REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES"

Transcription

1 CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ENGINEERING & CONSTRUCTION DIVISION REQUEST FOR PROPOSAL RFP REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES Cecil County, Maryland 1

2 Table of Contents: I. PURPOSE 3 II. OBJECTIVE 3 III. INQUIRIES 3 IV. METHOD OF SOURCE SELECTION 4 V. PROPOSAL SUBMITTAL REQUIREMENTS 4 VI. EXAMINATION OF SITE AND DATA 4 VII. DETERMINATION OF RESPONSIBILITY 5 VIII. PROPOSER CERTIFICATION 6 IX. SCOPE OF WORK 7 X. CONSTRAINTS ON THE SUCCESSFUL OFFEROR 8 XI. PROPOSER PERSONNEL REQUIREMENTS 10 XII. RESPONSIBILITIES OF THE ORGANIZATION 10 XIII. AGREEMENT OF TERMS AND CONDITIONS 10 XIV. INSURANCE REQUIREMENTS 17 XV. BONDING 18 XVI. INSTRUCTIONS FOR PROPOSAL 18 XVII. COMPLIANCE WITH THE RFP 18 XVIII. PROPOSAL DEADLINE 19 XIX. REVISIONS DUE TO AMBIGUITY, CONFLICT OR OTHER ERRORS IN RFP 23 XX. IMPLIED REQUIREMENTS 23 XXI. PROPOSALS AND PRESENTATION COSTS 23 XXII. REJECTION OF PROPOSALS 23 XXIII. EXCEPTIONS TO FORMAT 23 XXIV. REQUESTS FOR CLARIFICATION 23 XXV. VALIDITY OF PROPOSALS 24 XXVI. PROPOSAL SUBMITTAL FORMAT 24 XXVII. PROPOSAL COST SHEET 26 XXVIII. EVALUATION OF PROPOSAL AND AWARD 28 XXIX. NOTIFICATION 31 XXX. PROPOSAL PROTEST 31 XXXI. NON-RESIDENT CONTRACTOR NOTIFICAION 31 XXXII. SPECIAL PROVISIONS 32 XXXIII. EXPERIENCE AND EQUIPMENT CERTIFICATION 35 TABLE EEC-1 BIDDER S EXPERIENCE SUMMARY 39 TABLE EEC-1 BIDDER S EXPERIENCE SUMMARY SUBCONTRACTOR 40 TABLE EEC-2 EQUIPMENT 41 INDEMNITY/HOLD HARMLESS AGREEMENT 42 PROPOSER RFP CHECKLIST 43 REQUEST FOR PROPOSAL (RFI) 44 APPENDIX A LOCATION OF WORK AREA 46 APPENDIX B TECHNICAL SPECIFICATIONS 47 APPENDIX C CARPENTERS POINT AS-BUILTS 48 APPENDIX D URS REPORT (PAVEMENT EVALUATION) 49 APPENDIX E MASTER LOCATORS REPORT (GPR) 50 APPENDIX F HAND AUGER INFORMATION 51 2

3 I. PURPOSE: Cecil County, Maryland is requesting proposals for the Design/Build of Carpenter s Point Area Sewer Trenches as specified within the Scope of Work and attached plans from qualified firms, individuals, etc. having specific experience identified in the Request for Proposal (RFP). The composition of the Respondent s team or team configuration shall be clearly defined and stated with the proposal. The past experience and qualifications of the team shall be detailed in the proposal. The contractor shall be selected according to Best Value as determined by a select County Committee. II. OBJECTIVE: The objective of this Request for Proposal (RFP) is for Cecil County, Maryland to select a Respondent for the design-build of ground stabilization improvements for an 800 foot length of Greenbank Road in Perryville, MD. The County requires a permanent solution to the on-going settlement and likely potential shallow voids identified within this area. While we may consider value engineering alternatives, we desire mitigating the underlying poor subgrade/soil conditions versus surficial improvement approaches (i.e., constructing a stabilization layer, etc.). We have identified a preferred improvement method consisting of pumping/injecting cementitious grout in a grid pattern along the length and width of the project area to increase the stability and integrity of the soil matrix. We anticipate that this technique can stabilize the underlying soil, as well as fill potential shallow void areas. We estimate that this technique (commonly utilized in structural underpinning) offers an economical and minimally disruptive mitigation option. Following implementation, a mill and overlay of the project area will be performed by others in the future. This project is for providing the design plans and specifications, utility designating, maintenance of traffic, field review, materials, labor, equipment, and other activities as required for a complete project. Any item not specifically mentioned but necessary for the completion of this project shall be included in this proposal. These specifications and requirements should be in sufficient detail to secure proposals on comparable services. It is the intent of the Cecil County, Maryland to execute an agreement with the most qualified contractor/team that presents an economically viable proposal. To that end, Cecil County, Maryland supports and encourages the formation of teams that maximize the qualifications of the respondents. III. INQUIRIES: All inquiries, questions, etc. concerning the RFP shall be forwarded to Elizabeth Hart, Purchasing Assistant by (ehart@ccgov.org /cc: dpyle@ccgov.org) or call or mail requests to Purchasing Office, 200 Chesapeake Blvd, Suite 1400, Elkton, MD All questions shall be in writing. Any changes to the RFP will be in writing, documented and forwarded to all participating Proposers as soon as possible. Major changes or an excessive number of changes may result in cancellation of the existing RFP. 3

4 IV. METHOD OF SOURCE SELECTION: Cecil County, Maryland is required to adhere to the Code of Cecil County, Chapter 92; Purchasing Code, concerning good public purchasing practices. All available information may be reviewed on the Cecil County, Maryland website ( Additional requirements are attached to the RFP requiring adherence to all Federal, State and local Regulations. V. PROPOSAL SUBMITTAL REQUIREMENTS: PROPOSAL Prospective packages shall be submitted in sealed envelopes clearly marked in the lower lefthand corner RFP ; The Design/Build of Carpenter s Point Area Sewer Trenches no later than 1:30 p.m. on August 5, No proposal will be accepted after 1:30 p.m. and all proposals shall be delivered to the Purchasing Office, 200 Chesapeake Blvd, Suite 1400, Elkton, Maryland All material submitted will become the property of Cecil County, Maryland and the only information available at the proposal opening will be the names of Proposers submitting proposals. No facsimile of proposals will be accepted. A MANDATORY Pre-Proposal meeting will be held on July 10, 2014 at 10:00 a.m. at the Cecil County Administrative Building, Perryville Conference Room with a site visit immediately following the meeting. ALL interested vendors wishing to submit proposals shall attend this meeting. Any additional accompanied site visits by scheduled appointment only. Contractors may visit the site on their anytime they wish and is highly encouraged to do so prior to the Pre- Proposal meeting. Proposals will not be accepted from contractors who do not attend this mandatory meeting. VI. EXAMINATION OF SITE AND DATA Before submitting proposals, prospective Proposers shall carefully examine the Proposed Contract Documents, inspect the current equipment, acquaint themselves with all governing laws, ordinances, etc. and otherwise thoroughly familiarize themselves with all matters which may affect the performance of the work. The act of submitting a proposal shall be considered as meaning that the Proposer has so familiarized himself and, therefore, no concession will be granted by the County because of any claim of misunderstanding or lack of information. Proposers are expected to read and study all specifications with special care and to observe all their requirements. Discrepancies, ambiguities, errors or omissions noted by Proposers should be reported promptly to the County for correction or interpretation before the date of the opening of proposal. 4

5 VII. DETERMINATION OF RESPONSIBILITY: CERTIFICATION OF PROPOSER S QUALIFICATIONS All applicable questions must be answered and included with the RFP. The data given must be clear and comprehensive. A copy of the Proposer s State of Maryland Construction Firm License or required applicable license shall be attached to this form. Information concerning this license can be obtained from Cecil County Clerk of the Court s Office at (410) You can also receive information necessary for corporations to do business in the State of Maryland from the State of Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) All Proposers shall ensure they are qualified to do business within the State of Maryland. Businesses established outside the State of Maryland must be qualified as a Foreign Business to be eligible to provide service within the State of Maryland. Questions concerning Foreign Businesses may be referred to (410) Name of Contract: The Design/Build of Carpenter s Point Area Sewer Trenches 2. Contract No.: RFP # Name of Proposer: 4. State of Maryland Construction Firm License No.: 5. Business Address: 6. When Organized: 7. Where Incorporated: 8. Foreign Business No.: 9. Has the Proposer paid any sales tax on the equipment to be used on the project? Yes No 10. If so, at what rate was the sales tax paid? Percent to State of 11. How many years has the Proposer been engaged in this business under your present firm name? 12. Have you ever refused to sign a contract at your original RFP/Bid? Yes No 13. Have you ever defaulted on a contract? Yes No Remarks: 14. Will you, upon request, furnish any other pertinent information that Cecil County, Maryland may require? Yes No 15. Does your business maintain a regular place of business in the State of Maryland (Resident) or would your business be considered Non-Resident? 16. Has the Proposer or firm ever been disbarred, suspended or otherwise prohibited from doing work with the federal government. Yes No (If yes, explain ) With the submission of this certification, the Proposer thereto certifies that the information supplied is, to the best of your knowledge, accurate and correct. Dated this day of, (Name of Proposer) By: \ Title: 5

6 VIII. PROPOSER CERTIFICATION The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this Contract. Dated at this day of, 20. State of County of, ss. By: (Title of Person Signing) (Name of Organization) being duly sworn, states he is of (Office) and that the answers to the foregoing questions and all statements therein contained are true and correct. Sworn to before me this day of 20. Notary Public (My Commission Expires: ) (NOTARY SEAL) 6

7 IX. SCOPE OF WORK: The following general minimal requirements shall be used to formulate the Proposer s proposal: It is the intent and purpose of the attached plans and specifications to secure proposals for The Design/Build of Carpenter s Point Area Sewer Trenches for Cecil County, Maryland who reserves the right to determine acceptability of any contractor proposal. This contract is for the design-build of ground stabilization improvements for an 800 foot length of Greenbank Road in Perryville, MD. The County requires a permanent solution to the on-going settlement and likely potential shallow voids identified within this area. While we may consider value engineering alternatives, we desire mitigating the underlying poor subgrade/soil conditions versus surficial improvement approaches (i.e., constructing a stabilization layer, etc.). We have identified a preferred improvement method consisting of pumping/injecting cementitious grout in a grid pattern along the length and width of the project area to increase the stability and integrity of the soil matrix. We anticipate that this technique can stabilize the underlying soil, as well as fill potential shallow void areas. We estimate that this technique (commonly utilized in structural underpinning) offers an economical and minimally disruptive mitigation option. Following implementation, a mill and overlay of the project area will be performed by others. 1. Project Overview: The project site is located along Greenbank Road, Perryville, MD Specifically, the site is an approximately 800 ft length of County owned road above a segment of gravity sanitary sewer. In or around 2004 a new sanitary sewer collection system (Phase I) was installed along this roadway. This area represents a relatively deep area of the sewer and corresponding backfill. The sanitary sewer was installed via open-cut excavation and backfilled utilizing the on-site soils. Poor construction backfill operations occurred within this area and as a result the County has been mitigating on-going settlement of the roadway for many years. This mitigation generally consists of a series of overlays. The poor pavement performance can be described as undulating or rolling areas of settlement at the pavement surface. 2. Project Development & Evaluations: a) March 2013, Pavement Evaluation The County has been monitoring poor pavement performance within the overall Carpenters Point area (i.e., Phases I & II) and as a result performed a pavement evaluation in March As part of this deliverable four (4) geotechnical test borings were performed within this specific project area to depths of 5 to 10 ft below the ground surface. 7

8 Within the specific area of this project, the report stated The observed thickness of asphalt pavement ranged from 0.7 to 1.9 feet and averaged 1.3 feet. The crushed stone sub-base beneath the pavement was on the order of 1 foot thick and was noted to be in a dense to very dense condition. The trench backfill materials beneath the crushed stone sub-base were generally silty clay and ranged in consistency from very stiff and moist to soft and wet but were generally soft and wet. At this time, the County decided to monitor the area further prior to advancing a particular mitigation option. However, field observations of further settlement lead to the County performing additional studies. b) August 2013, CCTV of Sewer In August 2013 the County had the sewer within the extent of the project area reviewed via camera and no anomalies or poor performance indicators were observed. c) September 2013, Ground Penetrating Radar Throughout the overall project area (Phases 1 & II) ground penetrating radar of the areas exhibiting poor pavement performance was performed. A comparison matrix analysis, indicated that this specific project area (i.e., along Greenbank Road) has the greatest potential void areas present of those evaluated. Relatively consistent voids were present at several locations at depths between 1 to 2 feet below the ground surface. In essence, review of this deliverable (i.e., the reported potential for voids, associated risks, etc.) has increased the priority of the project from observe and monitor to complete corrective mitigation in the short term horizon. d) March 2014, Hand Augers Hand augers were performed within areas identified by the ground penetrating radar evaluation as having potential voids. Intent of evaluation was to see if any identified voids were present at these locations. No apparent voids were observed. The subsurface conditions observed were consistent with those noted on the previously performed test boring logs. Any alternate plans or suggestions to the plans and specifications may be submitted for consideration. The County has the right to discuss, reject or accept and/or negotiate all proposed plans and specifications and award the project to the contractor proposing the Best Value project. X. CONSTRAINTS ON THE SUCCESSFUL OFFEROR: PROPOSER S RESPONSIBILITY It shall be the PROPOSER s responsibility to schedule and coordinate all work to be performed under this Contract to insure continuous and smooth operations of the work and completion within the times specified in the proposal. 8

9 The Scope of Work is intended to cover the complete project. It shall be distinctly understood that failure to mention any work, which would normally be required to complete the project, shall not relieve the PROPOSER of his responsibility to perform such work. ANNULMENT OF CONTRACT Should the PROPOSER fail to fully satisfy the customer, or to comply with orders of the County, or to perform anew such work that has been rejected as defective and unsuitable, or if the PROPOSER shall become insolvent or be declared bankrupt or shall make an assignment for the benefit of creditors or from any other cause shall not carry on the work in an acceptable manner, the County shall have the right to annul its Contract and all Departmental Contracts at the County s convenience. CONTRACT TERM Cecil County, Maryland intends that the contractor awarded a contract, will perform the work commencing upon the date specified in the Notice to Proceed or notification letter and terminate upon expiration or completion of the project unless terminated by the County with the delivery of written notification of contract termination. All contracts extending beyond the County s fiscal year (June 30 th annually) shall be subject to budget appropriation. In the event the ongoing contract does not acquire funding to continue, the awarded contractor shall be notified in writing at the earliest possible date and contract termination shall be coordinated. APPROXIMATE QUANTITIES The PROPOSER s attention is called to the fact that the quantities given are estimated quantities and are intended as a guide to the PROPOSER but in no way bind or limit the County to the actual amount of work to be performed or the quantity of material to be furnished. Any estimates of quantities herein furnished by the County are approximate only and have been used by the County as a basis for estimating the cost of the work and will also be used for the purpose of tabulating and comparing the proposal and awarding the Contract. The County has endeavored to estimate these quantities correctly according to their knowledge and the information as shown; but, it is not guaranteed that these estimated quantities are accurate and if the PROPOSER, in making up and/or submitting his proposal or proposal relies upon the accuracy of said estimated quantities, does so at his own risk. PERMITS All required permits shall be obtained and paid for by the PROPOSER, except those which have been obtained by the County and are hereby made a part of this Contract. PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions of this Contract or in exercising any power of authority granted herein, there shall be no personal liability upon the County or its authorized assistant, it being understood that in such matters he acts as the agent or representative of the County. 9

10 XI. PROPOSER PERSONNEL REQUIREMENTS: AFFIRMATIVE ACTION POLICY In accordance with Cecil County s Affirmative Action policy against discrimination, no person shall, on the grounds of race, color, creed, religion, sex, age marital status, national origin, handicap or disability, be excluded from full employment rights in, participation in, be denied the benefits of, or be otherwise subjected to discrimination. During the performance of the work and services hereunder, the PROPOSER, for themselves, their assignees and successors in interest, agrees to comply with all federal, state, and local nondiscrimination regulations. RESPONSIBILITY FOR COMPLETE PROJECT It is the responsibility of the PROPOSER to perform the work under this Contract. If mention has been omitted in the Contract Documents of any items of work or materials usually furnished or necessary for the completion or proper functioning of the equipment, it shall be included by the Proposer without extra payment. XII. RESPONSIBILITIES OF THE ORGANIZATION: The County may appoint such persons as they may deem necessary to properly review the proposal and presentation to select the best overall proposal for equipment purchase. XIII. AGREEMENT OF TERMS AND CONDITIONS: PROPOSAL Made this day of, Business Address The PROPOSER declares that the only person, firm, or corporation, or persons, firms, or corporations, that has or have any interest in this proposal or in the Contract or Contracts proposed to be taken is or are the undersigned; that this proposal is made without any connection or collusion with any person, firm or corporation making a proposal for the same work; that the attached specifications have been carefully examined and are understood; that as careful an examination has been made as is necessary to become informed as to the character and extent of the work required; and, that it is proposed and agreed, if the proposal is accepted to contract with Cecil County, Maryland, in the form of Contract heretofore attached, to do the required work in the manner set forth in the specifications. The proposal price on the attached and signed Proposal Forms is to include and cover the furnishing of all equipment, materials and labor requisite and proper and the providing of all necessary machinery, tools, apparatus and means for equipment delivery. If this proposal shall be accepted by said County and the undersigned shall refuse or neglect within ten days after receiving the Contract for execution to execute the same, and to give stipulated bond, then said County may at their option determine that the PROPOSER has abandoned the Contract; and, thereupon, the proposal and the acceptance thereof shall be null and void; and, the deposit accompanying the proposal shall be forfeited to and become the property of the County. 10

