of Public Works Authorized by CITY OF FOREST PARK MAYOR AND COUNCIL CORINE

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

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

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

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter

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

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS Sections 38-26-105 and 38-26-106, CRS 1973, as amended, shall apply to all grants that require the contracting (or subcontracting) for construction

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

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

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No. CITY OF PETALUMA POST OFFICE Box 61 PETALUMA, CA 94953-0061 David Glass Mayor Chris Albertson Teresa Barrett Mike Healy GabeKeamey Dave King Kathy Miller C011ncilmembers ADDENDUM NO. 1 AIRPORT PREVENTIVE

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

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

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road The Corporation of The TENDER #PW 2016-02 Resurfacing Name of Firm or Individual Address Telephone and Fax Number Email Address Name of Person Signing for Firm Position of Person Signing for Firm TENDERS

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

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

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

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

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

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

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

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

APPLICATION FOR PIPELINE PUBLIC ROAD CROSSING PERMIT

APPLICATION FOR PIPELINE PUBLIC ROAD CROSSING PERMIT THE STATE OF TEXAS COUNTY OF BURLESON APPLICATION FOR PIPELINE PUBLIC ROAD CROSSING PERMIT TO: THE COMMISSIONERS COURT OF BURLESON COUNTY, TEXAS GENTLEMEN: ON THIS THE day of, 20, the undersigned, hereinafter,

More information

STANDARD BID & SPECIFICATIONS PACKAGE

STANDARD BID & SPECIFICATIONS PACKAGE STANDARD BID & SPECIFICATIONS PACKAGE City of Myrtle Beach Bid # 16-B0057 Prepared by THE CITY OF MYRTLE BEACH HORRY COUNTY, SOUTH CAROLINA Infrastructure Division 3210 Mr. Joe White Avenue Myrtle Beach,

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

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

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018 Control 6325-60-001 Project RMC - 632560001 Highway IH0035 County TRAVIS Ladies/Gentlemen: Attached please find an addendum on the above captioned

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

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

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

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

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF PERFORMANCE BOND Surety Bond No. STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal, and Contractor Name & Address, as Surety, are hereby held and firmly bound unto Surety

More information

Public Notice Advertisement for Bids

Public Notice Advertisement for Bids Public Notice Advertisement for Bids Sealed bids for the purchase of multiple self-contained breathing apparatus (SCBA) and related equipment for the Fire Department will be received by the City of Bucyrus

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

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

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

OHIO DEPARTMENT OF TRANSPORTATION

OHIO DEPARTMENT OF TRANSPORTATION OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 WEST BROAD STREET, COLUMBUS, OHIO 43223 TED STRICKLAND, GOVERNOR JAMES G. BEASLEY, P.E., P.S., DIRECTOR April 24, 2008 2610 CRESCENTVILLE RD WEST

More information

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER This AGREEMENT made the Day day of MONTH in the year Two Thousand Fourteen BY AND BETWEEN CONSTRUCTOR, hereinafter called the, and the Board of Regents,

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

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

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

Application to Work on County Right-of-Way

Application to Work on County Right-of-Way Permit Number: Application to Work on County Right-of-Way LaGrange County Highway Department 300 E. Factory St.; LaGrange, IN 46761 Phone: (260) 499-6353 Fax: (260) 463-7838 Email: sfarlow@lagrangecounty.org

More information

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 Bid Opportunity No. 990-2013 Addendum 1 Page 1 of 13 FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 2. Bidder Name of Bidder Usual Business Name of Bidder

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

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED) MS-944 03-13 PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES A. DEPOSIT OF PROPOSALS. (WHEN EXECUTED) INSTRUCTIONS TO BIDDERS) All envelopes containing Bid proposals shall Troy Borough, Bradford County be

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

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

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

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

LAND IMPROVEMENT AGREEMENT

LAND IMPROVEMENT AGREEMENT LAND IMPROVEMENT AGREEMENT PM # ASP # DR # ADDRESS # THIS AGREEMENT made and entered into this day of, 20, by and between the City of Fontana, hereinafter call City and hereinafter called Applicant. WITNESSETH:

More information

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME 2018 Seal MS-944 (7-09) PROPOSAL AND CONTRACT ( WHEN EXECUTED ) INSTRUCTIONS ON PAGE 4 THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS A. DEPOSIT OF PROPOSALS. All envelopes containing Bid proposals shall

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

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

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

More information

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT RFP No. 757-2016B Page 1 of 8 FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT 2. Proponent Name of Proponent Usual Business Name of

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

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

FORM A: BID (See B9)

FORM A: BID (See B9) Bid Opportunity No. 571-2015 Addendum 1 Page 1 of 12 FORM A: BID (See B9) 1. Contract Title SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT

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

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

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) KNOW ALL MEN BY THESE PRESENTS: Bond Number: That ( OWNER ) and ( CONTRACTOR ), both as principals, hereinafter collectively

More information

NAPA SANITATION DISTRICT

NAPA SANITATION DISTRICT IMPROVEMENT AGREEMENT SANITARY SEWER IMPROVEMENTS NAPA CREEK CONDOMINIUMS THIS AGREEMENT is made as of this day of, 20 by and between NCCH 103 Napa, LP, a Delaware limited partnership (" DEVELOPER ) and

More information

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP: OFFICE USE ONLY: PERMIT NO. CITY OF OLATHE LAND DISTURBANCE PERMIT APPLICATION DEVELOPMENT-PLAT NAME: PROPERTY LOCATION: RELATED OLATHE PERMIT #: Please type or print. ESTIMATED DATE OF START OF CONSTRUCTION:

