T RANSMITTAL COVER SHEET

Size: px
Start display at page:

Download "T RANSMITTAL COVER SHEET"

Transcription

1 Goodwyn Mills Cawood 207 Church Street Andalusia, Alabama T F T RANSMITTAL COVER SHEET DATE: APRIL 16, 2019 TO: FROM: PROJECT: ALL PLAN HOLDERS PATSY STINSON EVERGREEN LAGOON UPGRADE SRF PROJECT NO.: CS GMC PROJECT NO.: CMGM RE: ADDENDUM #2 PLEASE COMPLETE BELOW AND RETURN IMMEDIATELY VIA FAX or to: PATSY STINSON patsy.stinson@gmcnetwork.com Fax: I, the undersigned, hereby acknowledge receipt of this Addendum #2. Authorized Representative Date Company Name

2 ADDENDUM NUMBER 2 EVERGREEN LAGOON UPGRADE FOR CITY OF EVERGREEN GMC PROJECT NO.: CMGM SRF PROJECT NO.: CS Revisions to Project Manual 1.1 The following revisions are hereby added as Addendum No. 2 to the referenced Project Manual and Plans and shall be considered when preparing bids. 1.2 Revision to Specification Submersible Non-Clog Centrifugal Pumps Remove Wilo from the approved manufacturers in Section An Indemnity Agreement between PowerSouth and the project Contractor is included as an attachment to this Addendum, and shall become a part of this construction. The Contractor shall execute this Agreement before beginning any work on this project and abide by all provisions of the Agreement. PowerSouth will deenergize the power line for a set amount of time to allow the Contractor to complete the portion of this contract work which is on the PowerSouth right of way. 2. Clarifications 3. Questions 2.1 The eave height of the DAF Canopy is A bid item for electrical has been added to the bid form to account for all other electrical equipment and work not covered by the equipment bid items. 2.3 The minutes from the pre-bid meeting are included as an attachment to this addendum. 3.1 Question: Regarding Bid Form Item #1 Mobilization: How will this be proportioned through the progression of the project? Answer: It will be proportionate to the approved payments for completed work. 3.2 Question: Regarding Bid Form Item #36 Silt Fence: Will this include Silt Fence at the lay down area as well? Also, I don t see 6,000. Answer: Yes, the silt fence will be used as needed around erodible areas. The unit price bid for silt fence shall include both installing and removing the silt fence. 3.3 Question: Regarding Bid Form Item #38 Grassing: Will this be for all disturbed areas including the laydown area(s)? Answer: Yes 3.4 Question: Allowances are mentioned in Specification that aren t in the Bid Form. Do we add those into the respective bid item? Also, the allowance for materials testing doesn t match the Bid Form. Please clarify. Answer: A revised Bid Form is included in this Addendum which addresses these allowances. The allowances shall be as shown in the proposal. Addendum No. 2: Page 1 of 4