11 In the case of firms, the firm s name must be signed and subscribed to by at least one member. In the case of corporations, the corporate name must be signed by some authorized officer or agent thereof, who shall also subscribe his name and office. If practical, the seal of the corporation shall be affixed. I/We identify by number, date and number of pages the following addenda: No. Date No. of Pages The names and addresses of all members of a firm or the names, addresses and titles of every officer of a corporation, as the case may be, must be given here by the member of the firm or by the officer or agent of the corporation who signs the proposal. METHOD OF PAYMENT A Purchase Order will be sent to the contractor upon award of the contract. All payments will be remitted within thirty (30) days (net 30) upon receipt of an invoice. Payment/Final payment will be remitted upon acceptance of the completed project and receipt of final invoice. All invoices shall be submitted to: Cecil County Finance Department Accounts Payable 200 Chesapeake Blvd., Suite 1100 Elkton, MD Payment will be for the price proposal upon; and estimates will be paid monthly at the rate of ninety (90%) of the work actually completed. The final ten per cent (10%) will be paid when approved by the County. All invoices shall be reviewed and approved by a Contractor Representative and the County s Representative before submission. Payment requests are to be completed on Cecil County s Periodic Estimate for Partial Payment form, submitted in triplicate with original signatures. An electronic version is available, by contacting Anna Williams, Engineering & Construction Division, Cecil County Department of Public Works, via awilliams@ccgov.org. The County may elect to retain the entire payment for contracts with a duration of less than 30 days until satisfactory completion of the work. In addition, in the event the County has incurred actual damages on account of the Contractor's performance under this Agreement, and/or in the event that the assessment of liquidated damages seems likely, the County may withhold such amounts from progress payments that are reasonably necessary to protect the County from these types of damages. DAMAGES The Contractor shall be responsible for any and all injuries to persons and damages to property resulting from the performance of the work specified, materials applied and/or equipment used. 11

12 TEMPORARY SUSPENSION OF THE WORK The County shall have authority to suspend the work wholly or in part for such period or periods as it may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or to perform any or all provisions of the Contract. The Contractor shall immediately comply with the written order of the County to suspend work wholly or in part. In all cases of suspension of construction operations, the work shall not be resumed again until the County gives written permission. Provided that reasonable cause exists for the County to exercise this authority to suspend the Work, the Contractor agrees that he shall not make any claim for charges or claims for damages by him for any delays or hindrances, from any cause whatsoever during the progress of any portion of the services specified in this Agreement. Such delays or hindrances, if any, may be compensated for by an extension of contract time only for such reasonable period as the County may decide. Time extensions will be granted only for excusable delays such as delays beyond the control and without the fault or negligence of the Contractor. For the avoidance of doubt, the limitation on damages pursuant to this section includes but is not limited to damages incurred by the Contractor for principal office overhead and expenses including the compensation of personnel stationed there (including but not limited to Eichleay formula calculation or otherwise), for losses of financing, business and reputation, loss of efficiency and alleged impacts relating to employee costs incurred on account of project suspensions or delays, and for loss of anticipated profit. Nothing contained in this Section shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents, nor shall it preclude any award of direct costs incurred by either party on account of the other party s failure to properly perform its contractual obligations and which are not schedule dependent. ANNULLMENT OF CONTRACT Should the Contractor fail to make satisfactory progress, or to comply with orders of the County, or should he neglect or refuse to remove materials, or to perform anew such work as has been rejected as defective and unsuitable, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors or from any other cause shall not carry on the work in an acceptable manner, the County shall have the right to declare the Contract in default without process or action at law, and to turn over to the surety for completion or, at his option, or in case performance is guaranteed by negotiable securities, to take over the work and complete it, either by day labor or by re-letting all or any part of the work. Upon receiving notice to this effect, the Contractor shall vacate possession and give up the said work, or the parts thereof specified in said notice, peaceably to the County. Neither by taking over of the work by the County, nor by the declaration of an uncured default of this Contract shall the County forfeit the right to recover damages from the Contractor or his Surety for failure to complete his Contract. Should the cost of completing the work be in excess of the original Contract price, the Contractor and his Surety shall be held responsible for such excess cost. 12

13 EXTRA WORK The Contractor shall perform extra work for which there is no provision included in the Contract whenever, to complete fully the work as contemplated, it is deemed necessary or desirable, by written authority of the County, and such extra work shall be performed in accordance with the specifications therefore, or in the best workmanlike manner as directed. This extra work will be paid for at a unit price or lump sum to be agreed upon in writing by the Contractor and the County, or where such a price or sum cannot be agreed upon by both parties, or where this method of payment is impracticable, the County may order the Contractor to do such work on a Force Account basis, as specified hereinafter. The County, before ordering any extra work performed, from time to time may determine; (1) what extra time, if any, will be allowed for said work, or (2) that the extra work is to be performed concurrently with the work under the Contract and without allowance of any additional time. EXTRA WORK AS A PART OF CONTRACT No order for extra work, nor doing the performance of any extra work at any time or place shall in any manner or extent relieve the Contractor or the Surety of his bond from any of their obligations under the Contract documents; all extra work orders being given and all extra work being performed, under and in accordance with the Contract are to be considered a part of the same and subject to each and every one of the terms and requirements of the Contract documents, and fully covered by the bond furnished by the Contractor. FORCE ACCOUNT WORK All extra work directed by the County in writing to be performed on a Force Account basis will be paid for in the following manner: ( a ) For all labor and foremen in direct charge of the specific operation, the Contractor shall receive the rates of wage applicable to this Contract, to be agreed upon in writing before starting such work, for each and every hour that said labor and foremen are actually engaged in such work, to which shall be added an amount equal to fifteen percent (15%) of the sum thereof. ( b ) For all materials used, the Contractor shall receive the actual cost of such materials, including freight charges, as shown by original receipted bills, to which sum shall be added an amount equal to fifteen percent (15%) of the sum thereof. ( c ) For any machine-power tools or equipment, and for any hauling equipment, including fuel and lubricants, which it may be deemed necessary or desirable to use, the County shall allow the Contractor a reasonable rental price, to be agreed upon in writing before such work is begun, for each and every hour/day/week or month that said tools or equipment are in use on such work, and to which sum no percentage shall be added. 13

14 The compensation as herein provided shall be received by the Contractor as payment in full for extra work performed on a Force Account basis, and shall include supervision, use of tools and equipment for which no rental is allowed, and profit. The Contractor s representatives and the County shall compare records of extra work done on a Force Account basis at the end of each day. Copies of these records shall be made in duplicate, upon the County s Force Account forms provided for this purpose, by the County and signed by both the County and the Contractor s representatives, one copy being forwarded respectively to the County and the Contractor. All claims for extra work performed on a Force Account basis shall be submitted to the County by the Contractor upon certified triplicate statements, which shall also include the value of all material used in such work; and said statement shall be filed not later than the fifteenth (15 th ) day of the month following that in which the work was actually performed and shall include all labor charges, etc., and material charges insofar as they can be verified. Should the Contractor refuse or fail to prosecute the work as directed or to document his claim as required, then the County may withhold payment of all current estimates until the Contractor s refusal or failure is eliminated, or after giving the Contractor due notice, the County may make payment for said work on the basis of a reasonable estimate of the value of the work performed. On extra work as defined in this paragraph, the Contractor will be reimbursed for his expenditures for Workmen s Compensation Insurance, Public Liability Insurance, Social Security Taxes and Unemployment Compensation covering the men actually engaged upon such extra work. No percentage will be added to such payments, but the Contractor shall be entitled to receive only the actual amount of money expended for such Workmen s Compensation Insurance, Public Liability Insurance, Social Security Taxes, and Unemployment Compensation. Such payments shall be based upon the prevailing standard insurance rates supported by receipted vouchers from the insurance vendors and upon the actual amount of taxes paid for Social Security and Unemployment Compensation as evidenced by proper documents furnished by the Contractor. CLAIMS Should the PROPOSER believe that it is entitled to any additional compensation; the PROPOSER shall file a written notice of claim thereof with the County. Unless otherwise specified, such notice shall be given no later than twenty (20) days after the onset of such alleged damages, losses, expenses or delays. BREACHES AND DISPUTE RESOLUTION -Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of Cecil County, Maryland. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to Cecil County, Maryland. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of Cecil County, Maryland shall be binding upon the Contractor and the Contractor shall abide be the decision. 14

15 -Performance During Dispute - Unless otherwise directed by Cecil County, Maryland, Contractor shall continue performance under this Contract while matters in dispute are being resolved. -Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. -Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between Cecil County, Maryland and the Contractor arising out of or relating to this agreement or its breach will be decided by Binding Arbitration. By submitting a proposal you agree to these conditions. Arbitration of Dispute: In any claim, dispute or other matter in question arising out of or related to this Agreement, the Parties must submit the issue to binding arbitration in accordance with Title 3, Subtitle 2, Courts and Judicial Proceedings Article, Annotated Code of Maryland, before the Circuit Court for Cecil County prior to filing any action in any Court. Waiver of Jury Trail: The parties hereto waive their right to elect a jury trial in any dispute involving their rights under this Agreement. Costs and Attorney Fees: In the event of arbitration by any of the parties to enforce the terms of this Agreement, the prevailing party in the action shall be entitled to reasonable and necessary attorneys fees, court costs, arbitrator fees, witness fees and all expenses of suit. The reasonableness and necessity of attorneys fees, costs, witness fees and expenses, will be determined by the arbitrator. -Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by Cecil County, Maryland, (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing. TRANSPORTATION Prices quoted shall be net, including transportation and delivery charges fully prepaid by the seller, f.o.b. destination (Cecil County, Maryland/designated locations, Elkton, MD 21921). No additional charges shall be allowed for packing, packages or partial delivery costs. By submitting their quote, all Proposers certify and warrant that the price offered for f.o.b. destination includes only the actual freight rate cost as at the lowest and best rate and based upon actual weight of the goods to be shipped. Standard commercial packaging, packing and shipping containers shall be used, except as otherwise specified herein. 15

16 STATE OF MARYLAND SALES AND USE TAX ADMISSIONS AND AMUSEMENT TAX LAWS AND REGULATIONS ISSUED BY COMPTROLLER OF THE TREASURY SALES AND USE TAX DIVISION Taxation by Other Law (c) Sales tax paid in other jurisdiction (1) To the extent that a buyer pays another state a tax on a sale or gross receipts from a sale of tangible personal property or a taxable service that the buyer acquires before the property of service enters this state, the sales and use tax does not apply to use of the property or service in this state. (2) If the tax paid to another state is less than the sales and use tax, the buyer shall pay the difference between the sales and use tax and the amount paid to the other state in accordance with the formula under (b) Nonresident Property The sales and use tax does not apply to use of tangible personal property or a taxable service that: (1) A non-resident. (i) Acquires before the property or service enter the state; and (ii) Uses: 1. For personal enjoyment or use or for a use that the Comptroller specifies by regulation, other than for a business purpose; or 2. Does not remain in the state for more than 30 days Depreciation Allowance (a) In general - a buyer is allowed a depreciation allowance as an adjustment to taxable price if: (1) Tangible personal property or a taxable service is acquired before the tangible personal property is brought into the state for use in the state or before the taxable service is used in the state; and (2) The use first occurs in another state or federal jurisdiction. (b) Amount allowance - The allowance under subsection (a) of this section for each full year that follows the date of purchase is ten percent (10%) of the taxable price paid to acquire the tangible personal property or taxable service. 16

17 XIV. INSURANCE REQUIREMENTS: WORKER S COMPENSATION AND EMPLOYER S LIABILITY INSURANCE (a) The Contractor shall take out and maintain during the life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of his employees to be engaged in work on the project under the Contract. (b) In case any portion of the project is sublet, the Contractor shall require all of the sub-contractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of their employees to be engaged in work in the project under the Contract. (c) The Contractor and the sub-contractor shall not begin work until the Contractor has first filed with the County satisfactory evidence that insurance of the above nature is in full force and effect (receipt of Certificate of Insurance naming the Cecil County, Maryland as an Additional Insured. ) INSURANCE REQUIREMENTS FOR VENDORS AND SUBCONTRACTORS: All vendors or contractors who perform any type of work or service on Cecil County, Maryland property or in areas where the County is responsible or liable must maintain such insurance coverage(s) as determined by the County to protect the County s interest(s). The following coverage and amount are generally required, but the County reserves the right to modify these requirements at its discretion or reject any insurance policies which do not meet these criteria. General Liability Insurance not less than $1,000,000 per occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding or limiting products/completed operations, contractual liability or cross liability. The County must be named insured and a certificate of insurance must be provided. Workman s Compensation Insurance at minimum Maryland Statutory Limits. Business Auto (includes trucks) Liability insurance not less than $1,000,000 per occurrence for all leased, owned, non-owned and hired vehicles when vehicles are utilized to perform the work or services required by the County. The Contractor shall provide a "Certificate of Insurance" naming the Cecil County, Maryland as an "Additional Insured" and showing the levels of Worker s Compensation and all Liability Coverage. No purchase order will be released until a valid certificate(s) of insurance evidencing all required insurance coverage and documentation is provided to the Purchasing Office. Professional liability insurance is generally applicable and required for each contract involving professional or technical services as defined in Chapter 92 of the Code of Cecil County. This includes, but is not limited to services provided by accountants, architects, actuaries, engineers, lawyers and physicians. All contractors performing services for Cecil County, Maryland are required to provide notification of Certificate of Insurance cancellation days prior to cancellation. 17

18 XV. BONDING REQUIREMENTS: CERTIFIED CHECK OR PROPOSAL BOND (a) No proposal will be considered unless accompanied by a certified check or an acceptable bid bond of the Proposer or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County, payable to the order of Cecil County, Maryland, for five (5) per cent of the proposal cost, which will be forfeited to the County as liquidated damages in case an award is made and the Contract and Bond are not promptly and properly executed as required within ten (10) days after the award of the Contract. (b) The certified check and/or proposal bonds or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County, of all except the two (2) selected PROPOSERs shall be returned after the Contract is awarded; and, the checks of the selected PROPOSERs shall be returned after the proper execution of the Contract Documents with the selected PROPOSER. (c) If the selected PROPOSER shall fail to execute the Contract Documents as specified, he shall forfeit the proposal bond or certified check or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County as liquidated damages and the Contract may be awarded to the second selected PROPOSER as specified in the paragraph entitled METHOD OF AWARD. CONTRACT PAYMENT AND CONTRACT PERFORMANCE BOND The Contract Payment and Contract Performance Bond are each to be in an amount equal to one hundred percent of the Contract amount. If the total PRICE BID is less than $100,000.00, the Contract Payment and Performance Bonds will not be required. XVI. INSTRUCTIONS FOR PROPOSAL: Proposal shall be submitted in a sealed envelope addressed to: Cecil County Purchasing Office 200 Chesapeake Blvd. Suite 1400 Elkton, Maryland The PROPOSER s name and address shall appear in the upper left hand corner of the proposal envelope with the job name and contract number appearing in the lower left hand corner of the envelope. The PROPOSER shall submit minimally one (1) original, one (1) copy of the proposal and one electronic copy (disc with PDF file only). Failure to submit a proposal in this manner may be considered cause for rejection of the proposal as determined by Cecil County, Maryland. XVII. COMPLIANCE WITH THE RFP: All proposals submitted shall be in strict compliance with the RFP and failure to comply with all provisions in the RFP may result in disqualification or rejection of the proposal. 18

19 XVIII. PROPOSAL DEADLINE: PROSECUTION OF WORK After the work has been started, it shall be performed continuously on all acceptable working days without stoppage until the entire contract is completed. In case the PROPOSER neglects or fails to work continuously on all acceptable working days, Cecil County, Maryland through the Cecil County Administrator and Department of Public Works may terminate the Contract and use any method that he deems necessary to complete the Contract. FAILURE TO COMPLETE WORK ON TIME Should the PROPOSER fail to complete, fully and to all intents and purposes, the work as specified in the proposal and contract on or before the time specified, the said PROPOSER shall pay to the County such sum as is specified in the paragraph entitled LIQUIDATED DAMAGES. LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the PROPOSER and the County, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are Essential Conditions of the Contract; and, it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the Notice to Proceed. The PROPOSER agrees that said work shall be performed regularly, diligently and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the PROPOSER and the County, that the time for the completion of the work described herein is a reasonable time for the completion of the same. If the said PROPOSER shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the County, then the PROPOSER does hereby agree, as part of the consideration for the awarding of this Contract, to pay to the County the damages for such breach of Contract as hereinafter set forth for each and every work day that the PROPOSER shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the PROPOSER and the County because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the County would in such event sustain and said amount is agreed to be the amount of damages, which the County would sustain and said amount be retained from time to time by the County from current periodical estimates. 19

