TABLE OF CONTENTS. TABLE OF CONTENTS... 2 to 5. INVITATION TO BID... 6 to 7 INFORMATION AVAILABLE TO BIDDERS..8. INSTRUCTIONS TO BIDDERS...

Size: px
Start display at page:

Download "TABLE OF CONTENTS. TABLE OF CONTENTS... 2 to 5. INVITATION TO BID... 6 to 7 INFORMATION AVAILABLE TO BIDDERS..8. INSTRUCTIONS TO BIDDERS..."

Transcription

1

2 TABLE OF CONTENTS TABLE OF CONTENTS... 2 to 5 INVITATION TO BID... 6 to 7 INFORMATION AVAILABLE TO BIDDERS..8 INSTRUCTIONS TO BIDDERS... 9 to 16 SECTION I. BIDDING AND CONTRACT DOCUMENTS REQUIRED OF ALL BIDDERS BID FORM.17 to 20 BID BOND SECTION II. DOCUMENTS REQUIRED OF SUCCESSFUL BIDDER AFFIDAVIT CORPORATE RESOLUTION (SAMPLE) AGREEMENT to 27 HOLD HARMLESS AGREEMENT PERFORMANCE BOND to 30 LABOR AND MATERIALS (PAYMENT) BOND to 32 AFFIDAVIT-EMPLOYMENT STATUS VERIFICATION..33 ATTESTATION CLAUSE OF PAST CRIMINAL CONVICTIONS 34 SECTION III. SUPPLEMENTARY CONDITIONS... SC-1 to SC-9 GENERAL CONDITIONS.... GC-1 to GC-41 2

3 DIVISION 01 THRU 02 TECHNICAL SPECIFICATIONS DIVISION 01 GENERAL REQUIREMENTS SECTION SPECIAL PROJECT PROCEDURES thru SECTION SUMMARY OF WORK thru SECTION CONTROL OF WORK thru SECTION MEASUREMENT AND PAYMENT thru SECTION SCHEDULE OF VALUES SECTION PROJECT COORDINATION thru SECTION JOB SITE ADMINISTRATION thru SECTION FIELD ENGINEERING & SURVEYING thru SECTION REFERENCE STANDARDS thru SECTION REQUESTS FOR PAYMENT thru SECTION CHANGE ORDER PROCEDURES thru SECTION PROJECT MEETINGS thru SECTION SCHEDULES thru SECTION SITE CONDITIONS SURVEY SECTION SHOP DRAWINGS, PRODUCT DATA AND SAMPLES thru SECTION CONSTRUCTION PHOTOGRAPHS AND VIDEO RECORDINGS thru SECTION QUALITY REQUIREMENTS thru SECTION MOBILIZATION thru SECTION TEMPORARY SIGNS & BARRICADES thru

4 TABLE OF CONTENTS (Continued) SECTION TEMPORARY UTILITIES thru SECTION PROTECTION OF EXISTING FACILITIES AND PROPERTY thru SECTION SITE ACCESS thru SECTION TEMPORARY ENVIRONMENTAL CONTROLS thru SECTION MATERIAL AND EQUIPMENT thru SECTION CONTRACT CLOSEOUT thru SECTION CLEANING thru SECTION PROJECT RECORD DOCUMENTS thru SECTION WARRANTIES AND BONDS thru DIVISION 02 SITE WORK SECTION SITE PREPARATION thru SECTION DEWATERING thru SECTION EARTHWORK thru SECTION GRADING SECTION GEOTEXTILE FABRIC thru SECTION GEOGRID thru SECTION STONE BASE COURSE SECTION TRAFFIC MAINTENANCE AGGREGATE (VEHICULAR MEASUREMENT) SECTION ROADWAY AND STREET RESTORATION thru

5 TABLE OF CONTENTS (Continued) SECTION HANDICAPPED CURBED RAMPS thru SECTION REFLECTORIZED RAISED PAVEMENT MARKINGS, PLASTIC PAVEMENT STRIPING, AND SYMBOLS thru SECTION MISCELLANEOUS WORK AND CLEANUP thru

6 INVITATION TO BID The City of Kenner will receive sealed bids for the Reconstruction of Hollandey Street (Airline Drive to Railroad Tracks). The work generally consist of the following: Project scope consists of removal of the existing asphalt pavement and subsurface base and replacing with new asphalt and crushed stone base course. New plastic pavement striping will be placed along with incidental concrete work. Sealed Bids will be received by the City of Kenner in the Purchasing Department, 1801 Williams Blvd. Building C, Third Floor, Kenner, Louisiana until 9:45 a.m. on Monday, December 4, Bids will not be accepted after this time. All interested parties are invited to attend the bid opening on the same day at 10:00 a.m. in the Council Chamber, located at 1801 Williams Boulevard, Kenner, Louisiana, at which time they will be publicly read. There will be a pre-bid meeting on Monday, November 27, 2017 at 10:00a.m. at Public Works Building, 1610 Rev. Wilson, Kenner, LA. All interested parties are invited to attend. Licensed General Contractors for building construction may obtain and submit bids electronically by visiting If submitting bid electronically, a bid bond is the only acceptable form of bid security. A cashier s or certified check will be NOT accepted. Copies of Bidding Documents and Contract Documents for review or for use in preparing bids may be obtained from the Consulting Design Professionals, Digital Engineering & Imaging, Inc. located at 527 W. Esplanade Ave., Suite 200 upon deposit of $ for each set of documents. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents in good condition no later than ten days after receipt of bid. Said refunds will only be made for a complete set of documents if it is returned in good condition and returned within 10 days following bid opening. Partial sets of documents will not be issued. Any bidder to whom a contract is awarded shall certify that he holds an active license in accordance with LSA-R.S. 37:2150 et. seq. Bidders must write their Louisiana State Contractor s license number on the outside of the bid envelope prior to bid submission for public works construction projects estimated at $50,000 and above. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor s license number in order to meet the requirements of LSA-R.S. 37:2163. Except as otherwise provided herein, if the bid does not contain the contractor s certification and show the contractor s license number on the bid envelope, the bid shall be automatically rejected, shall be returned to the bidder marked REJECTED and shall not be read aloud. In accordance with LA R.S. 38:2212 and Louisiana Administrative Code 34:III.Chapter 3 307, bid submission shall conform to those requirements state on the Louisiana Uniform Public Work Bid Form. Additionally, as evidence of good faith, each bidder must attach bid security in the amount of five percent (5%) of the contract price. Acceptable forms of bid security include: a bid 6