3 3.5 Question: Regarding Bid Form Item #45 Storm Water Permitting: Will this include the BMP? Answer: No, other Bid Items cover the BMP s. 3.6 Question: What Bid Item covers the site grading on C-302 and C-303? Answer: Grading shall be included in the lump sum price for the structures shown on these two sheets. In addition, there are items for clearing & grubbing, select backfill, topsoil, and grassing in these lump sums. 3.7 Question: Regarding Bid Form Item # 9 Abandon Existing Inf. P.S.: Sect paragraph 17.1 says to only plug pipe at manholes. However, sheet DD-002 seems to detail the abandonment, and it details a lot more work. Where does the extra work go? Answer: The Owner will abandon the Influent Pump Station. The Contractor is only required to plug the influent piping. 3.8 Question: Regarding Bid Form Item #45/46 Permitting & Monitoring: Are there separate allowances for these, since they are separate Bid Items? Answer: Yes, the allowances shall be as indicated on the bid form. 3.9 Question: Regarding Bid Form Item #35 Clearing & Grubbing: I don t see any clearing and grubbing. Please clarify. Answer: It is a lump sum to cover any clearing and grubbing should any be needed Question: Regarding Bid Form Item #38 Grassing: I don t see 10 acres of grassing, maybe 2 acres total. Please clarify. Answer: Grassing will be paid on a per acre basis for all that is used. Grassing is only planned for disturbed areas Question: Regarding Bid Form Item #39 - #825 Stone Base: Where will this go? Answer: Crushed Stone base is set up to use for a surface on roads, pads, work areas, etc. where needed and approved by the Engineer Question: Regarding Bid Form Item #40 - #57 Crushed Stone: Where will this go? Is this under slabs, wet wells, etc.? Answer: Crushed Stone shall be used for foundations under structures Question: I don t see a Sod Bid Item. Notes on the Plans say Perm. Seeding and Sodding. Is Sod required? Answer: The use of sod is not anticipated Question: Do we include each individual concrete slab with each respective Process Bid Item? Answer: Yes 3.15 Question: Regarding Bid Form Item #48 Construction Staking: Do we include the $5,000 allowance here? Will GMC provide As-Built Survey under $5,000 Allowance? Answer: Yes. The Contractor shall provide the As-Built Plans, with the assistance of the Engineer Question: Regarding Bid Form Item #13 10 Plug Valve: I don t see any 10 Plug Valves on sheet C Please clarify. Answer: The revised proposal does not include a 10 plug valve. The 16 and 20 plug valves (V3301 & V3302) shall not be bid in the lump sum for valves (even though they are included in the valve schedule); they shall be bid per each, per the bid form. Addendum No. 2: Page 2 of 4

4 3.17 Question: Regarding Bid Form Item #18/19 SS Tie In & Plug: I don t see any Plugs specifically called out on sheet C-502. Is this to do with the plugs at the 2 new doghouse manholes upstream of the existing Pump Station? If so, these plugs appear to be specified with the Pump Station abandonment, per Sect , which would be Bid Item #9, please clarify. Answer: The cost for providing a plug at the two doghouse manholes shall be included in bid items 18 & Question: Regarding Specification , paragraph 15.1: What is meant by either Pump Station? Does it mean all three Pump Stations? Influent, DAF, and Sludge? Answer: Yes 3.19 Question: Regarding Bid Form Item #17 Valves: Per the Bid Item description, provided in Sect paragraph 15.1, the only valves left that are to be included in Bid Item #17 are V-6101 and V-6102 in the Chemical Building. Please confirm. Answer: V6101 and V6102 shall be included in the lump sum bid price for the DAF System Question: Regarding Bid Form Item #7 Doghouse manholes: There are two different doghouse manholes. They are about 6 different in depth. How can we bid them per each in the same Bid Item? Answer: The unit price you bid for this item will be full payment for providing these two manholes, per each Question: Regarding Bid Form Item #16 DI Fittings: Is this all fittings in the job? Is it MJ & Flanged? Does it include all bolt & gasket accessories? Answer: This item will cover your cost for all fittings not included in either the pump stations or the DAF unit. Payment will be based on the catalog weight of the fitting used, including all accessories Question: Regarding Bid Form Item #23 Reconstruct Pond Dikes: Does the backfill needed to rebuild the dikes come from Bid Item #24? Answer: Yes 3.23 Question: Regarding Bid Form Item #24 Select Backfill: Where is this expected to be used? Backfill at all structures, pipe trenches, rebuild of the dikes? Answer: Yes 3.24 Question: Regarding Bid Form Item #32: I don t see a 20 Manhole tie-in on sheet C-504. Please clarify. Answer: It should be a 16 tie-in. It has been revised on the bid form Question: Regarding Bid Form Item #33 4 Sludge F.M.: Is this supposed to be 3 diameter? And is this DIP or PVC? Answer: The Sludge F.M. shall be 3 PVC Class Question: Should the complete Chemical Building go in Bid Item #30? Answer: Yes 3.27 Question: Regarding Specification Paragraph 2: Is this survey and staking covered in the Construction Staking Allowance? Answer: Yes, but only once Question: Will the requirements for backfill for the influent pump station be strictly as per the soils report, which is compacted soil or stone on a line 30 degrees from vertical from the footing to the surface with a drainage system? Answer: A drainage system will not be required. An Addendum to the Geotechnical Report is attached which states that the backfill shall be stable. Addendum No. 2: Page 3 of 4