20 It is further agreed that time is of the essence of each and every portion of this Contract and of the specifications, wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and, where under the Contract, additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided that the PROPOSER shall not be charged with liquidated damages or any excess cost when the County determines that the PROPOSER is without fault and the PROPOSER s reasons for the time extension are acceptable to the County; provided further that the PROPOSER shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: (a) To any preference, priority or allocation order duly issued by the Government; (b) To unforeseeable cause beyond the control and without the fault or negligence of the PROPOSER, including, but not restricted to, acts of God, or of the public enemy, acts of the County, acts of another PROPOSER in the performance of a contract with the County, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather; and (c) To any delays of sub Proposers or supplies occasioned by any of the causes specified in subsections (a) and (b) of this article; Provided further, that the PROPOSER shall, within ten (10) days from the beginning of such delay, unless the County shall grant a further period of time prior to the date of final settlement of the Contract, notify the County, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the PROPOSER within a reasonable time of its decision in the matter. Provided further, that the amount of liquidated damages shall be $1, per work day. RESPONSIBILITY FOR DIRECT DAMAGES In addition to the assessment of liquidated damages for delay, it is hereby understood and mutually agreed, by and between the Contractor and the County that the Contractor shall be responsible to the County for payment of direct costs incurred by the County if it is necessary for the County to supervise or correct work that does not comply with the Contract Documents. EXAMINATION OF SITE AND DATA Before submitting proposals, prospective vendors should carefully examine the Proposed Contract Documents, inspect the site of the proposed project, acquaint themselves with all governing laws, ordinances, etc., and otherwise thoroughly familiarize themselves with all matters which may affect the performance of the work. The act of submitting a proposal shall be considered as meaning that the vendor has so familiarized himself and, therefore, no concession will be granted by the County because of any claim of misunderstanding or lack of information. Vendors are expected to read and study the drawings and specifications with special care and to observe all their requirements. Discrepancies, ambiguities, errors or omissions noted by vendors should be reported promptly to the County for correction or interpretation before the date of the opening of proposals. 20

21 APPROXIMATE QUANTITIES The Vendor's attention is called to the fact that the quantities given are estimated quantities and are intended as a guide to the vendor, but in no way bind or limit the County to the actual amount of work to be performed or the quantity of material to be furnished. Any estimates of quantities herein furnished by the County are approximations only, and have been used by the County as a basis for estimating the cost of the work and will also be used for the purpose of tabulating and comparing the proposals and awarding the Contract. The County has endeavored to estimate these quantities correctly according to his knowledge and the information as shown on the plans; but it is not guaranteed that these estimated quantities are accurate and if the vendor, is developing and/or submitting his proposals relies upon the accuracy of said estimated quantities, he does so at his own risk. ALTERATIONS The County reserves the right to change the alignment, grade, form, length, dimensions, or materials of the work under the Contract whenever any conditions or obstructions are met that render such changes desirable or necessary. In the event, such alterations make the work less expensive to the vendor, a proper deduction shall be made from the Contract prices and the vendor shall have no claim on this account for damages or for anticipated profits on the work that may be dispensed with. In the event, such alterations make the work more expensive, a proper addition shall be made to the Contract prices. Any such deduction or addition shall be determined by the County, who shall remain the final authority in such determination, and per the claims provision of this contract. PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions of this Contract or in exercising any power of authority granted to him thereby, there shall be no personal liability upon the County or his authorized agent being understood that in such matters he acts as the agent or representative of the County. SUBLETTING OF CONTRACT The Vendor shall not sublet, sell or assign all or any portion of the Contract, or the work provided therein, without the consent of the County. Subletting or assigning more than fifty percent (50%) of the dollar value of the Contract work shall not be permitted. Where subcontractors are used, contractor shall submit all insurance information for all subcontractors. INSPECTION The County may appoint such persons as he may deem necessary to properly inspect the materials furnished or to be furnished, and the work performed under this Contract, and to see that the same strictly corresponds with the drawings and specifications; such materials and workmanship shall be always subject to the approval of the County, but no inspection, approval or acceptance of any part of the work herein contracted for, or of the materials used therein or any payment on account thereof, shall prevent the rejection of said work or materials found to be defective, or not, in accordance with the requirements of the Contract. Work and materials will be inspected promptly, but if for any reason delay should occur, the Contractor shall have 21

22 thereby no claim for damages or extra compensation. The Contractor shall provide testing as required by this Contract. Inspectors are available from 7:30 AM 3:30 PM. TIME OF COMPLETION ( a ) The completion time for this Contract shall be a maximum of 70 calendar days and shall begin on the actual start date of the Project as per Notice to Proceed. ( b ) If the work is delayed through no fault of the Contractor, the time of completion shall be extended as determined by the County. ( c ) Should work not be completed by the agreed upon calendar days the Contractor shall be assessed $ per work day Liquidated Damage Cost for each day thereafter until project is completed and accepted by the Owner. ( d ) The time frame applies to the estimated quantity of services under this proposal. Should the number of services increase by more than 10%, the time frame will be increased proportionately. SANITARY FACILITIES The Contractor shall provide portable sanitary facilities, maintain same during the length of the project and remove same when project is done. SITE CLEANUP AND RESTORATION ( a ) The Contractor shall keep all trash, garbage, spent material containers, etc., picked up on a daily basis. ( b ) The Contractor shall restore the site to a condition equal to that in which it was found. ( c ) Should daily site cleaning and final restoration not be performed, the Owner shall have such done with the costs of same being charged to the Contractor. WARRANTY The contractor shall warrant all work for one (1) year or the standard warranty of the manufacturer, whichever is longer. Following the completion of the initial one (1) year warranty period, a two (2) year maintenance warranty is required by the Contractor. A maintenance bond in an amount equal to 10% of the contract value shall remain active to cover this maintenance warranty. During the project design the County will discuss and come to mutual agreement with the Contractor as to the performance criteria to be utilized during the maintenance warranty period. Failure to correct warranty issues promptly and to the satisfaction of Department on this or other contracts may result in finding the Contractor non-responsive for future contracts/proposals. All required Bonds shall remain active to cover the agreed warranty period. Any issue discovered and documented during the warranty periods shall require the existing bonds to remain active beyond the agreed warranty period until the issues are resolved and 22

23 agreed upon by all parties. All releases of contract bonds shall be in writing from Cecil County, Maryland or a release of bond document signed by a Cecil County, Maryland authorized representative. XIX. REVISIONS DUE TO AMBIGUITY, CONFLICT, OR OTHER ERRORS IN RFP: Any ambiguity, conflict, discrepancy, omissions or other error/s discovered in the RFP must be reported immediately to Cecil County Purchasing Office, Elizabeth Hart, 200 Chesapeake Blvd., Suite 1400, Elkton, Maryland ( ), in writing and a request made for modifications or clarification. All changes to RFPs shall be made in writing (addendum) and all parties who have received the RFP shall receive the addendum. Offerors are responsible for clarifying any ambiguity, conflict, discrepancy, omission or error in the RFP prior to submitting the proposal or it shall be deemed waived. XX. IMPLIED REQUIREMENTS: Any product or service that is not specifically addressed in the RFP, but which is necessary to provide functional capabilities proposed by the offeror, must be included in the proposal. XXI. PROPOSALS AND PRESENTATION COSTS: Cecil County, Maryland, or its agencies, is not liable in any way for any costs incurred by the Offerors in the preparation of their proposals in response to the RFP, nor for the presentation or demonstration of their proposals and/or participation in any discussion or negotiations. XXII. REJECTION OF PROPOSALS: Cecil County, Maryland, or its agencies, reserves the right to accept in part or in whole any or all proposals submitted or to waive any technicality or minor irregularity in a proposal. Additionally, the County shall reject the proposal of any offeror determined to be non-responsive in accordance with the Code of Cecil County, Chapter 92 and requirements set within this RFP. Unreasonable failure of an offeror to promptly supply the County with information with respect to responsibility may be grounds for a determination of non-responsibility. The County intends to award the proposal as one contract, but has the right to award to multiple vendors that would best serve the County s requirements. All Proposals, RFPs, IFBs or RFQs are contingent upon budgetary constraints. XXIII. EXCEPTIONS TO FORMAT: The RFP describes the requirements and response format in sufficient detail to secure comparable proposals, recognizing that various proponent approaches may vary widely. Any proposal that differs from the described format may be considered non-responsive and rejected. XXIV. REQUESTS FOR CLARIFICATION: Any request for clarification on the RFP must be in writing and accomplished prior to the receipt of the PROPOSER s proposal. 23

24 XXV. VALIDITY OF PROPOSALS: All proposals shall be valid for ninety (90) days from the date of the RFP opening and become the property of the County. If negotiations result in modifications to the RFP, then ninety (90) days will commence from the date of the receipt of the new proposal. This period may be extended by mutual written agreement between the Respondent and Cecil County, Maryland. XXVI. PROPOSAL SUBMITTAL FORMAT: Offerors must include the following information in their proposal and must use the following format when compiling their responses. Sections should be tabbed and labeled; pages should be sequentially numbered at the bottom of the page: 1. Package One; Qualification Package: a) Offerors must include the following information in their proposal and must use the following format when compiling their responses. Sections should be tabbed and labeled; pages should be sequentially numbered at the bottom of the page: b) Cover Letter: Response should contain a letter signed by a person who is authorized to commit the offeror to perform the work included in the proposal and should identify all materials and enclosures being forwarded in response to the RFP and that the contractor/team is qualified to do the work and all the required mandatory submittal items are provided. c) Table of Contents. d) Executive Summary: A maximum of two (2) pages of single spaced information providing a high-level description of the vendor s ability to meet the requirements of the RFP. e) Experience and Equipment Certification completed and certified, as well as project profiles. f) At a minimum a one (1) page narrative discussing the Venders concept design, as well as concept plan and profile view drawings/sketches and details shall be enclosed with the proposal cost sheet. g) Proposal Bond, Proof of Insurance, Equal Opportunity Employer Affidavit, indemnity hold harmless agreement, Vender Certification, and other required information. h) Attachments: Additional information, which the vendor feels will assist in the evaluation should be included. 24

25 2. Package Two; Cost Submittal Package shall be provided within a separate sealed envelope which minimally shall contain the PROPOSAL COST SHEET and any other cost associated with this project. 25

26 XXVII. PROPOSAL COST SHEET: PROJECT: THE DESIGN/BUILD OF CARPENTERS POINT AREA SEWER TRENCHES DATE: VENDOR: BY: (To be same as in the Proposal Agreement) BUSINESS ADDRESS: TELEPHONE NUMBER: CELL #: ADDRESS: This is to certify that has received Addendum No. through No. and this project reflects changes created by the addenda. PROPOSAL FORM: THE DESIGN/BUILD OF CARPENTERS POINT AREA SEWER TRENCHES No. DESCRIPTION UNIT EST. QTY. BID PRICE EXT. PRICE DESIGN SERVICES 1 Review of Information and Feasibility Confirmation LS 1 Analysis, Design, Construction Plan and 2 Specification Preparation, and Engineer s Estimate LS 1 3 Utility Designating LS 1 CONSTRUCTION SERVICES : BASED ON VENDORS CONCEPT DESIGN (PLAN VIEW AREA OF 12,000 SF, DEPTHS AS REQUIRED AS PER AS BUILTS) 4 Mobilization/Demobilization LS 1 5 Maintenance of Traffic Day 6 Equipment (including sewer CCTV monitoring) Day 7 Grout CY 8 Complete Labor Day 9 Field Review Services Via Design Engineer Half Day TOTAL DESIGN BUILD (Bid Nos. 1 9) $ (written) 26

27 - Name and telephone number for direct contact: Name: Telephone #: The undersigned swears (or affirms) under the penalty of perjury that the Bidders, its agents, servants and/or employees, to the best of his/her knowledge and belief, have not in any way colluded with anyone for and on behalf of the Bidder, or themselves, to obtain information that would give the Bidder any unfair advantage over others, nor have to gain any favoritism in the award of any contract resulting from this bid. By signing this bid form, I acknowledge that I have read the entire bid package. Witness Telephone Number Fax Number Bid Submitted by: Name of Firm or Dealer Authorized Name & Signature Address (Street) Address (City, State, Zip Code) The attached proposal is accepted and hereby ratified and confirmed by Cecil County, Maryland for its purchase this day of, Tari Moore County Executive Cecil County Maryland 27

28 XXVIII. EVALUATION OF PROPOSAL AND AWARD: METHOD OF AWARD (a) The County reserves the right to reject any or all proposals. (b) The Contract shall be awarded or rejected within one hundred and eighty (180) days from the date of opening proposal. (c) If the Proposer to whom an award is made shall fail to execute the Contract in the specified time, the award may be annulled and the Contract awarded to the second selected Proposer or the County may reject the entire proposal as their interest may require. BASIS OF AWARD The Contract may be awarded to the selected responsible Proposer whose proposal complies with all the requirements prescribed and considered Best Value to the County as interpreted by the review committee. In acceptance of the proposal, the County will be guided by consideration of the interests of the public and the County shall be under no obligation to accept the lowest proposal. Proposals may be rejected if they show any omissions, alterations of form, additions not called for, conditional or alternate proposal, or irregularities of any kind. To insure fair competition and to permit a determination of the lowest Proposer, unresponsive proposal or proposal obviously unbalanced may be rejected. The County also reserves the right to negotiate further with one or more of the Proposers as to any features of their bids and to accept modifications of the work and bid price when such action will be to their best interests and is desirable. The County also reserves the right to negotiate further with one or more of the Proposers as to any features of their proposal and to accept modifications of the work and proposal price when such action will be to their best interests and is desirable. All proposals submitted shall become the property of the Cecil County Maryland. QUALIFYING PROPOSALS Proposals shall be initially reviewed for compliance with the submission requirements of this procurement. Failure to comply with any of the submission requirements may result in the proposal being classified as not reasonably acceptable for award. Minor irregularities in proposals that are immaterial or inconsequential in nature may be cured or waived whenever it is determined to be in the best interest of Cecil County Maryland. All reasonable efforts will be made by the Cecil County Maryland to avoid prejudice to any Respondent. MANDATORY REQUIREMENTS All proposals will be initially reviewed for compliance with mandatory requirements. Proposals shall meet all of the mandatory requirements to advance in the procurement process. Respondents shall supply a letter stating that their team meets these requirements. All information that is specifically requested is considered to be a mandatory requirement. 28

29 TECHNICAL EVALUATION After determining compliance with the mandatory requirements and considered responsive to this proposal, the Evaluation Committee shall initially classify the proposals as (a) reasonably acceptable of being selected for award or (b) not reasonably acceptable of being selected for award. Respondents judged not to be responsible or Respondents whose proposals are classified as not reasonably susceptible of being selected for award shall be so notified. Discussions, oral presentations and/or demonstrations may be held with those qualified Respondents or Offerors whose proposals have been classified as reasonably acceptable for award. Following the evaluation of all proposals and depending on the number of qualified proposals, the County may select final negotiation of best and final offer. The ranking of respondents, and out briefs will not be provided by the County. ORAL PRESENTATION As indicated above, discussions and oral presentations may be held. If Oral Presentations are required, the selected best will be contacted for scheduling of their presentation. The purposes of the discussions and oral presentations are as follows: - To allow Cecil County, Maryland to meet the Respondents key personnel - To allow the Respondents to discuss selected aspects of its proposal - To provide an opportunity to clarify the scope of services for this project Within three (3) working days following the oral presentation, each Respondent will be required to provide an Executive Summary/Overview of their firm s oral presentation inclusive of highlighting the discussion at the presentation. Upon completion of the oral presentations, the Cecil County, Maryland will finalize the evaluation of each proposal. Best and final proposals may be solicited by the County at this time. EVALUATION A. Evaluation will be based upon the technical proposal with the price being reviewed as a single factor of several other factors on which to base an acceptance. B. The primary evaluation will be completed by an evaluation committee consisting of selected Cecil County, Maryland officials; Purchasing Agent is not a voting member of the committee. They will only guide the process of evaluation. Respondents to this solicitation shall meet all requirements contained herein. If the Respondent and/or the proposal do not meet solicitation requirements, Cecil County, Maryland may classify the proposal as not reasonably acceptable for award. Should a proposal be found not reasonably acceptable for award, the proposal may not be considered any further. After considering the factors set forth in this RFP and the responsible proposals, the committee will make recommendations for award of this contract to the Respondent whose proposal is determined to be the most advantageous to Cecil County, Maryland. 29