7 bond in favor of City of Kenner; certified check payable to City of Kenner; or a cashier s check payable to City of Kenner. However, for bids submitted electronically, a bid bond is the only acceptable form of bid security. The low bidder s attestation pursuant to LA R.S. 38: ( Affidavit Employment Status Verification ), LA R.S. 38:2227 ( Past Criminal Convictions of Bidders, and LA R.S. 38:2224 ( Non-Collusion Affidavit ) shall be furnished by the low bidder within ten (10) days after the bid opening. All other documentation required to be submitted by low bidder, including, but not limited to, a performance bond, labor and materials payment bond, hold harmless agreement, and insurance certificate(s), shall be furnished to Owner prior to contract execution. Bids will be received on a total bid price basis. If a contract for work is to be awarded, it will be awarded to the lowest responsive bidder who had bid according to the contract, plans, and specifications as advertised. Determination of the lowest bid shall be on the basis of the sum of the base bid and any alternates accepted by the Owner, subject to the Owner s and the Design Professional s evaluation of the corresponding bid form and the provision of the Louisiana Public Contracts Law (LA R.S. 38:2181 et seq.). The Work is to commence within 10 days after the Notice to Proceed. Completion of the Work is required within 90 calendar days following the Date of Contract as stated in the Notice to Proceed. The bid prices shall include all such taxes and the costs of all required permits, insurance and bonds, if any. No Bid may be withdrawn within a period of 45 days after the date fixed for opening bids for this project. For just cause, the City of Kenner reserves the right to reject any and all Bids. CITY OF KENNER Sealed Bid No Advertisement: Times-Picayune Publishing Dates: November 8, 15, and November 22, 2017 /s/theresa L. Nevels Purchasing Director 7

8 INFORMATION AVAILABLE TO BIDDERS N/A END OF SECTION 8

9 INSTRUCTIONS TO BIDDERS - LIST OF SUBJECTS B-1 CROSS REFERENCE TO PRIMARY STATEMENTS B-2 QUALIFICATION OF BIDDERS B-3 LOUISIANA LICENSE REQUIREMENTS B-4 FAMILIARIZATION WITH THE WORK B Site Conditions B-5 INTERPRETATIONS B-6 TAXES AND PERMITS B-7 BID SECURITY B-8 RETURN OF BID SECURITY B-9 CONTRACT TIME B-10 SUBCONTRACTORS B Suppliers B-11 BIDS B Bid Form B Bid Pricing B Electronic and Manual Submission of Bids B Special Requirements for Manual Submission of Bids B Modification and Withdrawal of Bids B Bids to Remain Open B-12 AWARD OF CONTRACT B-13 EXECUTION OF AGREEMENT B-14 COPIES OF CONTRACT DOCUMENTS B-15 LOCAL MATERIALS AND FIRMS B-16 WORK SCHEDULING B-17 WORK ON PRIVATE PROPERTY B-18 USE OF POTABLE WATER B-19 PERFORMANCE AND PAYMENT BONDS B-20 SUPPLEMENTARY INSURANCE B-1 CROSS REFERENCE TO PRIMARY STATEMENTS. Definitions, requirements, and limitations affecting the bidding are contained in the various contract documents, and are not necessarily repeated in these instructions. The following is a partial list of applicable provisions and their locations: Availability of Land General Conditions and Division 1 Bonds and Insurance General and Supplemental Conditions Definitions General and Supplemental Conditions Detailed Description of the Work Division 1 Liquidated Damages Agreement Laws and Regulations General and Supplemental Conditions Retainage Agreement and Supplemental Conditions Subsurface Investigations General and Supplemental Conditions 9

10 B-2 QUALIFICATIONS OF BIDDERS. Bidders may be required to submit evidence that they have a practical knowledge of the particular Work bid upon, and that they have the financial resources to complete the proposed Work. In determining the Bidder's qualifications, the following factors will be considered: Work previously completed by the Bidder and whether the Bidder (a) maintains a permanent place of business, (b) has adequate plant and equipment to do the Work properly and expeditiously, (c) has the financial resources to meet all obligations incidental to the Work, and (d) has appropriate technical experience. Each Bidder may be required to show that former work has been handled and that no just claims are pending against such work. No Bid will be accepted from a Bidder who is engaged in any work, which would impair the Bidder's ability to perform or financially manage this Work. B-3 LOUISIANA LICENSE REQUIREMENTS. State regulations require that any prospective Bidder on construction contracts of $50, or greater obtain a Louisiana Contractor's License prior to either acquiring bidding documents or submitting a bid. Each prospective Bidder shall produce evidence that the Bidder possesses the proper Louisiana Contractor's License before the Bidder will be allowed to acquire copies of bidding documents, all in accordance with LSA-R.S.38:2212 (A)(1)(e). Any bidder to whom a contract is awarded shall certify that he holds an active license in accordance with LSA-R.S. 37:2150 et. seq. Bidders must write their Louisiana State Contractor s license number on the outside of the bid envelope prior to bid submission for public works construction projects estimated at $50,000 and above. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor s license number in order to meet the requirements of LSA-R.S. 37:2163. Except as otherwise provided herein, if the bid does not contain the contractor s certification and show the contractor s license number on the bid envelope, the bid shall be automatically rejected, shall be returned to the bidder marked REJECTED and shall not be read aloud. B-4 FAMILIARIZATION WITH THE WORK. Before submitting a Bid, each prospective Bidder shall become familiar with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations and other factors affecting performance of the Work. The Bidder shall carefully correlate its observations with requirements of the Contract Documents and otherwise become satisfied with the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of such familiarization. B Site Conditions. Each Bidder shall visit the site of the Work and become completely informed relative to construction hazards and procedure, the availability of lands, the 10