5 3.29 Question: How should any spoils from project excavation be handles? Answer: Spoils may be spread on site as directed by the Engineer Question: Please clarify where V-5001 and V-5002 are located. I can t find them on the plans. Answer: V5001 is a pressure regulating valve on the compressed air line feeding the sludge pumps. It is not shown on the drawings, but shall be installed right after the air line splits to go to the Sludge Pumps. V5002 is the 6 plug valve on the influent line to the Sludge Pump Station (see I-115). V5301 should be re-labeled as V5002 on C Question: Regarding Bid Form Item #28: Please clarify if this means a Hot Tap. Answer: It refers to making the connection to the existing pipe between the primary and secondary lagoons which will be in service Question: Regarding Bid Form Item #15: This appears to be valve V-3302, shown in the Bypass Tie-in Detail. I m being told that this will actually need to be an Inserta-Valve. What is the intent here? Answer: An Inserta-Valve is acceptable, but not required. The method used for installing this valve shall be at the Contractor s discretion. 4. Acknowledgement 4.1 Receipt of Addendum No. 2 shall be acknowledged in two ways: Note on (EJCDC C-410) page 1 of Bid Form of the Project Manual Bidder acknowledges receipt of Addendum No. 2 and date of April 16, AND FAX Goodwyn, Mills and Cawood, Inc. at the Andalusia, Alabama office immediately to Patsy Stinson at (334) , and confirm that Addendum No. 2 has been received and is legible. OR Goodwyn, Mills & Cawood, Inc. at the Andalusia, Alabama office immediately at patsy.stinson@gmcnetwork.com and confirm that Addendum No. 2 has been received and is legible. 5. Conclusion 5.1 Attachments to this Addendum include: Revised Bid Form Power South Agreement to Hold Harmless and Indemnify Pre-Bid Meeting Minutes Addendum to the Report of Geotechnical Exploration 5.2 This is the end of Addendum Number 2, dated April 16, Addendum No. 2: Page 4 of 4

6 BID FORM LAGOON UPGRADE FOR THE CITY OF EVERGREEN, ALABAMA SRF PROJECT NO.: CS GMC PROJECT NO.: CMGM EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page i

7 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article 4 Bidder s Certification... 2 Article 5 Basis of Bid... 3 Article 6 Time of Completion... 5 Article 7 Attachments to this Bid... 5 Article 8 Defined Terms... 6 Article 9 Bid Submittal... 6 EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page ii

8 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Evergreen P. O. Box 229 Evergreen, AL Attn: Honorable Pete Wolff, III, Mayor 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum, Date B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1

9 E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder s safety precautions and programs. F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 BIDDER S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2

10 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the e execution of the Contract. ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ITEM NO QTY. UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 1 1 LS Mobilization LF 16" PVC SS (C-502) 3 73 LF 12" PVC SS (C-502) 4 29 LF 18" PVC SS (C-502) 5 3 EA 4 FT Precast Concrete Manhole (C-502) 6 30 LF 8" PVC SS (C-502) 7 2 EA 4 FT "Doghouse" Concrete Manholes (C-502) 8 1 EA 2000 GPM Submersible Pump Station Including Electrical (Complete) (D-101) 9 1 EA Abandon Existing Influent Pump Station LF 14" HDPE DR 11 Force Main (C-502) LF 12" DI Force Main, Class 51 (C-502) 12 3 EA HDPE / DI Transitions 13 1 EA 16" Plug Valve (C-503) 14 1 EA 20" Plug Valve (C-503) 15 2 TONS DI Fittings 16 1 LS Valves (D-904) 17 1 EA 16" SS Tie In & Plug (C-502) 18 1 EA 12" SS Tie In & Plug (C-502) EA Concrete Supports for HDPE Force Main (C-502) EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3