30 C. Criteria for Evaluation The evaluation criteria that will be used are listed below: 1. 25% Lowest Total Proposal Amount per the Proposal Form The Proposal Form lists the unit of measure and work quantities for the design and construction of the project. The vendor shall insert as indicated a unit price or lump sum price for each listed work task, and multiply that price by the quantity to arrive at an extended total for each work task. All extended prices are then summed to arrive at the Total Proposal Amount for the project % Experience, References, Concept Design Submission The County will review the contractor s submittal of the Experience and Equipment forms and project profiles, resumes, proposal narrative statements, references, and concept design submission to evaluate the vendor s ability to meet the requirements of this contract. FINAL SELECTION Based on its evaluation of the technical proposals, the Evaluation Committee will make a recommendation to Cecil County, Maryland for the award of the contract to the responsible Respondent whose proposal is determined to be the most advantageous to Cecil County, Maryland, considering both technical and financial factors, to include any final proposals as set forth in the RFP. SCHEDULE OF EVENTS The following is a proposed schedule of events in the selection of the Respondent to complete the project according to the specifications within this RFP: 1. Solicitation Released 6. Executive Summary (Three (3) days 2. Pre-Proposal Meeting after presentation of qualified) 3. Proposal Due Date 7. Final selection and County approval 4. Committee Selection & responsive respondents 5. Oral Presentations (will be scheduled as needed) DISCUSSIONS A. Discussions shall be held only to clarify individual RFP submissions. At no time shall any part of a proposal of one Proposer be discussed or identified in any part with a separate Proposer. B. During discussion, a Proposer may modify its proposal to coincide with any clarification of the proposal. At no time will a proposal be allowed to be withdrawn without approval of the proper County authorities. C. If any part of the proposal is changed to strengthen the RFP or its process, written documentation of the change shall be made and all Proposers shall be notified of the change/s and be given the chance to modify their proposal accordingly. 30

31 NEGOTIATIONS It is policy to procure from responsible sources at fair prices the goods and services required by the County. During the RFP process, Price Negotiation may be required to resolve uncertainties relating to procurement, including the price prior to the final award of the contract. The objective of Price Negotiation is the complete agreement of the parties on all basic issues of the RFP. XXIX. NOTIFICATION A letter shall be sent to all vendors submitting a proposal informing them of the results of the award. The Proposers shall proceed within ten (10) calendar days after receipt of such notice. Failure to proceed within the ten (10) calendar day period may result in Cecil County, Maryland terminating the Contract Agreement. XXX. PROPOSAL PROTEST Any party who feels the proposal process has not met the guidelines as stated within the Code of Cecil County Maryland or as outlined within the proposal may submit a protest in accordance with the guidelines as stated within the Code of Cecil County Maryland, Chapter 92, Purchasing. These guidelines are available upon request at the Purchasing Office or on the Cecil County Maryland Website ( Any questions concerning the purchasing process or this proposal should be forwarded to Cecil County Purchasing Agent at or to dpyle@ccgov.org. XXXI. NON-RESIDENT CONTRACTOR NOTIFICATION: At the request of the Maryland State Comptroller of the Treasury a list of all Non-Resident Contractors awarded a contract for the improvement of real property in the amount of $500,000 dollars or more and all non-resident sub-contractors that equals or exceeds $50,000 or reasonably can be expected to equal or exceed $50,000 shall be forwarded by the Cecil County, Maryland to the Maryland State Comptroller of the Treasury, Compliance Division, 301 W. Preston Street, Room 407, Baltimore MD The notification shall be forwarded by the Cecil County, Maryland once the Notice to Proceed is sent and shall include the following information: - Type of project - Site Address - Contractor s Name and address - Date of the Contract - Contracted amount - Non-resident Contractor is defined as a contractor that does not maintain a regular place of business in the state of Maryland. - Regular place of business is defined as: 1.) a bona fide office, other that a statutory office, 2.) a factory, 3.) a warehouse, 4.) or any other space in this state, which a person is doing business in its own name in a regular and systematic matter and that is continuously maintained, occupied, and used by the person carrying on its business through its regular employees regularly in attendance. 31

32 XXXII: SPECIAL PROVISIONS: GENERAL 1. All work must be completed according to applicable local, state, and federal laws, guidelines, regulations, specifications, etc., to include the following: -Cecil County Department of Public Works (CCDPW) Code and Standard Specifications, including all revisions and attachments to the Contract. - Maryland Department of Transportation, State Highway Administration, Standard Specifications for Construction and Materials, dated July 2008, including all revisions. All references to State of Maryland, State, S.H.A., and Administration in the Maryland State Highway Specifications and this Invitation for Proposals shall mean Cecil County, Maryland. All references to Engineer in the Maryland State Highway Specifications and this Invitation for Proposals shall mean the Cecil County Engineer or his authorized representative. - Standard MD Details referred to on the Plans shall be those of the current State Highway Administration Book of Standards for Highway and Incidental Structure. 2. All RFP packages will include proof of certification or license to perform the prescribed type of project within the State of Maryland (if applicable). 3. These Special Provisions are a part of the contract. In cases of any conflict with the General Provisions, the Special Provisions shall govern. 4. Contract specific technical specifications are provided at the rear of this request for proposal and are part of the contract. Additional, technical specifications for construction and materials may be provided by the engineer or be required as a submittal from the contractor. ORDER OF PRECEDENCE OF CONTRACT DOCUMENTS 1. In the event of conflict between quality of the work as called for by the Contract Documents, the County shall have the right to insist upon the delivery of the strictest requirements, the highest quality, or the highest quantity at no additional cost to the County. 2. In the event of a conflict between other contract terms, the following order of precedence shall control: Contract plans, contract specifications, County Standards, Maryland State Highway Standard details and specifications, other state standards 32

33 ENVIROMENTAL PERMITS Environmental permits are not anticipated for this contract. However, it will be the contractor s responsibility to install and maintain any necessary perimeter erosion and sediment controls, street cleaning, or site restoration within the work area. CONTRACTOR S RESPONSIBILITY A. It shall be the Contractor s responsibility to schedule and coordinate all work to be performed under this Contract to insure continuous and smooth operations of the work and completion within the times specified in the proposal. B. The Scope of Work is intended to cover the complete project. It shall be distinctly understood that failure to mention any work, which would normally be required to complete the project shall not relieve the Contractor of his responsibility to perform such work. C. The contractor shall supply all labor, materials, equipment, insurance, permits, etc. necessary to perform the mentioned work. At the completion of the project, the contractor is responsible for the removal and proper disposal of all debris, etc. associated with their work on the project. The contractor may haul construction debris from clearing, grubbing, demolition, and excavated materials to the Cecil County Central Landfill however the standard tipping fee will be charged to the contractor. D. It is the Contractor s responsibility to perform all work in a professional manner and maintain high quality. The construction and shop drawings shall be clear and concise, approved by the Cecil County Department of Public Works, Engineering and Construction Division, and certified by a registered professional engineer in the state of Maryland. E. It shall be the Contractor s responsibility to obtain all necessary building and electrical permits through Cecil County Department of Permits and Inspections, and to follow all requirements of the permits. If a grading permit is required it will be the responsibility for the Contractor to obtain this permit from the Cecil County Department of Public Works, Development Services Division, prior to earth disturbing activities. F. The contractor shall coordinate with adjacent property owners to minimize inconvenience. G. The contractor shall assign an Erosion Control Manager who is certified and has a current green or yellow card. The erosion control manager will be onsite during earth disturbing activities and will be responsible for inspections as required and record keeping. 33

34 SCHEDULE OF OPERATIONS AND PERSONNEL Before commencement of any work on this project, the Contractor shall submit and obtain the County s approval of a Schedule of Operation and a Resume of the Project Manager for this contract, (Personnel information shall be submitted with bid package). The Schedule of Operation shall include the methods of operation and construction sequences and shall provide for the completion of the project within the time specified in the Proposal. It shall make reasonable accommodation for weather delays and shall reflect County-observed holidays. Unless stated otherwise the schedule may be a bar chart activity chart or in a CPM schedule format. The contractor must provide an updated schedule with each periodic estimate. Payment of periodic estimates will not be approved unless an updated schedule is submitted. SAFETY Before commencement of any work on this project, the Contractor shall submit and obtain the County s acknowledgement of an established Company Safety Program. Work performed shall be consistent with the following guidelines and references and in compliance with all applicable local, state, and federal regulations and standards including, but not limited to, those listed below. In the case that these requirements are conflicting, the one which offers the greatest protection shall be followed. A. Occupational Safety and Health Administration (OSHA) Construction Industry Standards, 29 CFR1926, and General Industry Standards, 29 CFR B. National Fire Protection Association (NFPA), 327 At a minimum, all workers employed by the contractor or any subcontractors shall wear and/or use the following: Standard work clothes (long pants, shirts with sleeves) Hard Hat High visibility safety shirt, vest, or jacket Steel toe work boots Leather work gloves (as work tasks dictate) Safety glasses with affixed side shields (as work tasks dictate) Hearing protection (as work tasks dictate) Hazards associated with the work shall be evaluated by the contractor and appropriate measures taken to ensure the safety of contractor employees, County personnel, and the public. TRAFFIC CONTROL Contractor shall provide all necessary traffic control devices and personnel to protect construction personnel and traveling public to the satisfaction of the Department of Public Works and in accordance with MOSH/OSHA Standards and the Manual of Uniform Traffic Control Devices, 2009 Edition and all revisions. 34

35 XXXIII: EXPERIENCE AND EQUIPMENT CERTIFICATION: I. General: The contractor will submit adequate information ( a ) Legal Title, Address and Phone Number of Organization ( b ) Maryland Representative s Name, Title and Address ( c ) Corporation Co-Partnership Individual (Check One) II. Name and Title of Corporate Officers authorized to sign Contract Documents, Extra Work orders, Estimates and other pertinent Contract forms. Please be advised that it will be necessary to inform the Cecil County Department of Public Works of any changes in the below authorization. NAME TITLE III. Experience (a) Indicate type of contracting undertaken by your organization and years of experience. General: Sub: Type: Years Years (b) State experience of principal members of your organization. Title Type of Work In What Capacity (as Pres., Experience (Hwy. Bridges (Foreman Name Mgr., etc) Years Paving, etc.) Supt., etc.) 35

36 ( c ) You must provide the name and resume of the professional engineer who will be signing the project documents. Provide the professional engineers name below and enclose resume to your bid proposal. Also provide any special qualifications of other firm members (Specialist, Surveyors, etc.). ( d ) List some principal projects completed by your organization. General/Sub (If Sub, What Your Contract Description Type of Work Amount Year ( e ) The bidder must submit at least (3) project descriptions involving a similar scope performed within the past (5) years. Please provide appropriate references and contact information of owners, engineers, construction manager for such projects. At least two (2) of the projects shall be substantially complete. Briefly describe the scope of each project in the attached Table EEC-1 Summary, as well as attach more detailed project profiles for each project provided (minimum one (1) page per project profile). Additional information/details supporting project experience may be enclosed with the bid submittal. It is the bidder s responsibility to provide adequate information to document sufficient project specific experience. ( f ) Contract References: Provide a minimum of three references from customers that are capable of discussing your company s ability to perform contracts of comparable size and scope. It is imperative that accurate names and phone numbers be given for the projects listed. All references should include a contact person who can comment on the company s ability to perform the services required by this contract. The vendor should insure that the telephone numbers and contact names given are up-to-date and accurate. Any additional references may be provided on a separate spreadsheet. Reference #1 1. Name of Client Organization: 2. Name of Point of Contact for Organization: 3. Phone Number POC: 4. Approximate Value of Contract: 36

37 5. Description of Services Provided: Reference #2 1. Name of Client Organization: 2. Name of Point of Contact for Organization: 3. Phone Number POC: 4. Approximate Value of Contract: 6. Description of Services Provided: Reference #3 1. Name of Client Organization: 2. Name of Point of Contact for Organization: 3. Phone Number POC: 4. Approximate Value of Contract: 5. Description of Services Provided: ( g ) Have you ever performed work for the U.S. Government? Any County or City Government?. If yes to any of the above, please list references: ( h ) Have you ever failed to complete any work awarded to you? If so, where and why? ( i ) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract?. If so, state name of individual, other organization and reason therefore: ( j ) Has any officer or partner of your organization ever failed to complete a contract handled in his own name?. If so, state name of individual, name of owner and reason therefore: 37

38 ( k ) Has the bidder ever been party to a contract that was terminated (either for default or convenience) during the past three (3) years?. If so, please set forth a complete description of the circumstances, including the identity of the party that terminated the contract, the nature of the Project, etc.: IV. Equipment What equipment do you own, rent, or intend to buy for use on this project without adversely affecting projects now under construction by you? Please provide this information on attached Table EEC-2. V. Award of Contract a) If awarded this contract, do you intend to sublet any portion of the work?. If so, state item numbers of description, dollar amount and if known, the name and address of the subcontractor. Briefly describe similar scope of work projects for your subcontractor in the attached Table EEC 1 Summary (Subcontractor), as well as attach more detailed project profiles for each project provided (minimum one (1) page per project profile). b) Work presently under contract to, or pending award to your organization. Contract No. Total Cost Amount of Work Amount to be Probable Date or Description of Project Completed Completed of Completion 38

39 TABLE EEC-1: BIDDER S EXPERIENCE SUMMARY Name of Bidder/Company: The following is a list of at least three (3) projects similar in scope to the work specified within the bid package which has been performed by this bidder in the last five (5) years. At least two (2) projects must be complete. This information must be furnished by each bidder. The term completed means accepted and final payment received from the owner or authorized representative. More detailed project profiles for each project provided (minimum one (1) page per project profile) are required to be submitted with the proposal. Additional information/details supporting the project experience listed below may be enclosed within the bid submittal. It is the bidder s responsibility to provide adequate information to document sufficient project specific experience. Firms which, in the sole opinion of the County, lack sufficient project experience, may be deemed non-responsible, and will not receive consideration for this project. PROJECT NAME/LOCATION (CITY, STATE) SCOPE OF WORK OWNERS NAME/PHONE NUMBER / ADDRESS % OF WORK PERFORMED CONTRACT PRICE COMPLETION DATE (MONTH /YEAR) 39

40 TABLE EEC-1: BIDDER S EXPERIENCE SUMMARY (SUBCONTRACTOR) Make Duplicates for Each Subcontractor Name of Bidder/Company: The following is a list of at least three (3) projects similar in scope to the work specified within the bid package which has been performed by this bidder in the last five (5) years. At least two (2) projects must be complete. This information must be furnished by each bidder. The term completed means accepted and final payment received from the owner or authorized representative. More detailed project profiles for each project provided (minimum one (1) page per project profile) are required to be submitted with the proposal. Additional information/details supporting the project experience listed below may be enclosed within the bid submittal. It is the bidder s responsibility to provide adequate information to document sufficient project specific experience. Firms which, in the sole opinion of the County, lack sufficient project experience, may be deemed non-responsible, and will not receive consideration for this project. PROJECT NAME/LOCATION (CITY, STATE) SCOPE OF WORK OWNERS NAME/PHONE NUMBER / ADDRESS % OF WORK PERFORMED CONTRACT PRICE COMPLETION DATE (MONTH /YEAR) 40

41 TABLE EEC-2 : EQUIPMENT Name of Bidder/Company: What equipment do you own, rent, or intend to buy for use on this project without adversely affecting projects now under construction by you? QUANTITY ITEM DESCRIPTION, SIZE, CAPACITY CONDITION YEARS SERVICE PRESENT LOCATION DATE AVAILABLE FOR PROJECT 41

42 Cecil County, Maryland 200 Chesapeake Blvd. Suite 1400 Elkton, MD Indemnity/Hold Harmless Agreement To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County Maryland, its elected and appointed officials, employees, and volunteers, and others working on behalf of Cecil County, Maryland, harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time there from) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident to Request for Proposal # : The Design/Build of Carpenter s Point Area Sewer Trenches except that the Organization shall not be responsible to Cecil County, Maryland on indemnity for damages caused by or resulting from Cecil County, Maryland's sole negligence; and, the Organization shall, at its own cost and expense, defend any such claims and any suit, action, or proceeding which may be recovered in any suit, action, or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein. Name of Organization: Authorized Signature: Address of Organization: Phone: Date: Return this letter with Proposal Package 42

43 PROPOSER RFP CHECKLIST The following is a tentative checklist to assist the PROPOSER in verifying minimal required information is provided at the RFP opening. It remains the PROPOSER s responsibility to ensure all information is complete and attached, including information, which may not be listed on this checklist. Any information missing at the time of the proposal opening may result in rejection of the RFP proposal. No proposals will be accepted after the designated RFP opening time. Any questions please contact the Purchasing Office, ) RFP package is labeled property for identification. 2) Evidence of applicability as Local Vendor if applicable. 3) A copy of Certificate of Insurance naming Cecil County, Maryland as an "Additional Insured" and showing all information of required Liability and Worker's Compensation insurance shall be provided by the Vendor awarded the contract. 4) Proposal Bonds with proposal submittal, and Payment Bond and Performance Bonds by the Contractor awarded the project. 5) Completion of Vendor's Certification and attached applicable copies of required license. 6) Completion of Experience and Equipment Certification. 7) Completion of Vendor s Signature for Identification. 8) Completion of Proposal Forms. 9) Completion of Vendor s Certification of Proposal. 10) Indemnity/Hold Harmless Agreement must be signed and provided as part of the proposal. 11) Completion of Sample Project No ) Completion of Sample Project No ) One (1) original four (4) copies and one (1) (PDF format) of the proposal shall be submitted. 43