11 character and quantity of surface and subsurface materials, utilities to be encountered, the arrangement and condition of existing structures and facilities, the procedure necessary for maintenance or uninterrupted operation of existing facilities, the character of construction equipment and facilities needed for performance of the Work, and facilities for transportation, handling, and storage of materials and equipment. All such factors shall be properly investigated and considered in the preparation of the Bid. B-5. INTERPRETATIONS. All questions about the meaning or intent of the Contract Documents shall be submitted to Design Professional in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by Design Professional as having received the bidding documents. Addenda will be issued at least three (3) days (excluding weekends and holidays) prior to the time stated for opening bids. Questions received less than ten (10) working days prior to the date for opening of bids will not be answered. Only answers furnished by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. B-6. TAXES AND PERMITS. Attention is directed to the requirements of the General and Supplementary Conditions regarding payment of taxes and obtaining permits. All taxes that are lawfully assessed against Owner or Contractor in connection with the Work shall be paid by the Contractor. The bid prices shall include all such taxes and the costs of all required permits. B-7. BID SECURITY. The amount of bid security is as stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier s check or bid bond. If submitting bid electronically, a bid bond is the only acceptable form of bid security. A cashier s or certified check will be NOT accepted. If bid bond is used, then it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid security shall be made payable without condition to City of Kenner, Louisiana, the Owner. The bid security may be retained by and shall be forfeited to the Owner as liquidated damages if the Bid is accepted and a contract based thereon is awarded and the Bidder should fail to enter into a contract in the form prescribed, with legally responsible sureties, within thirty (30) days after such award is made by Owner. For the bidder s convenience, a bid bond form has been provided. 11

12 B-8 RETURN OF BID SECURITY. The bid security of the successful Bidder will be retained until execution of the Agreement and furnishing of the required Contract Security, whereupon checks furnished as bid security will be returned; if the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within thirty (30) days of the Notice of Award, Owner may annul the Notice of Award and the bid security of that Bidder will be forfeited. The bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award shall be returned upon execution of Agreement. B-9. CONTRACT TIME. The Contract Time is an essential part of the contract and it will be necessary for each Bidder to satisfy Owner of its ability to complete the Work within the time set forth in this Bid Specification. Provisions for delays, liquidated damages, and extensions of time are set forth in the General and Supplementary Conditions. B-10. SUBCONTRACTORS. Within seven (7) days after Bids are opened, the apparent low Bidder, and any other Bidder so requested, shall submit a list of all Subcontractors expected to be used in the Work. The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. B Suppliers. The list of subcontractors shall also include the suppliers and manufacturers of principal items of materials and equipment the Bidder expects to use in the work unless such suppliers or manufacturers are named in the bid. B-11. BIDS. B Bid Form. A separate copy of the Bid Form is provided for purposes of submitting a bid. Bid Form must be completed in ink or typewritten. Bids by corporations must be executed in the corporate name by the appropriate corporate officer. If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LSA R.S. 38:2212(A)(1)(c) or R.S. 38:2212(O). When requested by Owner, evidence of the authority of the person signing shall be furnished. A bid price shall be indicated for each lump sum item and/or unit price item listed therein. Bids received without all items completed may be considered non-responsive. The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers and dates of which shall be filled in on the Bid Form. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder. If initialed, Owner may require the Bidder to identify any alteration so initialed. 12

13 B Bid Pricing. The Bidder shall complete the schedule of all unit and lump sum prices included in the Bid Form and shall accept all fixed unit prices listed therein. The total Bid will be determined as the sum of the products of the estimated quantity of each item and the unit price bid. The final Contract Price will be subject to adjustment according to final measured, used, or delivered quantities as provided in Division 1, and the unit prices in the bid will apply to such final quantities except that unit prices will be subject to change by Change Order if quantities vary more than twenty-five percent (25%). By completing the bid form, vendor is acknowledging any and all insurance requirements attached hereto this bid and has factored such costs into total bid price. B Electronic and Manual Submission of Bids. The Bidder is only required to submit the forms as stated in Section B BID FORM. Other documentation required shall be furnished by the low bidder at a later date, in accordance with the timetable in Section B-12 (Award of Contract) and B-13 (Execution of Agreement). Bidder shall assume full responsibility for timely delivery for receipt of bids. Oral, telephone, or telegraph Bids are invalid and will not receive consideration. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. All bids are due at the time and date specified in the Invitation to Bid, or the modified time and date indicated by subsequent Addendum. B Special Requirements for Manual Submission of Bids If bidder is submitting manually, the Bid Form and accompanying data in accordance with section B BID FORM shall be enclosed in a sealed opaque envelope or wrapping, addressed to: City of Kenner Purchasing Department 1801 Williams Blvd. 3 rd Floor Building C Kenner, Louisiana and identified on the outside with the Bidder's name and Louisiana Contractor's license number and with the words Reconstruction of Hollandey Street (Airline Drive to Railroad Tracks) the notation "BID ENCLOSED" on the face thereof. 13