11 20 2 EA Concrete Splash Pads (C-502) 21 2 EA Drain Primary Ponds and Spread Debris Piles 22 10,500 LF Reconstruct Pond Dikes (C-902) 23 4,000 CY Select Backfill 24 8,000 LF Concrete Dike Liner (4' Width) (C-602) 25 2,500 LF Concrete Dike Liner (5' Width) (C-602) 26 2 EA Drain Secondary Ponds (C-602) 27 1 EA 20" Wet Connection (C-503) 28 1 EA 16" Wet Connection (C-503) 29 1 LS DAF Unit Complete / Including Sludge Pump Station, Chemical Building, and Electrical (C-504) LF 16" Bypass Line (C-503) 31 1 LS 16" Manhole Tie In (C-504) LF 3" Sludge Force Main (C-503) 33 1 LS Sludge Disposal System w/bag (D-901) 34 1 LS Clearing and Grubbing 35 6,000 LF Silt Fence LF Wattles AC Grassing TONS No. 825 Crushed Stone Base TONS No. 57 Crushed Stone CY Topsoil EA Surface Aerators (Primary Cells), Including Electrical (D-501) 42 4 EA Surface Aerators (Secondary Cells), Including Electrical (D-502) EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4

12 43 1 LS DAF Influent Pump Station w/piping, Including Electrical (D-231) 44 1 LS Storm Water Permitting $2,000 $2, MOS Storm Water Monitoring $500 $6, LS Demolition & Excavation 47 1 LS Construction Stakeout / As-Built Survey $10,000 $10, CY Miscellaneous Concrete 49 1,000 SY Engineering Fabric 50 5 AC Mulching 51 8 HRS Bypass Pumping 52 1 LS Materials Testing Allowance $60,000 $60, LS Engineering Startup $10,000 $10, LS Electrical TOTAL BID NOTE: CONTRACTOR SHALL WRITE IN THE NAME OF THE SUPPLIED MANUFACTURER OF MAJOR EQUIPMENT ADJACENT TO EACH LINE ITEM. Total number of calendar days to substantially complete the Work: 270 days. Liquidated Damages Rate (from Agreement): $500.00/day. Bonds required under Paragraph 6.01 of the General Conditions will be based on the Contract Price. ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete within 270 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph of the General Conditions within 280 calendar days after the date when the Contract Times commence to run Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security; B. List of Proposed Subcontractors; EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5

13 C. List of Proposed Suppliers; D. List of Project References; E. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; F. Contractor s License No.: ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 BID SUBMITTAL BIDDER: [Indicate correct name of bidding entity] By: [Signature] [Printed name] (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: [Signature] [Printed name] Title: Submittal Date: Address for giving notices: Telephone Number: Fax Number: Contact Name and address: Bidder s License No.: (where applicable) NOTE TO USER: Use in those states or other jurisdictions where applicable or required. EJCDC C-410, Bid Form for Construction Contracts. Copyright 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6