44 Cecil County, Maryland RFP No REQUEST FOR PROPOSAL Sealed Request for Proposal (RFP) for Cecil County, Maryland titled The Design/Build of Carpenters Point Area Sewer Trenches, as described in the proposal package, for the Cecil County, Maryland, Department of Public Works will be received from qualified VENDORs at any time and up to 1:30 PM, August 5, 2014 at the Purchasing Office, 200 Chesapeake Blvd., Suite 1400, Elkton, MD The proposal shall consist of the Respondent s proposal for Carpenters Point Area Sewer Trenches as specified within the Scope of Work, from qualified firms, individuals, etc. having specific experience identified in the Request for Proposal (RFP). A formal presentation by the offeror may be required detailing their proposal. A Mandatory pre-rfp informational conference will be held on July 10, 2014 at 10:00 AM in the Perryville Conference Room, County Administrative Building, 200 Chesapeake Blvd., Elkton, MD RFP's will not be accepted from any Vendors that did not attend a mandatory pre-rfp information conference. Additional specifications and/or instructions to Proposers may also be obtained by ing ehart@ccgov.org (cc/ dpyle@ccgov.org) or by calling the Purchasing Department (Elizabeth Hart, Purchasing Assistant) at Cecil County, Maryland reserves the right to reject any or all bids and to waive technicalities. All bids are based upon budgetary constraints. Bid packages may be picked up at the Purchasing Office at a non-refundable cost of $10.00 per package (including sales tax) or per copy on a compact disc. Bid packages are provided on the Cecil County web-page ( as a.pdf document for all Proposers to download. Electronically submitted bid proposals will not be accepted. Bid proposals are provided as a.pdf document for all Proposers to download. All Proposers wishing to submit a proposal should obtain an original set of documents or a compact disc from the Cecil County Purchasing Department. If you choose to download the package from the website, you shall notify the Purchasing Office via or phone. Not meeting this requirement may result in your proposal being considered as non-responsive. Changes or addendums to this proposal and/or other documents will be posted to the proposal documents on the County web-page and sent directly to Proposers who have obtained an original set of proposal documents or a compact disk or have obtained an electronic copy from the Purchasing Office. The County is not responsible for information obtained from sources outside the Cecil County Purchasing Office, including downloads from the County website. Proposers obtaining electronic copies of the proposal documents from outside the Purchasing Office will be directly responsible for obtaining updates, changes or addendums either from the updated web-page or by contacting the Purchasing Office. All questions or discussions concerning this bid, bid documents, specifications, etc. shall only be coordinated through the Purchasing Office. The County shall not be responsible for information obtained outside the County Purchasing Office concerning this or any other County bid, RFP, solicitation or quote. 44

45 The Purchasing Office will provide Proposer lists on the Cecil County web-site ( for all solicitations published unless a Proposer/contractor provides a written request barring the disclosure of their information prior to specific proposal award. Cecil County, Maryland By: David E. Pyle, CPPB Purchasing Agent Cecil County Maryland 45

46 APPENDIX A LOCATION OF WORK AREA 46

47

48 RFP Carpenter s Point Area Sewer Trenches APPENDIX B TECHNICAL SPECIFICATIONS 47

49 CECIL COUNTY DEPARTMENT OF PUBLIC WORKS CARPENTERS POINT AREA SEWER TRENCHES BID NO TECHNICAL SPECIFICATIONS SECTION 01000: SCOPE OF WORK PART I - GENERAL 1.01 GENERAL This project is for the design-build of ground stabilization improvements for an 800 foot length of Greenbank Road in Perryville, MD. The County requires a permanent solution to the on-going settlement and likely potential shallow voids identified within this area. While we may consider value engineering alternatives, we desire mitigating the underlying poor subgrade/soil conditions versus surficial improvement approaches (i.e., constructing a stabilization layer, etc.). We have identified a preferred improvement method consisting of pumping/injecting cementitious grout in a grid pattern along the length and width of the project area to increase the stability and integrity of the soil matrix. We anticipate that this technique can stabilize the underlying soil, as well as fill potential shallow void areas. We estimate that this technique (commonly utilized in structural underpinning) offers an economical and minimally disruptive mitigation option. Following implementation, a mill and overlay of the project area will be performed by others. This section provides a general description of the scope of work. The VENDOR shall also reference the most recent publication of the Maryland Department of Transportation Standard Specifications for Construction and Materials, unless otherwise stated in these specifications or the contract drawings to be developed. The following description of work shall be used as a general guide for the VENDOR. The VENDOR shall submit to the OWNER a detailed schedule of work outlining the specific sequence of construction for review and approval. The work includes, but is not limited to, the following: 1. Review of the information provided within the RFP and determination of concurrence with the applicability of the County s preferred method of ground stabilization improvements; 2. Performance of analysis and design, as well as the development and preparation of construction plans and specifications for the project; 3. Performance of utility designating within the extent of the project area; 4. Mobilization and demobilization; 5. Maintenance of traffic; 6. Providing the equipment necessary in order to complete the project (e.g., water supply, mixers, dumpsters, trucks, drill rigs, grouting equipment and components, sanitary sewer CCTV monitoring equipment, etc.); Scope of Work April 2014

50 7. Cementitious grout material; 8. Field crew labor/personnel; and 9. Field review services performed by the design engineer. VENDOR is to coordinate his work (material handling and traffic) with the OWNER during construction activities CONTRACT WORK This project consists of lump sum and unit price pay items, as listed on the Bid Proposal Form and forms the basis for payment of the work in this contract. The work included in each lump sum and unit price pay item is described or referenced in the Measurement and Payment section of these Technical Specifications. This project is not a prevailing wage job. The VENDOR shall provide all materials, labor and equipment to install, construct, place in satisfactory operational condition, and maintain until final acceptance by the OWNER of each lump sum and unit price pay item of this contract. The VENDOR is not exempt from paying sales tax. The list of work items as described in this section are presented solely for the convenience of the VENDOR and does not necessarily include all of the items of work which may be specified or shown on the project documents to be developed, which are required under this contract to complete the work. The VENDOR is to include in the total project cost, any item or services required to complete this project as identified in the contract documents, which may not be specifically identified as a unit price pay item or lump sum item of work. The VENDOR shall furnish sufficient manpower and equipment to meet or exceed the project schedule without regard to inclement weather conditions or other delay related circumstances. When a conflict is identified between any documents of this Contract Package, the conflict shall be immediately brought to the attention of the OWNER for resolution WORK HOURS Construction work may be performed between 7:30 a.m. and 4:00 p.m. Monday through Friday excluding Holidays. The VENDOR may request an extension of hours giving at least 72 hour notice to OWNER prior to initiation of any such extension. Extensions are not guaranteed and are subject to approval by the OWNER SCHEDULE The VENDOR shall prepare a Detailed Construction Schedule of the project. The construction schedule shall be consistent with the overall project completion date. The construction schedule shall include estimated time units for each phase of the project: material ordering, testing and procurement dates; individual task duration time in workdays; mobilization dates for CONTRACTOR and each Sub-contractor field work start/completion dates; and any Scope of Work April 2014

51 other factors that are critical to the timely completion of the project. The VENDOR S construction schedule must be approved by the OWNER prior to the start of work. The VENDOR shall closely coordinate the construction schedule with each of the subcontractors and the OWNER s CONSTRUCTION MANAGER OR HIS DESIGNEE to avoid delays in moving from one phase of the project to the next phase. Any delay caused by the failure of the VENDOR to execute the coordination of the project shall not be cause to relieve the VENDOR from meeting the time schedules stipulated in the CONTRACT documents. As the project progresses, the initial construction schedule shall be revised and include specific details and dates of completed work, updates to task duration, and projections of percent complete for each active task. If projections indicate that the VENDOR may not achieve the contract completion date, the VENDOR shall propose corrective action that will be taken to bring the project back on schedule to meet project milestones. A revised project schedule shall be provided by the VENDOR at each progress meeting SEQUENCE OF CONSTRUCTION The VENDOR may sequence construction activities in a manner that allows for efficient completion of the project within the required contract completion date. The contractor shall coordinate closely with the OWNER and the CONSTRUCTION MANAGER OR HIS DESIGNEE to facilitate construction activities PROGRESS MEETINGS Regular progress meetings will be scheduled to ensure communications and coordination between all parties are maintained. The VENDOR shall schedule progress meetings once every two weeks and at other times as needed or as requested by the OWNER or CONSTRUCTION MANAGER. Progress meetings will be conducted onsite. The proceedings of these meetings will be recorded by the CONSTRUCTION MANAGER OR HIS DESIGNEE and each required representative at the meeting will be furnished one copy via . To assist the CONSTRUCTION MANAGER OR HIS DESIGNEE in maintaining accuracy in the minutes, the meetings may be tape recorded. Participation in Project meetings will be considered incidental to the cost of the Contract CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS The VENDOR shall furnish, install and maintain required construction aids and barriers as required to protect the Work and prevent public entry. The VENDOR shall provide and maintain methods, equipment and temporary construction, as necessary to provide accommodations for logistical support such as communications, sanitary facilities, parking, etc. for employees of the VENDOR and VENDOR s Sub-Contractor employees at locations designated by the OWNER. The VENDOR shall remove all temporary facilities at completion of Work or when no longer necessary. Scope of Work April 2014

52 1.08 SAFETY REQUIREMENTS The VENDOR shall be solely responsible for performing the construction in a safe manner. The VENDOR shall comply with the safety requirements for the county and applicable statutes and regulations of the State of Maryland (including MOSH), and the Occupational Safety and Health Administration (OSHA) pertaining to the safe performance of the work. Should charges of violations of any of the above mentioned statutes or regulations be issued in the course of the work, a copy of each charge is to immediately be forwarded to the OWNER. The VENDOR shall perform the work in a manner that does not endanger personnel employed thereon, or public and private property. At a minimum, the VENDOR shall comply with the Maryland Department of Transportation Standard Specifications for Construction and Materials, Section GP-7.05, Construction Safety and Health Standards, and Section GP-7.06 Public Convenience and Safety LEGAL NOTIFICATION The VENDOR shall give all notices and comply with all laws, ordinances, rules, permits and regulations bearing on the conduct of the work as drawn and specified. If the VENDOR performs any work contrary to such laws, ordinances, permits, rules, and regulations, he shall bear all costs arising there from. The VENDOR shall immediately notify the CONSTRUCTION MANAGER OR HIS DESIGNEE of the arrival of any regulatory inspectors. The VENDOR s employees and sub-contractors shall cooperate with these representatives and provide information as requested. The VENDOR shall notify the CONSTRUCTION MANAGER OR HIS DESIGNEE of any such requests. PART II- PRODUCTS As specified in the Maryland Department of Transportation Standard Specifications for Construction and Materials and the Contract Drawings and Specifications to be developed. PART III EXECUTION 3.01 REVIEW OF INFORMATION AND FEASIBILITY CONFIRMATION The VENDOR is to review the information provided within the RFP. This information includes the following: 1. Carpenters Point As-Built Drawings These drawings show the location of the sewer and appurtenances in plan and profile view, as well as other site features. 2. URS Pavement Evaluation Report Applicable sections of this report discussing existing geotechnical site conditions (i.e., technical discussion, photos, boring location sketch, and boring logs) are provided. Scope of Work April 2014

53 3. Master Locators Ground Penetrating Radar Report This report indicates the potential locations and severity of relatively shallow voids within the project area. 4. Hand Auger Information The County performed a few hand augers within the locations of the above mentioned potential void areas in order to review and confirm if voids or loose/soft soil conditions were present at these locations. Following review of this information the VENDOR is to perform any needed calculations or analyses necessary in order to determine if the County s proposed remedy of pumping/injecting cementitious grout in a grid pattern along the length and width of the project area (roadway only) to increase the stability and integrity of the soil matrix is valid in the VENDOR s professional opinion. A letter discussing the VENDOR s review process, analysis, and confirmation/agreement of the County s proposed remedial course of action, as well as any value engineering alternatives which address the underlying poor subsurface conditions, including any needed supporting documentation (e.g., calculations, sketches, example projects, cut sheets, etc.) shall also be provided at this time. Following review of this information it may likely be necessary for the VENDOR and OWNER to meet to discuss the letter and come to an agreement as to the preferred path forward in which the VENDOR s project design will be prepared as discussed below. Please note at the time of the preparation of this RFP, the County is establishing numerous survey control points within the project area (roadway) in order to monitor settlement. These control points shall be maintained by the VENDOR and periodically reviewed prior to, during, and after construction by the County ANALYSIS, DESIGN, CONSTRUCTION PLAN AND SPECIFICATION PREPARATION, AND ENGINEER S ESTIMATE Following agreement of the design approach as discussed in section 3.01 above, the VENDOR will proceed with the analysis, design, and preparation of plans and specifications for the project. The project documents shall address the following, as well as any other required information in order to provide for a complete project: 1. Grid spacing and plan view extent of the work area; 2. Profiles illustrating the depth and vertical extent of the grouting; 3. Location of utilities; 4. Location of right of way (the County has a 15 ft right of way from centerline of the road in each direction); 5. Maintenance of Traffic Plan; 6. Construction Sequence; 7. Lay Down Area; 8. Performance Specifications (grouting, monitoring, etc.) It will be the VENDOR s responsibility for the performance of all required field and material testing. Scope of Work April 2014

54 The VENDOR shall account for one (1) round of project plan and specification reviews by the OWNER and subsequent modifications as required. The final project documents shall be signed and sealed by a registered professional engineer licensed in the State of Maryland. In conjunction with the initial project document submission, an engineer s estimate of the construction costs shall be provided. It shall also be the VENDOR s responsibility to review and approve all required submittals, shop drawings, etc. submitted by the contractor or entity performing the work. Submittals are to be approved by a registered professional engineer licensed in the State of Maryland UTILITY DESIGNATING During the design phase of the project the VENDOR shall perform comprehensive utility designating (i.e., quality level B and A designating) within the extent of the project area. These services shall include research and investigation, Miss Utility contact, test holes, survey, and any related work necessary to correctly identify the location of all utilities. This information shall be provided for within the project plans. It will be the VENDOR s responsibility to protect, maintain, and preserve all utilities (including the County s sanitary sewer utility) during the performance of construction. Any damage, repair, or corrective action required due to the VENDOR s impact to existing utilities will be the responsibility of the VENDOR MOBILIZATION/DEMOBILIZATION Mobilization/Demobilization shall include any other labor, equipment and materials required to perform the work as required, including but not limited to the cost of the VENDORS s Bid Bond, field engineering and survey, project meetings, construction facilities and temporary controls, special controls, safety equipment and measures, and any other items considered incidental to the work MAINTENANCE OF TRAFFIC Contractor shall provide all necessary traffic control devices and personnel to protect construction personnel and traveling public to the satisfaction of the Department of Public Works and in accordance with MOSH/OSHA Standards and the Manual of Uniform Traffic Control Devices, 2009 Edition and all revisions. The project site is located within a small subdivision in a rural area. The roadway is a residential street and homes are accessible from either direction. Therefore, the County prefers to shutdown the roadway within the work area each day utilizing movable Type 3 Barricades and re-open the street each evening. As discussed above, a MOT plan is to be submitted with the project plans EQUIPMENT (INCLUDING SEWER CCTV MONITORING) Equipment encompasses all that is necessary in order to provide a complete project but not limited to water supply, mixers, dumpsters, trucks, excavators, drill rigs, grouting Scope of Work April 2014

55 equipment and components, sanitary sewer CCTV monitoring equipment, sanitary facilities, etc. The County s sanitary sewer utility shall be monitored in real time via CCTV monitoring within the work area throughout the duration of the invasive construction activities GROUT A cementitious grout shall be pumped/injected at locations, depths, and rates to be determined during design. Grout placement shall also be monitored and tested by the VENDOR in accordance with the project documents COMPLETE LABOR The VENDER shall provide all necessary field labor, crew and personnel in order to deliver a complete project. This may include designer, contractor, and subcontractor labor FIELD REVIEW SERVICES VIA DESIGN ENGINEER During construction the work being performed will be reviewed by the design engineer on a part-time basis (i.e., half of the time). Daily field reports documenting personnel on-site, time on and off site, weather, construction activity, location sketches, testing, recommendations made and outcomes, progress, volume and location of materials used, etc. shall be prepared and submitted to the OWNER on a weekly basis. At the completion of the project a red-line/mark-up of the project plans indicating the actual location, depth, and volume of grout utilized at each location shall be provided to the OWNER and submitted as part of the project record documents discussed in section 3.12 below SITE RESTORATION The VENDOR is responsible for the complete restoration/stabilization of any area of the site impacted/disturbed/damaged during the course of performing the work including the roadway, lay down and staging areas, drainage swales, and grassed areas PROTECTION OF WORK The VENDOR shall use all means necessary to protect completed work until Contract Closeout. In the event of damage, the VENDOR shall immediately make all repairs and replacements necessary to the approval of the CONSTRUCTION MANAGER or HIS DESIGNEE at no additional cost to the OWNER PROJECT RECORD DOCUMENTS The VENDOR shall maintain on-site, one set of the following project record documents and record actual revisions to the Work as they are performed: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the contract. Scope of Work April 2014