14 Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or the modified time and date indicated by Addendum. Bids received after the time and date for receipt of Bids will be returned unopened. B Modification and Withdrawal of Bid. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a bid must be executed) and delivered at any time prior to the opening of bids. No Bids may be withdrawn after the scheduled closing time for receipt of Bids, nor for at least forty-five (45) days thereafter, except that Bids containing patently obvious mechanical, clerical, or mathematical errors may be withdrawn by the Bidder if clear and convincing sworn, written evidence is furnished to the Owner within 48 hours of the bid opening excluding Saturdays, Sundays, and legal holidays, in accordance with the Louisiana Public Bid Law. Under no circumstances may a Bidder be allowed to raise any prices as contained in the initial Bid. A Bidder who attempts to withdraw a Bid under provisions of this section shall be allowed to resubmit a Bid on the same contract in the event that it is re-advertised. B Bids to Remain Open. All Bids shall remain open for forty-five (45) days after the day of the Bid opening. Owner shall release Bids and return Bid securities as specified in this section under "Return of Bid Security". B-12. AWARD OF CONTRACT. Owner shall award a contract to the Bidder who, in Owner's judgment, is the lowest responsive, responsible Bidder. Owner reserves the right to reject any or all Bids, and to reject nonconforming, nonresponsive, or conditional Bids. In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of Subcontractors and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. The rejection procedure will be in accordance with the Louisiana Public Bid Law, LSA-R.S. 38:2212 et seq. In the event that a bid is awarded, a formal written notice of intent to award will be given to the lowest responsible bidder who had bid according to the contract, plans, and specifications as advertised. The low bidder s attestation pursuant to LA R.S. 38: ( Affidavit Employment Status Verification ), LA R.S. 38:2227 ( Pas Criminal Convictions of Bidders ), and LA R. S. 38:2224 ( Non-Collusion Affidavit ) shall be furnished by low bidder within ten (10) days after the bid opening. All other documentation required to be submitted by low bidder, including, but not limited to, a performance bond, labor and materials payment bond, hold harmless agreement, and insurance certificate(s), shall be furnished to Owner prior to contract execution. Should Contractor receive a notice of disapproval and/or deficiency from Owner or Design Professional regarding any of these documents, Contractor will be given seventy-two (72) hours from the date of such notice to correct deficiency. In the event that 14

15 Contactor fails or refuses to furnish the required certificates, bonds, etc., Owner reserves the right to disqualify said Contractor and award the bid to the next lowest responsive bidder who had bid according to the contract, plans, and specifications as advertised. The date on bond forms shall be left blank for filling in by Owner. The certification date on the power of attorney also shall be left blank for filling in by Owner. Owner shall insert the date on bond forms, and power of attorney, and return copies to Design Professional for review and distribution. If the contract is awarded, Owner shall do so within forty-five (45) days of the Bid Opening, unless the successful Bidder has agreed in writing to hold its bid price for a longer period. B-13 EXECUTION OF THE AGREEMENT. No less than seventeen (17) days after award, Design Professional shall furnish to Contractor four (4) copies of the executed Agreement and other Contract Documents bound therewith. The date of contract on the Agreement shall be left blank for filling in by Owner. Owner shall execute the Contract Documents, insert the date of contract on the Agreement, Bonds, and Power of Attorney, and return copies to Design Professional for review and distribution. Contractor shall be responsible for filing one complete copy of the executed Contract Documents with the Recorder of Mortgages in Jefferson Parish, and promptly furnish recordation information to Owner. No payment shall be made until this requirement is fulfilled. B-14 COPIES OF CONTRACT DOCUMENTS. Copies of the drawings and specifications for use in preparing Bids may be obtained from the Design Professional in accordance with the Invitation to Bid. Payment in cash or check, payable to the Design Professional in accordance with the Invitation to Bid, will be required for the documents on the following basis: One (1) complete set of plans and specifications $ Deposits will be refunded in accordance with LSA- R.S. 38:2212 provided the documents do not contain any permanent markings and can be reused for Contract Documents. The Contractor to whom a contract is awarded will be furnished five (5) copies of the specifications and the drawings, together with all Addenda thereto for Contractors use in performing the work. B-15. LOCAL MATERIALS AND FIRMS. By statutory authority, preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside of the State (LSA R.S. 38:2251), and preference is hereby given to firms doing business in the State of Louisiana (LSA R.S. 38:2253). Please refer to Supplementary Conditions, Paragraph SC

16 B-16. WORK SCHEDULING. Because of the nature of this contract, it may be necessary for the Contractor to respond to emergencies immediately upon notification. B-17. WORK ADJACENT TO PRIVATE PROPERTY. The Contractor shall be aware that work may be performed adjacent to private property. The Contractor shall notify, prior to the start of work in the area, all property owners adjacent to and along the route of construction by means of either a printed circular or form letter giving the general details of the work. The letter shall also include names and telephone numbers for key project personnel of the Contractor so that property owners may report problems. These contact telephone numbers shall be given so that appropriate personnel may be contacted 24 hours a day, seven days a week. B-18. USE OF POTABLE WATER. If the Contractor intends to use water from the Parish water system, Contractor shall first obtain a water meter from the Jefferson Parish Department of Water. The Contractor will be responsible for all costs incurred with water usage. B-19. PERFORMANCE AND PAYMENT BONDS. Upon contract execution, the successful Bidder will be required to furnish a Performance Bond guaranteeing faithful performance. The successful Bidder will also be required a Labor and Materials Payment Bond guaranteeing the payment of all bills and obligations arising from the performance of the contract. The amount of these bonds shall be the total contract amount. These bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. B-20 SUPPLEMENTARY INSURANCE. The successful Bidder will be required to furnish insurance that meets the requirements set out in the General and Supplemental Conditions. A number of the insurance requirements are contingent on certain categories of risk being present on the Reconstruction of Hollandey Street (Airline Drive to Railroad Tracks). While the nature of the insurable risk on the project may change, an initial assessment of the project shows that the contingent insurances below will be required for this project. a) Builder's Risk Insurance as detailed in SC-2.07 (Not Currently Required). b) Contractor s Pollution (Owner's Protective Liability) as detailed in SC-2.05 (Not Currently Required) c) Automobile Coverage including the Transpiration of Pollutants as detailed in SC-2.02(e) (Not Currently Required) d) Lift Risk Liability as detailed in SC-2.03(f) (Not Currently Required). e) Maritime Liability (Not Currently Required) f) Umbrella Liability Policy as detailed in SC-2.04( $1 Million Recommended). Note to Vendor: Factor all costs associated with insurance requirements and bonds, if applicable, into final bid price. END OF SECTION 16