14 Agreement to Hold Harmless and Indemnify The undersigned, ( Contractor ) has been contracted by the City of Evergreen ( City ) to perform work ( Work ) within the transmission line easement area of PowerSouth Energy Cooperative ( PowerSouth ). Specifically, the Work consists of laying new gravity sewers and constructing a new submersible pump station under, or within close proximity to, PowerSouth s facilities. Contractor acknowledges and understands that the Work may be performed in areas that contain energized facilities (electric lines, poles and appurtenances) or in close proximity to energized facilities. All facilities located on, above, under or around work sites are to be considered energized unless specifically identified otherwise. Contractor has been advised and is aware that PHYSICAL CONTACT WITH OR CLOSE PROXIMITY TO POWERSOUTH S FACILITIES MAY CAUSE DEATH OR SEVERE INJURIES. In order to induce PowerSouth to allow the performance of the Work within its easement area, the undersigned warrants the following: 1. Indemnification. Contractor agrees to indemnify and save PowerSouth, its officers, agents, Trustees and employees harmless from any and all losses, liabilities, damages, claims, demands, suits, actions, proceedings, subrogations and expenses, including court costs and reasonable attorney's fees arising from the said Work which are claimed or made by any person, firm, association or corporation, including employees, workmen, servants or agents of Contractor and its subcontractors, whether or not due in whole or in part to conditions, acts or omissions done or permitted by PowerSouth. Contractor further agrees to promptly assume full responsibility for the defense of any and all such suits, actions, or proceedings which may be brought against Contractor or against PowerSouth. In the event PowerSouth's machinery or equipment is used by Contractor in the performance of any activities that might be associated with the Work, such machinery or equipment shall be considered as being under the sole custody and control of Contractor during the period of such use by Contractor. 2. Safety. Contractor shall comply with all safety and security regulations and shall take all necessary precautions to prevent injury or damage to persons or property while so engaged. 3. Insurance. (1) Contractor warrants that it maintains, and requires any subcontractor to take out and maintain, at all times during the Access or the Work, insurance of the following minimum types and amounts to protect Contractor and PowerSouth: (a) Worker s compensation and employer s liability insurance, as required by law, covering all their employees who perform any of the obligations of the contractor, engineer, and architect pursuant to the Access or the Work. If any employer or employee is not subject to worker s compensation laws of the governing State, then insurance has been obtained voluntarily to extend to the employer and employee coverage to the same extent as though the employer or employee were subject to the worker s compensation laws. (b) General liability insurance covering all operations under the Access and the Work having limits for bodily injury or death of not less than $1 million each occurrence, limits for property damage of not less than $1 million each occurrence, and $2 million aggregate for accidents during the policy period. A single limit of $1 million of bodily injury and property damage is acceptable. This required insurance may be in a policy or policies of insurance, AGREEMENT TO HOLD HARMLESS AND INDEMNIFY Page 1 of 2

15 primary and excess including the umbrella or catastrophe form. (c) Automobile liability insurance on all motor vehicles used in connection with the Access and Activity, whether owned, non-owned, or hired, having limits for bodily injury or death of not less than $1 million per person and $1 million each occurrence, and property damage limits of $1 million for each occurrence. This required insurance may be in a policy or policies of insurance, primary and excess including the umbrella or catastrophe form. (2) PowerSouth shall have the right at any time to require general liability insurance and property damage liability insurance greater than those limits required in paragraphs (1)(b) and (1)(c) of this section. In any such event, the additional insurance premium or premiums payable solely as the result of such additional insurance shall be payable by Contractor. (3) PowerSouth shall be named as Additional Insured on all policies of insurance required in (1)(b) and (1)(c) of this section and given a waiver of subrogation. Such insurance shall be primary over any other insurance coverage available to PowerSouth. (4) The policies of insurance shall be in such form and issued by such insurer as shall be satisfactory to PowerSouth. PowerSouth s failure to demand a certificate of insurance required by this provision is not a waiver of Contractor s obligations to obtain the required insurance. CONTRACTOR SHALL NOT BEGIN WORK UNTIL ALL SUCH REQUIREMENTS HAVE BEEN FULLY MET AND ALL REQUIRED DOCUMENTS ARE CONFIRMED RECEIVED BY POWERSOUTH. 4. Coordination of Work: Contractor shall coordinate all Work with PowerSouth that requires Contractor, or any of Contractor s employees, subcontractors or equipment, to be within twentyfive feet (25 ) of PowerSouth facilities, to include all power lines, poles and appurtenances. Contractor shall be responsible for notifying PowerSouth of all dates and times that it may be working within twenty-five feet (25 ) of its facilities, and shall coordinate, when appropriate, Work schedules for the de-energization of facilities so that Work may be performed safely. Agreed to this day of, Contractor BY: Signature Print Name Its: Title AGREEMENT TO HOLD HARMLESS AND INDEMNIFY Page 2 of 2