56 5. Review shop drawings, product data, and samples. Project record documents shall be stored separately from construction documents and keep current throughout the construction period. At contract closeout, the VENDOR shall submit record documents with transmittal letter containing date, project title, VENDOR's name and address, list of documents, and signature of VENDOR CONTRACT CLOSEOUT When the VENDOR believes Substantial Completion has been reached, the VENDOR shall submit written notice that Contract Documents have been reviewed, Work has been inspected, and that Work is complete, in accordance with Contract Documents, and is ready for the OWNER S inspection. Upon receipt of the VENDOR s notice of Substantial Completion, the OWNER shall inspect the Work. The OWNER shall notify the VENDOR that either (i) Substantial Completion has been reached; or (ii) the status of the Work does not qualify as Substantially Complete based on deficiencies noted. If the OWNER agrees that Substantial Completion has been reached, a punch list identifying outstanding minor work items shall be provided to the VENDOR. The VENDOR shall address the items on the punch list to the satisfaction of the OWNER. Notice of Final Completion shall be given to the VENDOR only after all punch list items are complete, the VENDOR has removed all equipment, construction facilities, materials, tools, and trash, and submitted project record documents. The Owner s opinion regarding the status of Substantial Completion and Final Completion shall be final. +END OF SECTION Scope of Work April 2014

57 CECIL COUNTY DEPARTMENT OF PUBLIC WORKS CARPENTERS POINT AREA SEWER TRENCHES BID NO TECHNICAL SPECIFICATIONS SECTION 01025: MEASUREMENT AND PAYMENT PART I GENERAL 1.01 SECTION INCLUDES A. Procedures for measurement of quantities and payment of Work. B. Conditions for nonconformance assessment and nonpayment for rejected products or work AUTHORITY A. Units and methods delineated in this Section are intended to complement the criteria of the Technical Specifications and the Proposal Form. B. In the event of conflict, the unit price (not estimated quantity) bid on the Proposal Form shall govern. C. Measurements and quantities submitted by the VENDOR will be verified by the OWNER UNIT QUANTITIES SPECIFIED A. Quantity and measurement estimates stated in the Proposal Form of the Contract Documents are for contract purposes only. Actual quantities and measurements of the work authorized, installed and verified by the OWNER shall determine payment. B. If the actual Work requires greater or lesser quantities than those quantities indicated in the Proposal Form, the required quantities shall be provided by the VENDOR at the unit prices contracted MEASUREMENT OF QUANTITIES A. Standard Pay Items Pay Item 1 REVIEW OF INFORMATION AND FEASIBILITY CONFIRMATION The unit for payment for Review of Information and Feasibility Confirmation, shall be by Lump Sum, including review of the information provided within the RFP, performance of any needed calculations or analyses, letter of confirmation/agreement, value engineering alternatives, meetings with the OWNER, and all other incidental work need to complete this review. Pay Item 2 ANALYSIS, DESIGN, CONSTRUCTION PLAN AND SPECIFICATION PREPARATION, AND ENGINEER S ESTIMATE The unit for payment for Analysis, Design, Construction Plan and Specification Preparation, and Engineer s Estimate, shall be by Lump Sum, including preparation Measurement and Payment April 2014

58 of the project documents as discussed in the scope of work, one (1) round of project document edits, meetings, engineer s estimate, and submittal reviews. Pay Item 3 UTILITY DESIGNATING The unit for payment for Utility Designating, shall be by Lump Sum, including research and investigation, Miss Utility contact, test holes, survey, and any related work necessary to correctly identify the location of all utilities. Pay Item 4 MOBILIZATION/DEMOBILIZATION The unit for payment for Mobilization/Demobilization, shall be by Lump Sum, including, labor, equipment and materials required to perform the work as required, including but not limited to the cost of the VENDOR s Bid Bond, field engineering and survey, project meetings, construction facilities and temporary controls, special controls, safety equipment and measures, and any other items considered incidental to the work. Payment of 50% of the lump sum amount shall be paid in the first monthly pay request upon completion of mobilization of all necessary equipment, tools, personnel, and project facilities needed to perform the work. The remaining 50% will be paid on the last pay request. Pay Item 5 MAINTENANCE OF TRAFFIC The unit for payment for Maintenance of Traffic, shall be Per Day, for providing all necessary traffic control devices and personnel to protect construction personnel and traveling public to the satisfaction of the Department of Public Works and in accordance with MOSH/OSHA Standards and the Manual of Uniform Traffic Control Devices, 2009 Edition and all revisions. Pay Item 6 EQUIPMENT (INCLUDING SEWER CCTV MONITORING) The unit for payment for equipment, shall be Per Day, for providing all necessary equipment in order to provide a complete project such as water supply, mixers, dumpsters, trucks, drill rigs, grouting equipment and components, sanitary sewer CCTV monitoring equipment, sanitary facilities, etc. Pay Item 7 GROUT The unit for payment for grout, shall be Per Cubic Yard, for the placement and testing of cementitious grout in accordance with the project documents Pay Item 8 COMPLETE LABOR The unit for payment for complete labor, shall be Per Day, for providing all necessary field labor, crew and personnel in order to deliver a complete project. Measurement and Payment April 2014

59 Pay Item 9 FIELD REVIEW SERVICES VIA DESIGN ENGINEER The unit for payment for Field Review Services Via Design Engineer, shall be Per Day, for part-time field review services, daily field reports documenting personnel on-site, time on and off site, weather, construction activity, location sketches, testing, recommendations made and outcomes, progress, volume and location of materials used, etc. submitted to the OWNER on a weekly basis PAYMENT A. Payment includes full compensation for all required supervision, labor, products, tools, equipment, transportation, services, and incidentals; application or installation of the Work. The price bid shall include the total cost for required Work. Claims for payment of unit price Work not specifically covered in this Section will not be accepted without a duly executed Change Order. Payments to the VENDOR shall be made in accordance with the General Provisions Section of the Contract Documents. The VENDOR is not exempt from paying sales tax. B. Unless otherwise stated, pay items shall be paid based on the percentage of work complete at the time the VENDOR submits the monthly pay request NONCONFORMANCE ASSESSMENT A. The authority of the OWNER or their representative to assess nonconforming Work and identify payment adjustment is final. B. The VENDOR shall remove and replace any nonconforming work as identified by the OWNER or their representative at no additional cost to the OWNER NONPAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products determined as nonconforming before or after placement. 2. Products placed beyond the lines and grades of the required Work. 3. Products remaining on hand after completion of the Work, 4. Loading, hauling, and disposing of rejected products or leftover materials. + END OF SECTION Measurement and Payment April 2014

60 RFP Carpenter s Point Area Sewer Trenches APPENDIX C CARPENTERS POINT AS-BUILTS 48

61

62

63

64

65

66

67

68 RFP Carpenter s Point Area Sewer Trenches APPENDIX D URS REPORT (PAVEMENT EVALUATION 49

69 REPAIR CARPENTERS POINT AREA SEWER TRENCHES Date: March 29, 2013 Project Number: Task Order No. 17 Prepared For: Cecil County, MD Department of Public Works Iron Hill Corporate Center 4051 Ogletown Road, Suite 300 Newark, DE (302)

70 MEMORANDUM Date: March 29, 2013 To: Kevin. M. Yezdimer, P.E. Project Manager Engineering and Construction division Cecil County Public Works 200 Chesapeake Blvd. Suite 2400A Elkton, Maryland From: Peter J. Dudko, P.E. / Gerald N. Katzmire RE: Repair Carpenters Point Area Sewer Trenches: Task Order No. 17 Project Number: I. INTRODUCTION This memo serves to document URS s observations made during the excavation of seven test pits and four test borings used to evaluate the existing/as-built conditions in the area of the Phase 1 installation of sanitary sewer lines in the Carpenters Point area of Cecil County Maryland including Greenbank Road, Woodall Road, Greenbrier, Cherry Lane and select locations along Carpenters Point Road. See attached Figure 1 showing the scope of the Study Area along with the test pit and boring locations. II. SCOPE OF WORK The scope of work for this Project involved performance of a site reconnaissance, field location of test pit and boring locations, observation of test pit excavation and test borings, evaluation of observed conditions and the preparation of this report. The seven test pits were excavated by representatives of the Cecil County Division of Roads. The Test Borings on Greenbank Road were completed by Craig Test Boring under Contract with URS Corporation. The test pits were backfilled utilizing compacted crusher run material and the road surface was restored utilizing cold patch after evaluation of each pit was completed. The Borings were backfilled with sand and restored with cold patch subsequent to the work. III. HISTORY/SITE CONDITIONS URS understands the sanitary lines in question were constructed during the time period from May of 2003 to September of 2004 in existing roadways. The existing roadways are relatively narrow and are both paved and unpaved. The roadways service a residential development and a small campground. Traffic is limited to residential traffic, camper traffic

71 and residential garbage pick-up. The site topography rises gently away from the river. The groundwater elevation is likely controlled by the adjacent river and may be relatively close to the ground surface in some areas during periods of high tide. After the installation of the sewers the paved roadways reportedly exhibited signs of settlement and break-up of the pavement. It is reported the contractor made some repairs during the warrantee period with additional repairs completed by the CCDPW. The repairs have held up on Carpenters Point Road and Cherry Lane. However, sections of Greenbank Road have been repaired several times by the County reportedly due to settlement of backfill material over sewer trenches and continue to exhibit signs of pavement distress. IV. FIELD INVESTIGATION Test Pits Seven test pits were excavated throughout the Study Area by representatives of the Cecil County Roads Department under the direction of URS. The test pits were excavated to evaluate the pavement thickness, crushed stone sub-base thickness, and subgrade condition. The test pits (approximately 4 feet by 4 feet) were excavated into the subgrade approximately 12 inches below the bottom of the stone sub-base to allow for evaluation of the soil subgrade. The subgrade was evaluated utilizing a hand probe fit fitted with a 9/16 diameter cone tip or a penetrometer. Penetrometer readings were utilized as an indicator of material consistency but in themselves are not fully representative of the subgrade condition because the subgrade materials were sufficiently hard that the penetrometer was unable to be pushed to the designated depth to obtain an accurate reading. The location of each test pit is indicated on Figure 1. The observed conditions are documented below. Test Pit # Location Condition Asphalt Asphalt Thickness Sub-Base Thickness Subgrade Condition 1 Greenbank Alligatored, 3 3 Stiff, Clayey Surface Cracks Silt 2 Woodall Alligatored, 3 0 to 1 Stiff, Clayey Rd Surface Cracks Silt 3 Cherry Asphalt Intact Dense Stone Lane Dust 4 Greenbriar Alligatored, 3 9 Soft, Wet Rd Surface Cracks Clay 5 Carpeneters Alligatored, Stiff Clay, Point Rd Surface Cracks Sub Base Mix 6 Cherry Alligatored, 2 5 Stiff, Silty Lane 7 Carpeneters Point Rd Surface Cracks Alligatored, Surface Cracks Clay Wet, Stiff Clay Structural No , 2.47

72 1. Poor drainage conditions were observed adjacent to pavement at test pit locations 3, 4, 6 and 7. It should be noted groundwater was not observed in any of the test pits. Photographs of the individual test pits are presented in Appendix A. Test Borings Four test borings were performed on Greenbank Road to evaluate an area of reported on going settlement of trench backfill materials. The borings were performed approximately 2 feet offset from the center of the existing sanitary line to mitigate the potential for encountering the line. The borings were drilled to depths ranging from 5 to 10 feet below the road surface. The observed thickness of asphalt pavement ranged from 0.7 to 1.9 feet and averaged 1.3 feet. The crushed stone sub-base beneath the pavement was on the order of 1 foot thick and was noted to be in a dense to very dense condition. The trench backfill materials beneath the crushed stone sub-base were generally silty clay and ranged in consistency from very stiff and moist to soft and wet but were generally soft and wet. The Test Boring locations are shown on Figure 1. The Boring logs are attached in Appendix B to this Report; however the observations are summarized in the Table below. Boring Boring Asphalt Sub-Base Subgrade Observations No. Depth Thickness Thickness Sample resistance decreased from 28 to 4. Silty Clay to sand with trace gravel Sample resistance decreased from 24 to 8. Stiff to very moist silty clay w/ trace sand and gravel Sample resistance decreased from 37 to 1 with bottom 4 of boring becoming very soft. Moist to wet silty clay with trace sand and gravel Sample resistance decreased from 31 to Weight of Hammer. Moist to wet silty clay with trace sand and gravel becoming very wet and soft. The asphalt paving thicknesses in this portion of Greenbank Road ranged from 8 thick to almost 2-0 thick. URS understands the Cecil County Department of Public Works has Topped Off settled sewer trenches and has placed multiple asphalt overlay over the entire road width on more than one occasion. The conditions observed are indicative of poorly placed backfill materials with most severe conditions located where the pipe depths and subsequent backfill materials are the deepest.

73 V. PAVEMENT SECTION DESIGN VS. EXISTING CONDITIONS Paving Section Design Drawing C-40 The Collection System Details from the Phase I Sanitary Sewer Project provide details relative to the design pavement section and patching detail, details C-7 and C- 9 respectively. The design paving section indicated by Detail C-7 indicates 8 inches of gravel sub-base, 2 inches of bituminous base course and 1.5 inches of bituminous wearing course. The design patching detail indicates 12 inches of gravel sub-base, 5 inches of bituminous base course, and 2 inches of bituminous wearing course. Equivalent structural numbers for the design paving section and the patch detail would be on the order of 2.22 and 3.90 respectively. Existing Cross Section (not including Greenbank Road) The actual paving section observed in the test pits was noted to be highly variable with the thickness of the sub base varying from 0 to 14 inches and the thickness of the pavement varying from 1.75 to 3 inches. It was also observed the pavement was placed in one lift with no evidence of a bituminous base course present. The actual structural numbers for the asbuilt pavement vary between 0.93 and 2.47, with an average structural number of of the 7 locations have structural numbers below that of the design pavement section and all 7 locations had structural numbers below that specified for the patch detail. With the exception of Test Pit 3 all the observed pavement was noted to be alligator cracked. The pavement observed at Test Pit 3 was intact. Test Pit 3 was the only location where the soil subgrade consisted of imported materials rather than the site soils. It is likely the better pavement condition is the result of the increased subgrade strength. The current broken condition of the site pavement also increases infiltration into the sub-base and soil subgrade. This infiltration would tend to increase degradation of the soil subgrade. Existing Cross Section on Greenbank Road Structural numbers for the portion of Greenbank Road that has been repeatedly repaved due to potential settlement issues with the trench were not considered to be indicative of the condition that has occurred and were therefore not calculated. The observed thickness of asphalt paving ranging from 8 to 1-10 on portions of Greenbank Road are likely the result of repeated repair attempts over poorly placed backfill and cannot be associated with the restoration completed during the sewer project. Subgrade Soils The observed subgrade soils below either the pavement or the stone sub-base materials were observed to be primarily clayey silt or silty clay with the exception of the stone dust observed

74 at Test Pit #3 on Cherry Lane. In several cases the subgrade soils were observed to be wet. This is particularly true on the portions of Greenbank Road that have been paved several times where the subgrade condition is likely the result of poor backfill placement over the sanitary line. The subgrade soils, with the exception of the stone dust are highly moisture sensitive and are also expected to be highly susceptible to frost heave and a loss of strength during periods of freeze thaw activity. The site soils would also exhibit a loss of strength upon saturation. Site Drainage Surface drainage within the study area was generally observed to be poor. There was evidence of poor drainage in road side ditches and closed low areas that would only drain by infiltration into the site soils. This lack of consistent surface drainage likely results in repeated saturation of the subgrade soils and causes loss of soil strength which exacerbates pavement degradation. It is likely the poor surface drainage also exacerbates loss of subgrade support during periods of freeze thaw which would result in further pavement degradation. VI. CONCLUSIONS General Conclusions It is URS s opinion the observed conditions and pavement degradation are likely the result of the pavement not being constructed in accordance with the requirements of the design documents including a thin paving section along with variations in the depth and quality of sub-base materials. The pavement conditions were also likely worsened by the lack of positive surface drainage which results in saturation of the subgrade soils during periods of wet weather. The additional moisture that may saturate the soil subgrade would also exacerbate the loss of soil strength during periods of freeze thaw. Greenbank Road In addition to the items discussed above, the portion of Greenbank Road that has been repaved numerous times has likely been impacted by the combination of the inferior quality of backfill material, the depth of this backfill material due to the depth of the sewer and either lack of compactive effort or inability to compact backfill materials due to a heavy moisture content.