17 LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Depar4tment 1801 Williams Blvd., Building C, 3 rd Floor _Kenner, LA (Owner to provide name and address of owner) BID FOR: Reconstruction of Hollandey Street (Airline Drive to Railroad Tracks) City of Kenner Project No RB (Owner to provide name of project and other identifying information) The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, all in strict accordance with the Bidding Documents prepared by: Digital Engineering & Imaging, Inc. and dated: September 2017 (Owner to provide name of entity preparing bidding documents.) Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging). TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated Base Bid * but not alternates) the sum of: Dollars ($ ) ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description. Alternate No. 1 (Owner to provide description of alternate and state whether add or deduct) or the lump sum of: Dollars ($ ) Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: Dollars ($ ) Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: Dollars ($ ) NAME OF BIDDER: ADDRESS OF BIDDER: LOUISIANA CONTRACTOR S LICENSE NUMBER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: TITLE OF AUTHORIZED SIGNATORY OF BIDDER: SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **: DATE: 17 * The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed. ** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La. R.S. 38:2212(A)(1)(c) or RS 38:2212(O). BID SECURITY in the form of a bid bond, certified check or cashier s check as prescribed by LA RS 38:2218.A is attached to and made a part of this bid.

18 LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: City of Kenner Purchasing Department BID FOR: Reconstruction of Hollandey Street 1801 Williams Blvd., Bldg. C, 3 rd Floor (Airline Drive to Railroad Tracks) Kenner, Louisiana City of Kenner Project No RB UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: REMOVAL OF CONCRETE WALKS AND DRIVES BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 1 32 SQ YD DESCRIPTION: REMOVAL OF ASPHALT PAVEMENT BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) SQ YD DESCRIPTION: GENERAL EXCAVATION (NET SECTION) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) CU YD DESCRIPTION: GEOTEXTILE FABRIC BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) SQ YD DESCRIPTION: CLASS II BASE COURSE (STONE) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) CU YD DESCRIPTION: TRAFFIC MAINTENANCE AGGREGATE (VENICULAR MEASUREMENT) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 6 25 CU YD DESCRIPTION: ASPHALT CONCRETE BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) TON DESCRIPTION: HANDICAPPOED CURBED RAMPS BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 8 2 EACH DESCRIPTION: TEMPORARY SIGNS & BARRICADES BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 9 1 LUMP DESCRIPTION: MOBILIZATION BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 10 1 LUMP 18

19 LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: City of Kenner Purchasing Department BID FOR: Reconstruction of Hollandey Street 1801 Williams Blvd., Bldg. C, 3 rd Floor (Airline Drive to Railroad Tracks) Kenner, Louisiana City of Kenner Project No RB UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: REFLECTORIZED RAISED PAVEMENT MARKERS BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) EACH DESCRIPTION: PLASTIC PAVEMENT STTIPPING (4 WIDTH) (THERMOPLASTIC 90 MIL) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) LIN FT DESCRIPTION: PLASTIC PAVEMENT STRIPING (8 WIDTH) (THERMOPLASTIC 90 MIL) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) LIN FT DESCRIPTION: PLASTIC PAVEMENT STRIPING (24 WIDTH) (THERMOPLASTIC 125 MIL) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) LIN FT DESCRIPTION: OPLASTIC PVMT LEGENDS & SYMBOLS (ARRTOW-LT TURN) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 15 1 EACH DESCRIPTION: PLASTIC PVMT LEGENDS & SYMBOLS (ARROW-RT TURN) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 16 1 EACH DESCRIPTION: PLASTIC PVMT LEGENDS & SYMBOLS (ONLY) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 17 2 EACH DESCRIPTION: PLASTIC PVMT LEGENDS &SYMBOLS (RR CROSSING) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 18 1 EACH DESCRIPTION: CONSTRUCTION LAYOUT BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 19 1 LUMP DESCRIPTION: GEOGRIFD BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) SQ YD 19

20 LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: City of Kenner Purchasing Department BID FOR: Reconstruction of Hollandey Street 1801 Williams Blvd., Bldg. C, 3 rd Floor (Airline Drive to Railroad Tracks) Kenner, Louisiana City of Kenner Project No RB UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: SAW CUTTING PAVEMENT (ASPHALT OR CONCRETE) BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) LIN FT DESCRIPTION: EROSION CONTROL BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 22 1 LUMP SUM DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION: BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 20

21 BID BOND KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, as PRINCIPAL, and as SURETY, are held and firmly bound unto the City of Kenner, State of Louisiana, acting herein by and through the City Council, the governing authority for said City, hereinafter called the "OWNER", in the penal sum of: DOLLARS ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated the day of, 20 Reconstruction of Hollandey Street (Airline Drive to Railroad Tracks). NOW, THEREFORE, if the Principal shall not withdraw said Bid within the period specified herein after the opening of the same or, if no period be specified, within sixty (60) days after the said opening, and shall within the period specified therefore or, if no period be specified, within twelve (12) days after the prescribed forms are presented to him for signature, enter into a written Contract with the OWNER in accordance with the Bid as accepted, and give bond with good sufficient surety and sureties, as may be required, for the faithful performance and proper fulfillment of such Contact; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the OWNER the difference between the amount specified in said bid and the amount for which the OWNER may procure the required work or supplies, or both, if the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise, to remain in full force and virtue. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this day of, 20, and these presents signed by its undersigned representative, pursuant to authority of its governing body. WITNESSES: BY: (Principal) TITLE: (Surety) BY: (Attorney-in-fact) (Address) 21