16 PRE-BID MEETING MINUTES WASTEWATER TREATMENT PLANT IMPROVEMENTS FOR CITY OF EVERGREEN GMC PROJECT NO.: CMGM SRF PROJECT NO.: CS APRIL 9, 3:00 PM A Pre-Bid Meeting for SRF Project CS , Wastewater Treatment Plant Improvements, was held in the City Council Chambers in Evergreen, AL on Tuesday, April 9, Those in attendance are shown on the Attendees Roster which is attached to these minutes. Mr. Bob Carter opened the meeting and introduced himself and Mr. Dustin Till from GMC, Engineers for the project, and Mr. Darrell Davis, Superintendent of the Water System in Evergreen, who will be the City contact on this project. Mr. Carter welcomed everybody and told them the City and GMC sincerely appreciated their interest in this project and hope to be able to work with them and have a successful project for all involved. Mr. Carter then explained the project. The Lagoon is located on South Brewer Street and he gave directions from City Hall to the Lagoon. He then described the Plant Operations. The original Lagoon was constructed in 1961 and consisted of an influent pump station and two lagoons totaling 28 acres which operated in parallel. The pump station has two dedicated pumps that pump to each lagoon; there is no interconnection between these two pumping systems. There is a crossover pipe through the middle dike to allow flow from one pond to the other and there is a effluent structure in the center dike on the south end of the lagoons that collects flow from both primary cells. In 1980 the system was upgraded with the addition of two 5 1/2 acres polishing cells. Wastewater flows from the primary cells to the secondary cells by gravity. The polishing cells are designed to operate in series with one crossover pipe in the center dike. The effluent structure is in the southeast corner of the southern cell. The flow goes through a Parshall Flume and Cascade Aeration then to discharge. In 1991 an additional upgrade was made to add floating aerators in the primary cells, and the effluent structure was designed for the cells to operate at 5 foot depth. Mr. Carter then stated that the Contractor should expect to be required to purchase a $112 Contractor s License in Evergreen, and all Sub-Contractor s shall be required to purchase the same license. A building permit will be required; however, the Contractor should contact the building inspector directly to determine the cost of that permit. In response to a question Mr. Carter, indicated the abandonment of the existing pump station would be handled by the City of Evergreen. The Contractor will be required to connect new Pre-Bid Minutes - Page 1 of 3

17 gravity sewers to the existing sewer system to divert flow to the new pump station and then plug the existing sewers on the downstream side of this connection, thereby cutting off all flow to the station. Otherwise, all other abandonment will be handled by the City. Mr. Carter also explained in response to some questions that the City of Evergreen owns its own Electrical System and will work with the Contractor to provide the necessary electrical service to the Plant for the improvements that are to be made. That will include building a new three phase line through the south side of the property where the Dissolved Air Floatation unit is planned to be constructed. Mr. Carter also explained that a portion of this work will be in an Easement owned by Power South Corporation, and under one of their transmission lines. Mr. Carter stated the City has obtained an Agreement with Power South for them to coordinate with the Contractor and deenergize this line for a nominal period of time to allow the work to proceed underneath the line. In addition, Power South will expect an Indemnity Agreement to be signed by the Prime Contractor and any Subs which may be working underneath the line. The period that the line can de-energized shall me minimized, so the Contractor shall organize his work and coordinate with Power South in such a way that all of the work be completed in the shortest period of time while the line is de-energized. Power South expects this period of time to be no more than one week. There were questions asked about the sludge removal. Mr. Carter indicated that it was anticipated that sludge would not need to be removed from the ponds, however, that could change once the primary ponds are de-watered. The contract, as it will be Bid, expects the Contractor to move the debris around the inlet pipe in the primary cells and spread that material out in the bottom of the cells. Should any spoils need to be removed, they may be spread in the southwest part of the City property near the polishing cells in an area designated by the Engineer and the City. There was a good bit of discussion about existing operation and piping in the existing ponds and the method that may be used to de-water these ponds. There are a number of different scenarios to accomplish this work. Mr. Carter indicated the City and the Engineer would be more than willing to work with the Contractor to accomplish these tasks in the most efficient manner. There were questions regarding the Soils Report and the recommendation in the report that the excavation around the influent pump station be backfilled on a 30 angle to vertical from the station foundation to the ground surface. The report also indicated that the Contractor may use crushed stone as opposed to a select sand backfill compacted in layers. Mr. Carter indicated he would discuss this with the Soils Engineers and provide an answer to these questions in an Addendum. Pre-Bid Minutes - Page 2 of 3