75 VII. REHABILITATION OPTIONS w/estimated RELATIVE COSTS Rehabilitation Options (not Including Greenbank Road & Woodall Road): Based on the observation of exiting conditions in the test pits, it appears the design paving section was not constructed. The thin as-built paving section coupled with the fine grained subgrade soils and the lack of positive surface drainage is likely the cause of the pavement failures observed. There are a number of options that could be utilized to provide a more serviceable pavement. It is important to note the existing asphalt surface is cracked and deteriorated beyond the limits of the sewer trench and any rehabilitation option chosen should be completed for the full width of the roadway. Surface Drainage Poor surface drainage will result in premature degradation of the pavement section. It is therefore recommended that surface drainage be enhanced to allow for positive drainage along the edges of the roadways. Enhancements to surface drainage will likely include, but are not limited to, the following: Cleaning of existing ditches to allow for free flow Elimination of closed lows in existing ditches and adjacent to the roadway Construction of ditches where none exist Removal of debris from existing culverts Installation of culverts as required at driveway crossings Option 1 Place 3 of Binder and 1.5 of Wearing Over Existing Asphalt Variation #1 - Correct surface drainage issues as discussed above and repave the roadways, for their full width, with 3 inches of bituminous binder course and 1.5 inches of wearing course leaving the existing asphalt and stone base in place. This would provide a pavement with a structural number on the order of approximately 2 which is below the design value of While this option is cost effective it would not address any localized soft subgrade issues that either existed due to the sewer line construction or were created due to the lack of positive surface drainage. This option would however provide better conditions than currently exist at a lower cost. Based on recent contract experience it is estimated pavement costs would be on the order of $11/inch/square yard. The cost for this option is therefore estimated at approximately $49.50 per square yard.

76 Variation #2 - A variation to option #1 involves the placement of a nonwoven polypropylene geotextile fabric interlayer between the existing asphalt surface and proposed asphalt for the purpose of strengthening and reinforcing the base course of asphalt upon which the new asphalt will be placed. An additional benefit is that it helps to minimize reflective cracking (cracks in the existing asphalt) from coming up through to the new asphalt. The process involves laying a binder coat of hot oil which enables layers of asphalt to stick to one another, then laying the fabric, and finally, overlaying these with the design detail of asphalt paving. The effectiveness of pavement interlayer fabrics is highly dependent upon the quality of workmanship during placement. Areas of fabric that are not fully bonded to the existing pavement are likely to result in sliding of the asphalt over lay. Considering the degree of current pavement degradation it is unlikely the fabric can be effectively bonded to the existing pavement without significant preparation and in the worst cases the utilization of a uniform asphalt scratch coat placed over the existing broken pavement and bonding the interlayer fabric to the scratch coat. An important factor to consider with both of the variations discussed in Option #1 is the selection of this option will result in raising the elevation of the existing roadways up to 4.5 depending on the final design of the overlay. The increase in elevation is unlikely to help with drainage issues along the roadways but could also result in blocking drainage across roads. Additionally, it will be necessary to adjust and blend into existing structures in the areas of proposed rehabilitation including the raising of manhole frames and covers and water valve boxes along with mill tie ins to existing asphalt driveways and adjacent roadways. Option 2 Re Use Existing Materials as Base and Apply 3.5 Asphalt Binder and 1.5 Asphalt Wearing. Variation #1 - Correct surface drainage issues as discussed above. Mill the pavement for its full width and replace the millings as granular sub-base. Proof roll the resulting subgrade utilizing a smooth drum vibratory roller which imparts a minimum force (static plus dynamic) of 500 pounds per lineal inch of drum width. Any areas that exhibit instability should be undercut to stable material or a depth of 2 feet below subgrade, whichever is less. The resulting undercut should be backfilled with compacted granular sub-base material. The pavement should be replaced with 3 inches of bituminous binder course and 1.5 inches of bituminous wearing course. This option would provide a structural number on the order of 2.34 which exceeds the design value of However in the areas where no gravel sub-base currently exists the structural number could be on the order of 2 and is below the design criteria. This option would likely improve pavement performance but would not provide the full depth of stone sub-base required in the design documents in all areas. It is however

77 anticipated this option would provide a more serviceable pavement and is likely cost effective and would be less disruptive than Option #3 discussed below. It is estimated milling cost (mill and replace millings as sub-base) would be on the order of $5.00 per square yard. Compaction/proof rolling is estimated at approximately $0.50 per square yard. Pavement costs would be $49.50 per square yard. Assuming no soft areas were observed the cost for Option #2 is expected to be on the order of $55.00 per square yard. Correction of soft areas is expected to be on the order of $40 per cubic yard exclusive of soil disposal. Variation #2 - Full Depth Reclamation of Existing Roadway - Correct surface drainage issues as discussed above. Full-depth reclamation (FDR) recycles the materials from deteriorated asphalt pavement, and, with the addition of cement or other stabilizers, creates a new stabilized base. The FDR process is an alternative to the complete removal and replacement of the existing base and asphalt surface which is expensive and does not make use of existing aggregate materials. FDR proponents state the recycled base will be stronger, more uniform, and more moisture resistant than the original base, resulting in a long, low-maintenance life. Additionally, costs to complete the work should fall between the estimated costs for Option #2 and Option #3 since the reclamation process will negate the need for excavation, the hauling away of existing material and replacement with aggregate material. While this option could result in a stronger subbase, it is will not address any soft areas. Correction of soft areas would be required prior to introduction of the stabilizing agent and compaction of reclaimed subbase. As with Option #1, an important factor to consider with both of the variations discussed in Option #1 is the selection of this option will result in raising the elevation of the existing roadways up to 4.5 depending on the final design of the overlay. The increase in elevation is unlikely to help with drainage issues along the roadways but could also result in blocking drainage across roads. Additionally, it will be necessary to adjust and blend into existing structures in the areas of proposed rehabilitation including the raising of manhole frames and covers and water valve boxes along with mill tie ins to existing asphalt driveways and adjacent roadways. Option# 3 Full Depth Re Construction Correct surface drainage issues as discussed above. Remove all existing pavement for the full width of the road, to the design subgrade elevation as provided in the design documents, proof roll the subgrade and correct any unstable areas as described by Option #2 above, construct the design pavement section. This option is expected to be the most disruptive to the community and the more costly but also would be the more positive repair of the three options considered.

78 Excavation of the existing pavement section and grading the sub-grade is estimated to be on the order of $15.00 per square yard. Compaction of the subgrade is expected to be approximately $0.50 per square yard. Construction of the gravel sub-base is estimated to be approximately $12.00 per square yard. Paving costs are estimated at $ Assuming, no soft areas are observed the cost for Option #3 would be on the order of $ per square yard. This cost does not include disposal of excavated material which typically costs around $15.00/CY depending on the location of the disposal site and other costs for transportation. Correction of soft areas is expected to be on the order of $40 per cubic yard exclusive of soil disposal. The selection of this Option will not result in a change in elevation to the existing roadway. Greenbank & Woodall Road Option #1 Undercut & Full Depth Re Construction of Trench Area w/ 2 Overlay The portions of Greenbank Road that have been repaved numerous times have likely been impacted by poorly placed backfill. This portion of the road should be evaluated by proof rolling once pavement has been removed. Soft or unstable areas should be corrected by undercutting and replacement with structural fill as discussed below. However, considering the expected condition, proof rolling should be evaluated by an experienced geotechnical engineer such that the depth of undercut can be modified as required based on actual conditions observed. Once the soft or unstable subgrade conditions have been corrected and the trench area patched, asphalt restoration options could be considered including a mill and overlay of the entire road width. Assuming that a maximum of 2-0 of undercut and refill will be required, the estimated cost to complete this Option is approximately $ per square yard including excavation, undercut and refill with granular materials and asphalt patching. An additional $25.00 per square yard would be required to mill the existing surface, full width, to a depth of 2 and to provide a uniform 2 asphalt wearing overlay to the road. Option #2 Bridge Existing Subgrade Material As indicated previously in this Report, the failure of the asphalt paving throughout the majority of the Study Area is the result of the thin as-built paving section coupled with the fine grained subgrade soils and the lack of positive surface drainage. However, the asphalt failures on Greenbank Road are the result of a subgrade failure. In Option #1 described above, URS has recommended that the existing asphalt paving be removed, the subgrade be proof rolled and soft or unstable subgrade be removed and replaced with a high quality backfill material placed and compacted in lifts to improve the integrity of the subgrade.

79 Typically, this process would be followed by a deep lift asphalt patch within the excavated area followed by a 2 mill and overlay of the entire road width. Based on the observations of the test borings, it is anticipated the undercut and refill process will be extensive. For this reason URS has considered the potential for stabilizing the soft subgrade materials in place or bridging these materials. Available technologies to be considered include: Stabilization of the existing subgrade soils in place by the injection or placement of lime, cement or other stabilizing agent designed to stabilize insitu subgrade soils or by constructing a bridging layer above the unstable subgrade soils. However, shallow soil mixing must be compacted in order to work and compaction of a bridge layer over wet and unstable soil may not be feasible. Additionally, cement does not work well with fine grained soils. The soils could to conditioned with lime but this would involve almost complete excavation of the trench back fill Mechanical Stabilization Bridging Existing Subgrade Soil - Mechanical stabilization involves the use of Geosynthetics. The types of Geosynthetics that are typically used for stabilization are geotextiles, geogrids, and geocomposites. The primary benefits of using a geocomposite are that you get separation between the poor quality subsoil and the better quality backfill material and an increased resistance to spreading by means of the reinforcement. On the surface, the County may be able to save a substantial amount of money by using Geosynthetics to bridge soft subgrade areas and reduce or eliminate undercutting. In order for this to work to be successful, the textiles need to go into tension. In order for the textiles to go into tension settlement must occur. Once this settlement occurs, additional asphalt patching would be necessary. Option #3 2 Mill and Overlay The selection of either Option #1 or Option #2 above will involve significant disturbance and will be costly to complete with costs ranging up to $ SY plus an additional $25.00 SY will be required subsequent to the stabilization work to provide a 2 mill and overlay to the entire road width. Cecil County could complete a 2 mill and overlay over the entire road width on 6 different occasions and the cost would still be less expensive and disruptive than selecting either Option #1 or Option #2 discussed above for Greenbank Road and Woodall Road. Currently, the most prevalent problem on Greenbank Road is an uneven road surface due to spotty asphalt patching and feather coating from successive thin asphalt overlays (see photos at back of report). Option #3 involves a complete 2 Mill and Overlay on Greenbank Road and Woodall Road with evaluation of the surface on a periodic basis to determine if additional mill and overlays will be required in the future.

80 VIII. RECOMMENDATIONS FOR ADDITIONAL INVESTIGATION The ultimate rehabilitation option chosen for the rehabilitation of the sewer trenches in the Carpenters Point Study area will most likely involve a combination of the rehabilitation options discussed above. The asphalt surface on Carpenters Point Road is in worse condition than the asphalt surface on Cherry Lane. As indicated, the failures on Greenbank & Woodall are the result of subgrade failure and not the lack of an acceptable asphalt/base material section. The rehabilitation methods discussed above include traditional asphalt rehabilitation along with other options that will raise the current elevation of existing roadways along with techniques such as Full Depth Reclamation, insitu stabilization technologies and Bridging of unstable subgrade to correct existing deficiencies. It is URS s position that additional investigation beyond the scope of this Project is required to investigate and Engineer the nontraditional rehabilitation options discussed above if selection of these alternatives is considered. 1. Of the 3 rehabilitation options discussed above for all roadways except Greenbank Road & Woodall Road, 2 of the rehabilitation options involve raising the finished grade of the road up to over 4.5. The correction to surface drainage has been referenced several times in this report to be considered a necessary component to assuring the longevity of any rehabilitation option selected. The scope of work for this Project did not include a detailed evaluation of surface drainage issues. Recommendations relative to the correction of surface drainage are general. A drainage study should be considered to determine actual drainage solutions required for each section of roadway and the positive or negative impact of raising the elevation of roadways within the Study Area. 2. URS and Cecil County should meet with a Contractor experienced and engaged in the process of Full Depth Reclamation and insitu stabilization of existing subgrade soils to gain a better understanding of the requirements including initial site investigations, the mix design, pulverization process, curing times, quality control and costs to complete the work. IX. LIMITATIONS The conclusions and recommendations presented herein are based on the observed conditions and the assumption that actual conditions do not deviate substantially for the observed conditions. CC. Angie Booher

81 Appendix A Photographic Log

82 Client Name: Cecil County Dept. of Public Works Photo No. 1 Date: 3/24/2013 Site Location: Carpenters Point Area Sewer Trenches Photographic Log Project No Task Order: No. 7 Station: Offset: Description: Greenbank Road Photo No. 2 Date: 3/24/2013 Station: Offset: Description: Greenbank Road - Evidence of multiple asphalt overlays w/ Boring Location #2 in background

83 Client Name: Cecil County Dept. of Public Works Photo No. 3 Date: 3/24/2013 Site Location: Carpenters Point Area Sewer Trenches Photographic Log Project No Task Order: No. 7 Station: Offset: Description: Greenbank Road Boring Location #2 Photo No. 4 Date: 3/24/2013 Station: Offset: Description: Greenbank Road Asphalt overlays and patches

84 Appendix B Boring Logs

85

86

87

88

89 Appendix C Study Area Maps

90 ³ Note: Coordinate System - NAD 1983 State Plane Maryland Meters. AREA MAP STUDY AREA 1 TP-1 &< STUDY AREA 1 STUDY AREA 2 Legend StudyArea Parcels Subsurface Investigation Test Pit &< Test Feet 1 inch = 200 feet MAP FORMATTED FOR "B" (11" X 17") SIZE SHEET. TEXT SCALE NOT VALID FOR DIFFERENT PAGE SIZE. V:\Projects\1551\MD_CecilCnty\ \GIS_job\Mapping\Fig1_PhaseI_StudyAreaA.mxd TP-2 &< URS Corporation Iron Hill Corporate Center 4051 Ogletown Road, Suite 300 Newark, DE STUDY AREA 1 GREENBANK & WOODALL CARPENTERS POINT AREA SEWER TRENCHES PROJECT NUMBER: DRAWN BY: CHECKED BY: TASK ORDER # 17 - PHASE I CECIL COUNTY, MARYLAND RM GK DATE: FIGURE NUMBER: 4/3/

91 RFP Carpenter s Point Area Sewer Trenches APPENDIX E MASTER LOCATORS REPORT (GPR) 50

92 UTILITY LOCATING SUE SERVICES LEAK LOCATING GPR SURVEYS CAD PLANS CAMERA INSPECTIONS PHILADELPHIA, PA PH: (610) FAX: (610) ALLENTOWN, PA PH: (610) BALTIMORE, MD PH: (443) NEW JERSEY/NEW YORK PH: (800) LEXINGTON, NC PH: (800) FX: (336) September 27, 2013 Geo-Technology Associates, Inc. Attn: Thomas Wirth 3445-A Box Hill Corporate Center Drive Abingdon, MD Re: Report of Findings - Void Detection Survey, Cecil County, MD Dear Mr. Worth, In September 2013, Master Locators ( ML ) performed a geophysical investigation throughout five (5) locations in Cecil County, MD. The five locations are referred to as; Carpenter s Point Cherry Lane (Area 1 & 2) Chestnut Point Road Greenbank Road (Areas 1-4) Kirkcaldy Road (Areas 1 & 2) The purpose of the survey was to investigate an area surrounding the sewer lines within the roadways ( scan area ) for potential void/sinkhole locations. ML utilized ground penetrating radar ( GPR ) technology to complete the investigation. Sensors and Software s Noggin Plus Smart Cart with 250 MHz transducer was used for the study. A grid pattern of 2 spacing was performed over the scan area with the GPR. During the scanning process the GPR operator continually monitored the GPR results for indications of any subsurface voids. The GPR data was also post-processed using Sensors and Software s EKKO Mapper 3 Version 3 Release 2 and subsequently reviewed for subsurface voids not detected onsite. Several locations displayed results that are reflective of voids beneath the surface. The results of each section are shown below as plan view (bird s eye view) and profile (cross section) images. Plan view images will display yellow - red images where potential voids were detected. The images on the yellow end of the spectrum are a result of minor reflection, whereas red symbolizes a major reflection. Also enclosed with this report are field sketches showing the limits of each scan area. These details along with the scale provided on each plan view image should be used to determine the extent of further investigation to remediate subsurface voids.