22 STATE OF LOUISIANA PARISH OF JEFFERSON NON-COLLUSION AFFIDAVIT BEFORE ME, the undersigned authority, personally came and appeared, (Name) who after being by me duly sworn and deposed said that he is the fully authorized (Title) of (hereinafter referred to as bidder), the party who (Name of Bidder) submitted a bid for Reconstruction of Hollandey Street (Airline Drive to Railroad Tracks) was received by City of Kenner on Monday, December 4, 2017 and said affiant further said: (1) The bidder employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than persons regularly employed by the bidder whose services in connection with the construction of the public building or project or in securing the public contract were in the regular course of their duties for bidder, and (2) That no part of the contract price received by bidder was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the bidder whose services in connection with the construction of the public building or project were in the regular course of their duties for bidder. (3) Said bid is genuine and the bidder has not colluded, conspired, or agreed, directly or indirectly, with any other bidder to offer a sham or collusive bid. (4) Said bidder has not in any manner, directly or indirectly, agreed with any other person to fix the bid price of affiant or any other bidder, or to fix any overhead profit or cost element of said bid price, or that of any other bidder, or to induce any other person to refrain from bidding. (5) Said bid is not intended to secure an unfair advantage of benefit from the Parish of Jefferson or in favor of any person interested in the proposed contract. (6) All statements contained in said bid are true and correct. (7) Neither affiant nor any member of his company has divulged information regarding said bid or any data relative thereto any other person, firm, or corporation. SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF 20. (Authorized Signature) NOTARY PUBLIC 22

23 CORPORATE RESOLUTION EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF AT THE MEETING OF DIRECTORS OF, DULY NOTICED AND HELD ON,, A QUORUM BEING THERE PRESENT, ON MOTION DULY MADE AND SECONDED, IT WAS RESOLVED THAT, BE AND IS HEREBY APPOINTED, CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY-IN- FACT OF THE CORPORATION WITH FULL POWER AND AUTHORITY TO ACT ON BEHALF OF THIS CORPORATION IN ALL NEGOTIATIONS, BIDDING, CONCERNS AND TRANSACTIONS WITH THE CITY OF KENNER OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SURETIES, CONTRACTS AND ACTS AND TO RECEIVE AND RECEIPT THEREFOR ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS OF ANY SUCH BID OR CONTRACT, THIS CORPORATION HEREBY RATIFYING, APPROVING, CONFIRMING AND ACCEPTING EACH AND EVERY SUCH ACT PERFORMED BY SAID AGENT AND ATTORNEY-IN-FACT. I HEREBY CERTIFY THE FOREGOING TO BE A TRUE AND CORRECT COPY OF AN EXCERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RESCINDED. SECRETARY DATE 23

24 AGREEMENT THIS AGREEMENT, made the day of, 20, by and between, City of Kenner, Jefferson Parish, Louisiana, referred to in these Contract Documents as "Owner" acting through its Mayor, and referred to in these Contract Documents as "Contractor": WITNESSETH: THAT WHEREAS: in accordance with law, Owner has caused Contract Documents to be prepared and an Invitation to Bid to be published, for and in connection with Reconstruction of Hollandey Street (Airline Drive to Railroad Tracks) WHEREAS, Contractor, in response to the Invitation to Bid, has submitted to Owner, in the manner and at the time specified, a sealed Bid in accordance with Instructions to Bidders; and WHEREAS, Owner, in the manner prescribed by law, has publicly opened, examined, and canvassed the Bids submitted, and has determined Contractor to be the lowest and best Bidder for the Work and duly awarded to Contractor a contract therefore, for the sum or sums named in Contractor's Bid. NOW, THEREFORE, in consideration of the compensation to be paid to Contractor and of the mutual agreements herein contained, the parties to these presents have agreed and hereby agree, Owner for itself and its successors, and Contractor for itself, himself, or themselves, and its, his, or their successors and assigns, and its, his, or their executors and administrators, as follows: ARTICLE I. All notices, letters, and other communication directed to Owner shall be delivered or addressed and mailed, postage prepaid to: City of Kenner Public Works Department 1801 Williams Blvd. Kenner, Louisiana The business address of Contractor given in the Bid Form and Contractor's office in the vicinity of the Work are both hereby designated as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. Contractor may change his address at any time by written notification to Owner. ARTICLE II. The Contractor shall perform all Work, including the assumption of all obligations, duties and responsibilities necessary to the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the Work; tools, equipment, supplies, transportation, facilities, labor, superintendence and services required to perform the Work; and Bond, insurance and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor for the Work included in and covered by Owner's official award of this contract to Contractor, such award being based on the acceptance by Owner of Contractor's Bid. 24

25 ARTICLE III. That owner shall pay to Contractor for performance of the Work embraced in this contract, and Contractor shall accept as full compensation therefore, the sum (subject to adjustment as provided in the Contract Documents) of dollars ($ ) for all Work covered by and included in the contract award and designated in the foregoing Article I; payment thereof to be made in current funds in the manner provided in the Contract Documents. ARTICLE IV. That Contractor shall complete all Work within 90 calendar days, after the commencement of Contract Time (as defined in General Conditions). ARTICLE V. Time is an essential condition of the contract. Should Contractor fail to perform the Work within the Contract Time stipulated herein, Contractor shall pay to Owner, as liquidated damages and not as a penalty, 0.1% of the contract amount including change orders per calendar day of default, or $ per day, whichever is greater, unless the Contract Time is extended by Owner. After ENGINEER and OWNER conduct a Final Inspection of the Work, a Punch List of outstanding items to be completed, if any, will be issued to the CONTRACTOR. CONTRACTOR shall have thirty (30) calendar days to complete any outstanding items of Work remaining to be completed or corrected as detailed as a result of the Final inspection. If upon expiration of said thirty (30) calendar days the aforementioned outstanding items of Work have not been completed, liquidated damages in the amount of 0.1% of the contract amount including change orders per day will be reinstated for every day in which the outstanding items of Work have not been completed. In case of joint responsibility for delay in the final completion of the Work, where two or more separate contracts are in force at the same time and cover related work at the same location, liquidated damages assessed against any one Contractor will be based upon the individual responsibility of that Contractor for the delay as determined by, and in the judgment of, Design Professional. The expiration of the Contract Time shall ipso facto constitute a putting in default where Contractor has failed to perform the Work, and Owner need not formally place the Contractor in default. Contractor hereby waives any and all notices of default. ARTICLE VI. Pursuant to LSA-R.S. 38:2248 (Public Contract Law), Owner shall retain the following percentages of each progress payment until payment is due under the terms and conditions governing substantial completion or final payment. CONTRACT AMOUNT RETAINAGE $0-$499, % $500,000 or greater 5% ARTICLE VII. That the Contract Documents which comprise the contract between Owner and Contractor, attached hereto and made a part of the documents listed in Table of Contents, and the documents identified below. Addenda numbers: Information submitted by Contractor prior to the time Owner issues 25