18 There was a question regarding miscellaneous concrete and how that could be used on the project. Mr. Carter explained that would be used to cover contingency items not anticipated during the design of the project. There were several questions regarding the valves on the project. Mr. Carter indicated that would be addressed in an Addendum. Mr. Carter described the project financing which is from an SRF loan that the City has obtained. Pay Estimates will be processed monthly and once an estimate is approved, funds will be requested from the SRF Program. Mr. Carter indicated that typically payments for monthly estimates can be made within approximately 3 weeks. There was a question regarding changing the bid date from Tuesday, April 16, 2019 to Thursday, April 18, Mr. Carter indicated that would be considered and addressed in an Addendum. The meeting was then closed and moved to the Lagoon site for a site visit. At the Site, various questions were answered by Mr. Carter, Mr. Davis, and Mr. Till regarding issues to be anticipated during the construction process related to the pump station and the construction of the new pump station, abandonment of the old pump station, the installation of the new aerators, bypassing the flow at the polishing ponds, all of those discussions were basically similar to the previous discussions and to the information presented in the Plans. Any items needing additional clarification will be addressed in an Addendum. The meeting was then closed. Pre-Bid Minutes - Page 3 of 3

19

20 April 15, 2019 Mr. Dustin Till, EI Goodwyn, Mills & Cawood, Inc EastChase Lane Suite 200 Montgomery, Alabama RE: ADDENDUM NO. 1 REPORT OF GEOTECHNICAL EXPLORATION EVERGREEN WWTP AND LIFT STATION UPGRADES CONECUH COUNTY, ALABAMA GMC PROJECT GMGM Dear Mr. Till: Goodwyn, Mills and Cawood, Inc. (Geotechnical & Construction Services Division) is pleased to provide this Addendum to the Report of Geotechnical Exploration dated August 20, This includes revised pump station excavation and backfill recommendations. We understand that the proposed pump station is designed to withstand hydrostatic pressures up to the planned ground surface, approximately 212 feet. Based on this information, we waive the requirements of Section 5.3 Below Grade Walls for excavation size and backfill type requirements. These requirements are for below grade structures that are not designed to withstand hydrostatic pressures. Please refer to Section 4.3 Fill Placement for material and compaction requirements for the pump station. It is the responsibility of the contractor to insure safe excavations are maintained during construction. If you have any questions pertaining to this addendum, or if we may be of further service, please do not hesitate to call. Sincerely, GOODWYN, MILLS AND CAWOOD, INC. Jay Shaddix Staff Geotechnical Professional Michael J. McNeill, PE Senior Geotechnical Engineer Licensed Alabama 26331

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

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

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

More information

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2 1. QUESTION: Based

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

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

More information

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

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

More information

BID FORM. PROJECT: 2017 Water line replacement

BID FORM. PROJECT: 2017 Water line replacement Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