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

INVITATION TO BID ISSUE DATE: AUGUST 2, 2016

INVITATION TO BID ISSUE DATE: AUGUST 2, 2016 INVITATION TO BID ISSUE DATE: AUGUST 2, 2016 City of Fort Walton Beach, Florida BID NO: ITB 16-022 Purchasing Division 105 Miracle Strip Pkwy SW OPENING DATE: AUGUST 30, 2016 Fort Walton Beach, Florida

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

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

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER (11-08) PROPOSAL AND CONTRACT FOR EQUIPMENT AND/OR MATERIALS ONLY * INSTRUCTIONS ON PAGE 3 (THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS) A. DEPOSIT OF PROPOSALS.. 1. All envelopes containing Bid proposals

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

PERFORMANCE AND BOND AGREEMENT

PERFORMANCE AND BOND AGREEMENT Bond No. File No. 13039 PERFORMANCE AND BOND AGREEMENT THIS AGREEMENT, is entered into this day of, 2014 *******PARTIES******* "APPLICANT": NAME: Wasatch School District ADDRESS: 101 E 200 N, Heber City,

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

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

For a permit to work within the County Highway Right-of-way (ROW), please provide the following:

For a permit to work within the County Highway Right-of-way (ROW), please provide the following: KURT OSPELT Highway Superintendent COUNTY OF OSWEGO HIGHWAY DEPARTMENT 31 SCHAAD DRIVE OSWEGO, NEW YORK 13126 TELEPHONE (315) 349-8331 (315) 349-8330 FAX (315) 349-8256 For a permit to work within the

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

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 GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18016 Environmental Services Building Renovations 2641 Old Flowery Branch Road Gainesville, GA 30504 (Per Attached Specifications) Proposal Release:

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

COMMERCIAL DRIVEWAYS AND PRIVATE STREET ENTRANCES ON COUNTY ROADS

COMMERCIAL DRIVEWAYS AND PRIVATE STREET ENTRANCES ON COUNTY ROADS COMMERCIAL DRIVEWAYS AND PRIVATE STREET ENTRANCES ON COUNTY ROADS 1. Permit application(s) shall be in accordance with the attached GENERAL REQUIREMENTS and the following instructions. 2. The Kent County

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

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

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

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course)

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course) CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course) Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 Page 1 of

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

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

FINANCIAL WARRANTY CORPORATE SURETY

FINANCIAL WARRANTY CORPORATE SURETY 1313 Sherman Street, Room 215 Denver, CO 80203 FINANCIAL WARRANTY CORPORATE SURETY Operator: Operation: Permit No.: Bond No.: Warrantor: Street: City: State: Area Code: Zip Code: Telephone: This form has

More information

Central Unified School District Request for Proposal

Central Unified School District Request for Proposal Central Unified School District Request for Proposal Auditing Services RFP Number 55 Print Date: 2/6/2004 10:19 AM REQUEST FOR PROPOSALS AUDITING SERVICES TABLE OF CONTENTS Notice of Request for Proposals

More information

Administrative Report

Administrative Report ITEM NO 8 Administrative Report Council Action Date: April 14, 2015 To: From: Subject: MAYOR AND CITY COUNCIL Mike Goodson, City Manager RESOLUTION No. 7710 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY

More information

Proposal for Bidding Purposes

Proposal for Bidding Purposes Proposal for Bidding Purposes For Construction of: ILLABOT CREEK ALLUVIAL FAN RESTORATION PROJECT (ROCKPORT CASCADE RD) #ES8700-1, SRFB Project No. 14-1246C SKAGIT COUNTY PUBLIC WORKS SKAGIT COUNTY Public

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

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX Contract # XXXX-XXXX #Project Name #Project Limits #Project Description ELECTRONIC BID SUBMISSIONS ONLY Bid Submissions shall be received by the Bidding

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

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

Invitation to Submit Tenders

Invitation to Submit Tenders You are invited to submit a tender for: Road Grader Maintenance Contract Invitation to Submit Tenders To submit a tender, complete the attached Contract for Road Grader Maintenance Contract and submit

More information

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist 270 North Clark Street Powell, Wyoming 82435 (307) 754-5106 FAX (307) 754-5385 June 21, 2018 SUBJECT: Refuse Containers To Whom It May Concern: This letter is your notification of the City of Powell's

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

Proposal for Bidding Purposes

Proposal for Bidding Purposes Proposal for Bidding Purposes For the Construction of: EDISON SLOUGH BOX CULVERTS Worline Road & Bow Cemetery Road Skagit County Project #WA402149 SKAGIT COUNTY PUBLIC WORKS SKAGIT COUNTY Public Works

More information

SAMPLE SERVICING AGREEMENT. THIS AGREEMENT made in duplicate this day of, 20, Between:

SAMPLE SERVICING AGREEMENT. THIS AGREEMENT made in duplicate this day of, 20, Between: ROAD CONSTRUCTION AGREEMENT THIS AGREEMENT made in duplicate this day of, 20, Between: the of, Address:, Saskatchewan, S, a corporate municipality in the Province of Saskatchewan (hereinafter called the

More information

Commercial Carpet Replacement

Commercial Carpet Replacement Commercial Carpet Replacement RAPID CITY PUBLIC LIBRARY RAPID CITY, SOUTH DAKOTA December 21, 2005 2:30 P.M. GRETA CHAPMAN DIRECTOR RAPID CITY PUBLIC LIBRARY BOARD OF TRUSTEES Monte Loos Jim Olson Bobbie

More information