Project Manual for: CITY OF NEW KENNER Roof Repairs to Rivertown Main Theater. 325 Minor Street Kenner, LA. Prepared By

Project Manual for: CITY OF NEW KENNER Roof Repairs to Rivertown Main Theater. 325 Minor Street Kenner, LA. Prepared By Project Manual for: CITY OF NEW KENNER 325 Minor Street Prepared By LINFIELD, HUNTER & JUNIUS, INC. 3608 18 th Street, Suite 200 Metairie, LA 70002 Dec 12, 2016 LH&J Project No. 16-107 December 12, 2016

More information

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR. Kenner City Hall Building A Landscape Enhancements KENNER, LA. MAYOR Michael S.

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR. Kenner City Hall Building A Landscape Enhancements KENNER, LA. MAYOR Michael S. CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR Kenner City Hall Building A Landscape Enhancements KENNER, LA. MAYOR Michael S. Yenni COUNCIL Maria C. DeFrancesch, Councilwoman at Large Division A

More information

LOUISIANA UNIFORM PUBLIC WORK BID FORM

LOUISIANA UNIFORM PUBLIC WORK BID FORM LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: Jefferson Parish Sheriff s Office 1233 Westbank Expressway, Room 411 Harvey, LA 70058 (Owner to provide name and address of owner) BID FOR: (Owner to provide

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

Project Manual. For Glenloch Splash Pad And Pool Renovations Project Manual For Glenloch Splash Pad And Pool Renovations SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by: SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES NOTICE TO CONTRACTORS THE CITY OF PICAYUNE WALMART WATER TANK IMPROVEMENTS PICAYUNE, MS Sealed bids for the construction of the WALMART WATER TANK IMPROVEMENTS for The City of Picayune in Picayune, Mississippi,

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

CONTRACT DOCUMENTS, SPECIFICATIONS AND CONTRACT DRAWINGS FOR WBV 14c.2 LEVEE LIFT PRIOR TO ARMORING PROJECT NO

CONTRACT DOCUMENTS, SPECIFICATIONS AND CONTRACT DRAWINGS FOR WBV 14c.2 LEVEE LIFT PRIOR TO ARMORING PROJECT NO CONTRACT DOCUMENTS, SPECIFICATIONS AND CONTRACT DRAWINGS FOR WBV 14c.2 LEVEE LIFT PRIOR TO ARMORING PROJECT NO. 2018-284 ADDENDUM NO.1 DATE ISSUED: April 26 th, 2018 BID DATE: May 7 th, 2018 at 2:00 P.M.

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

CONTRACT DOCUMENTS, TECHNICAL SPECIFICATIONS AND CONSTRUCTION DRAWINGS FOR

CONTRACT DOCUMENTS, TECHNICAL SPECIFICATIONS AND CONSTRUCTION DRAWINGS FOR CONTRACT DOCUMENTS, TECHNICAL SPECIFICATIONS AND CONSTRUCTION DRAWINGS FOR LA LA Ballfield High Mast Lighting ENG-10-023 FISCAL YEAR 2014 ASCENSION PARISH PARISH PRESIDENT Tommy Martinez COUNCILMEMBERS

More information

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

2015 HELLWINKEL CHANNEL PROJECT

2015 HELLWINKEL CHANNEL PROJECT 2015 HELLWINKEL CHANNEL PROJECT CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Town of Gardnerville Douglas County, Nevada Town Contract No. 2015-03 Engineer Project No. 1115 SIP#00763 July 2015 Thomas

More information

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016 PROJECT16-9415 CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016 JULY 2016 Prepared by: ENGINEERING

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018. INVITATION TO BID The Crested Butte Fire Protection District (hereinafter referred to as the Owner) will receive bids at the office of the Owner s office located at 306 Maroon Avenue, Crested Butte, Colorado

More information

WATER DISTRIBUTION SYSTEM REMOTE PRESSURE MONITORING

WATER DISTRIBUTION SYSTEM REMOTE PRESSURE MONITORING Contract Documents for WATER DISTRIBUTION SYSTEM REMOTE PRESSURE MONITORING for the LAFAYETTE UTILITIES SYSTEM LAFAYETTE CONSOLIDATED GOVERNMENT 705 W. University Avenue Lafayette, Louisiana JOEY DUREL

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source:

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source: CONSTRUCTION DOCUMENTS FOR: City of Lovington Water Meter Improvements Lovington, NM Funding Source: SAP 13-1458-STB SAP 14-1642-STB SAP 16-A2269-STB BY: Pettigrew & Associates, P&A 100 E. Navajo Drive,

More information

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project CONTRACT DOCUMENTS for the City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project prepared by Pro Terra, Engineering & Surveying El Centro, CA City of El Centro Replacement

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS RECEIPT OF BIDS: Sealed Bids will be received at the office of the Central Coast Water Authority, at 255 Industrial Way, Buellton, California 93427, until 2:00 p.m. September 4, 2012,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT CONTRACT DOCUMENTS FOR SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT (Notice Inviting Bids, Instructions to Bidders, Bid Forms, General Conditions, Special Provisions, Technical Specifications, Construction