93 UTILITY LOCATING SUE SERVICES LEAK LOCATING GPR SURVEYS CAD PLANS CAMERA INSPECTIONS Geo-Technology Associates, Inc. September 27, 2013 Report of Findings - Void Detection Survey, Cecil County, MD Page 5 of 11 CHESTNUT POINT ROAD: POTENTIAL VOID LOCATIONS Figure 10 Plan View Image - Between 19"-24" deep POTENTIAL VOID LOCATIONS Figure 11 Profile Image taken along line shown in Figure 10

94

95 UTILITY LOCATING SUE SERVICES LEAK LOCATING GPR SURVEYS CAD PLANS CAMERA INSPECTIONS Geo-Technology Associates, Inc. September 27, 2013 Report of Findings - Void Detection Survey, Cecil County, MD Page 6 of 11 GREENBANK ROAD: Area 1 POTENTIAL VOID LOCATIONS POTENTIAL VOID LOCATIONS Figure 12 Plan View Image - Between 11"-15" deep POTENTIAL VOID LOCATIONS Figure 13 Plan View Image - Between 15"-19" deep POTENTIAL VOID LOCATIONS Figure 14 Plan View Image - Between 19"-24" deep POTENTIAL VOID LOCATION Figure 15 Profile Image taken along line shown in Figure 14

96 UTILITY LOCATING SUE SERVICES LEAK LOCATING GPR SURVEYS CAD PLANS CAMERA INSPECTIONS Geo-Technology Associates, Inc. September 27, 2013 Report of Findings - Void Detection Survey, Cecil County, MD Page 7 of 11 GREENBANK ROAD: Area 2 POTENTIAL VOID LOCATIONS Figure 16 Plan View Image - Between 18"-24" deep POTENTIAL VOID LOCATIONS Figure 17 Profile Image taken along line shown in Figure 16

97 UTILITY LOCATING SUE SERVICES LEAK LOCATING GPR SURVEYS CAD PLANS CAMERA INSPECTIONS Geo-Technology Associates, Inc. September 27, 2013 Report of Findings - Void Detection Survey, Cecil County, MD Page 8 of 11 GREENBANK ROAD: Area 3 MANHOLE LOCATION POTENTIAL VOID LOCATIONS Figure 18 Plan View Image - Between 15"-19" deep POTENTIAL VOID LOCATIONS Figure 19 Profile Image taken along line shown in Figure 18

98 UTILITY LOCATING SUE SERVICES LEAK LOCATING GPR SURVEYS CAD PLANS CAMERA INSPECTIONS Geo-Technology Associates, Inc. September 27, 2013 Report of Findings - Void Detection Survey, Cecil County, MD Page 9 of 11 GREENBANK ROAD: Area 4 POTENTIAL VOID LOCATIONS MANHOLE LOCATION Figure 20 Plan View Images - Between 11"-15" deep POTENTIAL VOID LOCATIONS Figure 21 Plan View Images - Between 15"-19" deep POTENTIAL VOID LOCATIONS Figure 22 Profile Image taken along line shown in Figure 20

99

100

101

102

REQUEST FOR PROPOSAL: DESIGN AND BUILD CANOPY EXTENSION

REQUEST FOR PROPOSAL: DESIGN AND BUILD CANOPY EXTENSION CECIL COUNTY, MARYLAND DEPARTMENT OF SENIOR SERVICES AND COMMUNITY TRANSIT REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL: DESIGN AND BUILD CANOPY EXTENSION 1 Cecil County, Maryland Table of Contents I. PURPOSE:...

More information

REQUEST FOR PROPOSAL For Light Fixture Replacement

REQUEST FOR PROPOSAL For Light Fixture Replacement CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS WASTEWATER DIVISION REQUEST FOR PROPOSAL RFP 14-18 REQUEST FOR PROPOSAL For Cecil County, Maryland 1 2 Table of Contents I. PURPOSE:... 4 II. OBJECTIVE:...

More information

REQUEST FOR PROPOSAL: DESIGN/BUILD METAL ROOF SYSTEM MEADOWVIEW WWTP

REQUEST FOR PROPOSAL: DESIGN/BUILD METAL ROOF SYSTEM MEADOWVIEW WWTP CECIL COUNTY GOVERNMENT REQUEST FOR PROPOSAL RFP 12-22 REQUEST FOR PROPOSAL: DESIGN/BUILD METAL ROOF SYSTEM MEADOWVIEW WWTP Cecil County Government 1 Table of Contents I. PURPOSE:... 4 II. OBJECTIVE:...

More information

REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR

REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR CECIL COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION REQUEST FOR PROPOSAL RFP 13-12 REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR Cecil County Government 1 2 Table of Contents

More information

REQUEST FOR PROPOSAL: SCADA SYSTEM RELOCATION

REQUEST FOR PROPOSAL: SCADA SYSTEM RELOCATION CECIL COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS WASTEWATER DIVISION REQUEST FOR PROPOSAL RFP 13-04 REQUEST FOR PROPOSAL: SCADA SYSTEM RELOCATION Cecil County Government 1 TABLE OF CONTENTS TITLE: PAGE:

More information

REQUEST FOR PROPOSAL For

REQUEST FOR PROPOSAL For CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION REQUEST FOR PROPOSAL RFP 13-14 REQUEST FOR PROPOSAL For Or County Approved Equivalent Cecil County, Maryland 1 2 Table of Contents I. PURPOSE:...

More information

REQUEST FOR PROPOSAL For: CALVERT REGIONAL PARK EARTH WORK PHASE I

REQUEST FOR PROPOSAL For: CALVERT REGIONAL PARK EARTH WORK PHASE I CECIL COUNTY, MARYLAND DEPARTMENT OF PARKS AND RECREATION REQUEST FOR PROPOSAL RFP 15-18 REQUEST FOR PROPOSAL For: CALVERT REGIONAL PARK EARTH WORK PHASE I Cecil County, Maryland 1 TABLE OF CONTENTS: I.

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND RFP: 16-27 DEMOLITION SERVICES CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396

More information

REMOVE AND REPLACE CONCRETE CURB

REMOVE AND REPLACE CONCRETE CURB REMOVE AND REPLACE CONCRETE CURB CECIL COUNTY GOVERNMENT Department of Public Works Roads Division CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921 REMOVE AND

More information

CECIL COUNTY, MARYLAND GRASS CUTTING COUNTY PROPERTIES

CECIL COUNTY, MARYLAND GRASS CUTTING COUNTY PROPERTIES CECIL COUNTY, MARYLAND GRASS CUTTING COUNTY PROPERTIES CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON,

More information

CECIL COUNTY, MARYLAND Roadway Culvert Installation

CECIL COUNTY, MARYLAND Roadway Culvert Installation CECIL COUNTY, MARYLAND BID NO. 18-02 CECIL COUNTY, MARYLAND Roadway Culvert Installation CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE 200 CHESAPEAKE

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND RFP: 18-18 DEMOLITION SERVICES CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

CECIL COUNTY, MARYLAND. Bid ASPHALT OVERLAY

CECIL COUNTY, MARYLAND. Bid ASPHALT OVERLAY CECIL COUNTY, MARYLAND Bid 18-06 ASPHALT OVERLAY CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND

More information

REQUEST FOR PROPOSAL For ON-CALL CONSTRUCTION INSPECTION SERVICES

REQUEST FOR PROPOSAL For ON-CALL CONSTRUCTION INSPECTION SERVICES RFP 14-24 ON-CALL CONSTRUCTION INSPECTION SERVICES CECIL COUNTY, MARYLAND DEPARTMENT of PUBLIC WORKS; Engineering & Construction Division REQUEST FOR PROPOSAL RFP 14-24 REQUEST FOR PROPOSAL For ON-CALL

More information

CECIL COUNTY, MARYLAND Guiderail Installation and Repair

CECIL COUNTY, MARYLAND Guiderail Installation and Repair CECIL COUNTY, MARYLAND BID NO. 19-03 CECIL COUNTY, MARYLAND Guiderail Installation and Repair CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE

More information

REQUEST FOR PROPOSAL For John Deere Tractor and Tiger Bengal Series Boom Mower or County Approved Equivalent

REQUEST FOR PROPOSAL For John Deere Tractor and Tiger Bengal Series Boom Mower or County Approved Equivalent CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION REQUEST FOR PROPOSAL RFP 14-05 REQUEST FOR PROPOSAL For John Deere Tractor and Tiger Bengal Series Boom Mower Cecil County, Maryland 1 2

More information

REQUEST FOR PROPOSAL For Scrap Metals, Tire Rims & Lead Acid Battery Recycling

REQUEST FOR PROPOSAL For Scrap Metals, Tire Rims & Lead Acid Battery Recycling CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION REQUEST FOR PROPOSAL RFP 16-14 REQUEST FOR PROPOSAL For Scrap Metals, Tire Rims & Lead Acid Battery Recycling Cecil County, Maryland

More information

RFP: 16-18: Tire Recycling CECIL COUNTY, MARYLAND

RFP: 16-18: Tire Recycling CECIL COUNTY, MARYLAND RFP: 16-18: Tire Recycling CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396 1 TABLE

More information

REQUEST FOR PROPOSAL: DESIGN, PURCHASE, INSTALLATION AND MAINTENANCE OF FACILITY GENERATORS

REQUEST FOR PROPOSAL: DESIGN, PURCHASE, INSTALLATION AND MAINTENANCE OF FACILITY GENERATORS CECIL COUNTY GOVERNMENT REQUEST FOR PROPOSAL RFP 10-07 REQUEST FOR PROPOSAL: DESIGN, PURCHASE, INSTALLATION AND MAINTENANCE OF FACILITY GENERATORS Cecil County Government 1 TABLE OF CONTENTS TITLE: PAGE:

More information

ALL TERRAIN SLOPE MOWER

ALL TERRAIN SLOPE MOWER Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

BOTTLED WATER AND SUPPLIES

BOTTLED WATER AND SUPPLIES Cecil County Government Purchasing Department Bid #11-39 BOTTLED WATER AND SUPPLIES CECIL COUNTY GOVERNMENT: PURCHASING DEPARTMENT CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON,

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

REQUEST FOR PROPOSAL For. Inmate Telephone System

REQUEST FOR PROPOSAL For. Inmate Telephone System CECIL COUNTY, MARYLAND Cecil County Sheriff s Office - Detention Center/Community Corrections REQUEST FOR PROPOSAL RFP 15-24 REQUEST FOR PROPOSAL For Cecil County, Maryland 1 Table of Contents I. PURPOSE.

More information

Cecil County, Maryland Purchasing Department Bid #19-05 STONE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION

Cecil County, Maryland Purchasing Department Bid #19-05 STONE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION Cecil County, Maryland Purchasing Department Bid #19-05 STONE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON,

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

REQUEST FOR PROPOSAL For Tire Wash Unit

REQUEST FOR PROPOSAL For Tire Wash Unit CECIL COUNTYGOVERNMENT DEPARTMENT OF PUBLIC WORKS ENGINEERING AND CONSTRUCTION DIVISION REQUEST FOR PROPOSAL RFP 13-11-53027 REQUEST FOR PROPOSAL For Cecil County Government 1 Table of Contents I. PURPOSE:...

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

RFP: MISCELLANEOUS STRUCTURAL REPAIRS TO VARIOUS COUNTY BRIDGES

RFP: MISCELLANEOUS STRUCTURAL REPAIRS TO VARIOUS COUNTY BRIDGES RFP: 18-07 MISCELLANEOUS STRUCTURAL REPAIRS TO VARIOUS COUNTY BRIDGES CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ENGINEERING AND CONSTRUCTION DIVISION Cecil County Finance Department/ Purchasing

More information

Cecil County, Maryland Bid #15-02 STONE/AGGREGATE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS

Cecil County, Maryland Bid #15-02 STONE/AGGREGATE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS Cecil County, Maryland Bid #15-02 STONE/AGGREGATE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921 Cecil County,

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

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

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Goal General Terms and Conditions

Goal General Terms and Conditions Appendices: Appendix A Goal General Terms and Conditions I. LEGAL STATUS The Vendor shall be considered as having the legal status of an independent contractor vis-à-vis GOAL. The Vendor, its personnel

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

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

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

CITY OF NAPLES, FLORIDA

CITY OF NAPLES, FLORIDA CITY OF NAPLES, FLORIDA Bid/Proposal No. 046-09 AGREEMENT (PROFESSIONAL SERVICES) Contract No. Project Name East Naples Solana Road Booster Pump Stations Improvement THIS AGREEMENT (the Agreement ) is

More information

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES 1. General Terms: These General Terms and Conditions shall apply to and be incorporated by this reference in all

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

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

Article 6 Modification and Termination of Contracts for Supplies and Services

Article 6 Modification and Termination of Contracts for Supplies and Services Article 6 Modification and Termination of Contracts for Supplies and Services 16601. Contract Clauses and their Administration 16601. Contract Clauses and their Administration. (a) Introduction. The following

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period). ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred

More information

LIMITED LIABILITY COMPANY OPERATING AGREEMENT FOR. A, LIMITED LIABILITY COMPANY State

LIMITED LIABILITY COMPANY OPERATING AGREEMENT FOR. A, LIMITED LIABILITY COMPANY State LIMITED LIABILITY COMPANY OPERATING AGREEMENT FOR Name Of LLC A, LIMITED LIABILITY COMPANY THIS OPERATING AGREEMENT ( Agreement ) is entered into this day of, 20, by and between the following person(s):

More information

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as

More information

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

REPLACEMENT OF JACKSON STATION ROAD CULVERTS

REPLACEMENT OF JACKSON STATION ROAD CULVERTS CECIL COUNTY, MARYLAND BID NO. 11-34 REPLACEMENT OF JACKSON STATION ROAD CULVERTS CECIL COUNTY GOVERNMENT: ENGINEERING AND CONSTRUCTION DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD.,

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

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

AEROS, Inc. Standards Terms and Conditions of Sale

AEROS, Inc. Standards Terms and Conditions of Sale AEROS, Inc. Standards Terms and Conditions of Sale The following Terms and Conditions apply to AEROS, Inc. sales transactions and are incorporated by reference into all sales of Goods by AEROS to Customers.

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

GENERAL CONTRACT CONDITIONS

GENERAL CONTRACT CONDITIONS GENERAL CONTRACT CONDITIONS DIVISION I DEFINITIONS The following terms as used in the contract documents shall have the following meanings: 1.1 CHANGE ORDER A change order is a written order to the Contractor

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

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

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

RFP 18-03: Inmate Telephone System CECIL COUNTY, MARYLAND

RFP 18-03: Inmate Telephone System CECIL COUNTY, MARYLAND RFP 18-03 Inmate Telephone System CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility. Sales Terms and Conditions These Sales Terms and Conditions shall be the sole terms and conditions governing the sale of goods by Arconic Architectural Products LLC ( AAP ) selling Products to a purchaser

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

TERM CONTRACT AWARD CONTRACT NO:

TERM CONTRACT AWARD CONTRACT NO: 2 4 COMMODITY CODE: 285-93-00-047498 0.000 4.0000 % 5 COMMODITY CODE: 285-93-00-047498 0.000 5.0000 % 6 COMMODITY CODE: 285-93-00-047498 0.000 6.0000 % 7 COMMODITY CODE: 285-93-00-047498 1.000 7.0000 %

More information

Revised GENERAL CONDITIONS (Procurement Contract)

Revised GENERAL CONDITIONS (Procurement Contract) Revised 2005-03-14 GENERAL CONDITIONS (Procurement Contract) INDEX GC1 INTERPRETATION... 1 GC2 ASSIGNMENT AND SUB-LETTING... 2 GC3 CONDUCT OF THE WORK... 2 GC4 PERSONAL INFORMATION AND PRIVACY... 3 GC5

More information

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION STANDARD CONSTRUCTION CONTRACT THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: BETWEEN: NEW BRUNSWICK POWER CORPORATION (referred to herein as the Owner) AND (referred to herein

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2) AND WOODS ROAD

REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2) AND WOODS ROAD CECIL COUNTY, MARYLAND BID NO. 11-02 REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2) AND WOODS ROAD CECIL COUNTY GOVERNMENT: ENGINEERING AND CONSTRUCTION DIVISION CECIL COUNTY PURCHASING

More information

GLWA PURCHASE ORDER TERMS AND CONDITIONS

GLWA PURCHASE ORDER TERMS AND CONDITIONS 1. Definitions Throughout this document the term Seller means the entity furnishing goods, services, and goods and services, and shall be synonymous with the term Supplier. The term Buyer means the Great

More information

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES This Subcontract Agreement (this Agreement ) is made this day of, 20, by and between LARON INCORPORATED, an Arizona corporation ( Contractor ), and ( Subcontractor

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

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

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

TIF CONSTRUCTION LOAN AGREEMENT

TIF CONSTRUCTION LOAN AGREEMENT TIF CONSTRUCTION LOAN AGREEMENT THIS TIF CONSTRUCTION LOAN AGREEMENT [Agreement] is entered into on this day of, 2012 [ Effective Date ], by and between the City of Evanston [ City ], and IRMCO [ Borrower

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

FIXTURE TERMS & CONDITIONS Materials & Goods FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,

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

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking

More information