More information

GOLD CREEK FLUME CONCRETE PATCHING

GOLD CREEK FLUME CONCRETE PATCHING GOLD CREEK FLUME CONCRETE PATCHING Contract No. E11-205 File No. 1688 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

HARLAN MUNICIPAL UTILITIES

HARLAN MUNICIPAL UTILITIES HARLAN MUNICIPAL UTILITIES 2017-2018 CONVERSION PROJECT METER CONVERSION CONTRACT CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS ISSUED FOR BIDDING 07/26/2018 HARLAN MUNICIPAL UTILITIES 2017-2018 Conversion

More information

Table of Contents Unit Prices Submittal Procedures Selective Demolition

Table of Contents Unit Prices Submittal Procedures Selective Demolition Table of Contents SECTION PAGE NO. DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 1113 Advertisement for Bids 00 1113-1 00 2113 Instructions to Bidders 00 2113-1 5 00 4244 Proposal 00 4244-1

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT Project Manual BOSTON CONVENTION AND EXHIBITION CENTER Boston, Massachusetts OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT April 20, 2016 Pre-Bid Conference: 11 A.M., April 27, 2016 truane@massconvention.com

More information

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT APRIL 2017 BID FORM CHECKLIST (To be placed in the Bidder

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

More information

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT 210 Main Street 208.746.0938 Lewiston, ID 83501 tdhengineering.com WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT OW NER: ENGINEER W hi t m a n C o u n t y D e p a r t

More information

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

More information

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT BLEACHER REPLACEMENT Contract No. BE17-253 File No. 1961 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT

More information

TABLE OF CONTENTS CONTRACT PROVISIONS

TABLE OF CONTENTS CONTRACT PROVISIONS CONTRACT PROVISIONS TABLE OF CONTENTS PAGE Advertisement For Bids i Information For Bidders ii Bid Form 00410-1 Explanation Of Bid 00430-1 Proposed Material Suppliers And Sub Contractors 00430-2 Experience

More information

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction Contract Documents and Specifications for Engler Park Tennis Court Construction City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks 407 Boyce Farmington,

More information

SALT AND SAND STORAGE FACILITY

SALT AND SAND STORAGE FACILITY Contract No. E16-013 File No. 1884 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

JACKSON COUNTY BOARD OF SUPERVISORS

JACKSON COUNTY BOARD OF SUPERVISORS JACKSON COUNTY BOARD OF SUPERVISORS SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE OLD SPANISH TRAIL AND GREYHOUND WAY SIDEWALK PHASE I JACKSON COUNTY, MISSISSIPPI FEBRUARY 2018 BOARD OF SUPERVISORS Barry

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

City of Detroit Detroit, Oregon

City of Detroit Detroit, Oregon City of Detroit Detroit, Oregon CONTRACT DOCUMENTS BID DOCUMENTS, FORMS, AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE WATER SYSTEM IMPROVEMENTS PHASE 2A Work under this contract is funded by the

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Crack, Chip and Seal Projects 2018 April 2018

Crack, Chip and Seal Projects 2018 April 2018 Crack, Chip and Seal Projects 2018 April 2018 CONSTRUCTION CONTRACT DOCUMENTS AND SPECIFICATIONS Crack, Chip and Seal Projects 2018 City of Rifle, Colorado Various Locations in Rifle See Map Advertised

More information

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

More information

Abatement & Demolition of 114 Terrace Hall Ave Fire Station 2

Abatement & Demolition of 114 Terrace Hall Ave Fire Station 2 Project # 17C-220-0041 Burlington Fire Station Demolition Abatement & Demolition of 114 Terrace Hall Ave Fire Station 2 Burlington, MA June 14, 2017 Prepared by: 68 Harrison Ave. 5 th Floor Boston, MA

More information

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS SECTION 00 11 13 NOTICE TO BIDDERS 1.01 FROM: THE BOARD OF SCHOOL TRUSTEES (HEREINAFTER REFERRED TO AS OWNER): A. Monroe County Community School Corporation B. 315 E. North Drive C. Bloomington, IN 47401

More information

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for PARKING LOT RECONSTRUCTION PUBLIC WORKS BUILDING Contact: Brad Lear Phone: (734) 394-5291 E-Mail: brad.lear@canton-mi.org Date Issued: November 1, 2018

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

CONTRACT PROPOSAL AND SPECIFICATIONS

CONTRACT PROPOSAL AND SPECIFICATIONS MOAB CITY 2014 ROADWAY CHIP SEAL PROJECT CONTRACT PROPOSAL AND SPECIFICATIONS April 2014 City of Moab 217 East Center Street Moab, Utah 84532 (435) 259-5121 www.moabcity.org TABLE OF CONTENTS Page BIDDING

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR. Underground Electric System Facilities Locating and Marking Services

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR. Underground Electric System Facilities Locating and Marking Services SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Underground Electric System Facilities Locating and Marking Services Murfreesboro Electric Department 205 North Walnut Street Murfreesboro, TN, 37130 CONTENTS

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING CONTRACT DOCUMENTS TABLE OF CONTENTS PART 1 BIDDING REQUIREMENTS Page Invitation to Bid B 1 Instructions to Bidders B 3 Bidder's Checklist B 10 Bid Form B

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

2018 Slurry Seal Project Manual

2018 Slurry Seal Project Manual 2018 Slurry Seal Project Manual April 2018 Set TABLE OF CONTENTS NOTICE AND CALL FOR BID BID FORM BID BOND DIVISION 1: INSTRUCTIONS TO BIDDERS 101 Contract Documents 102 Definitions 103 Proposals 104 Contract

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS Contract No. E16-049 File No. 1894 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA Commissioners Keith Sheffie Jamie Boudreaux Charles Brown

More information

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT Contract Documents & Construction Specifications Town of Carolina Beach, NC BOARDWALK NORTHERN EXTENSION PROJECT January 2016 Ca ro l i n a B e a ch TABLE OF CONTENTS Page 1 Page Nos. Advertisement for

More information