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

More information

ACSA Landfill Shooting Range Pump Station Force Main 6/8/2016 TABLE OF CONTENTS

ACSA Landfill Shooting Range Pump Station Force Main 6/8/2016 TABLE OF CONTENTS TABLE OF CONTENTS CONTRACT DOCUMENTS PAGE Document 00130 Advertisement for Bids 00130-1 Document 00200 Instructions to Bidders 00200-1 Document 00410 Bid Form 00410-1 Document 00430 Bid Bond 00430-1 Document

More information

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY BIDS DUE: MONDAY, APRIL 23, 2018 11:00 AM PREVAILING TIME WAYNE COUNTY WATER AND SEWER

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

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

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) THIS AGREEMENT is by and between City of Port Orange 1000 City Center Circle Port Orange, Florida 32129 ( Owner ) and

More information

Demolition of Water Ground Storage Tanks

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

More information

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2 TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement

More information

1. ADVERTISEMENT FOR BIDS... AB-1 2. INSTRUCTIONS TO BIDDERS... IB-1 3. BID FORM... BF-1 4. AGREEMENT... AG-1 6. GENERAL CONDITIONS...

1. ADVERTISEMENT FOR BIDS... AB-1 2. INSTRUCTIONS TO BIDDERS... IB-1 3. BID FORM... BF-1 4. AGREEMENT... AG-1 6. GENERAL CONDITIONS... TABLE OF CONTENTS Division Page 1. ADVERTISEMENT FOR BIDS... AB-1 2. INSTRUCTIONS TO BIDDERS... IB-1 3. BID FORM... BF-1 4. AGREEMENT... AG-1 5. PERFORMANCE AND PAYMENT BONDS 6. GENERAL CONDITIONS... GC-1

More information

PORT OF EVERETT SECTION Insert Project Name in CAPS

PORT OF EVERETT SECTION Insert Project Name in CAPS BIDDER S NAME THIS BID SUBMITTED TO: Port of Everett 2911 Bond Street, Suite 202 Everett, WA 98201 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

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

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org Addendum 1 Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR 97478-6302 541-736-4544 willamalane.org DATE: March 29, 2018 PROJECT: Kelly Field Turf Replacement OWNER: Willamalane

More information

Rock Chalk Park - Infrastructure Report. July 2013

Rock Chalk Park - Infrastructure Report. July 2013 Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the

More information

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

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

More information

City of Shawano Park and Rec Dept. 220 E Division St., Shawano, (715) Fax: (715)

City of Shawano Park and Rec Dept. 220 E Division St., Shawano, (715) Fax: (715) September 11, 2018 To Whom it May Concern: The City of Shawano is requesting proposals from qualified contractors for demolition and removal of various structures and items at 909 S. Lincoln, Shawano,

More information

SUGGESTED FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (COST-PLUS)

SUGGESTED FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (COST-PLUS) Engineers Joint Documents Committee This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted

More information

PROJECT MANUAL BID DOCUMENTS, CONTRACT DOCUMENTS. and CONSTRUCTION SPECIFICATIONS. for the construction of NATURAL GAS SYSTEM EXPANSION BENNETT ROAD

PROJECT MANUAL BID DOCUMENTS, CONTRACT DOCUMENTS. and CONSTRUCTION SPECIFICATIONS. for the construction of NATURAL GAS SYSTEM EXPANSION BENNETT ROAD PROJECT MANUAL BID DOCUMENTS, CONTRACT DOCUMENTS and CONSTRUCTION SPECIFICATIONS for the construction of NATURAL GAS SYSTEM EXPANSION BENNETT ROAD for The City of Elberton PO Box 70 Elberton, Georgia 30635

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122 Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot

More information

CITY OF TAMPA ADDENDUM 2. April 18, 2018

CITY OF TAMPA ADDENDUM 2. April 18, 2018 CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project

More information

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST Applicant shall provide three (3) copies of the following attachments: Geotechnical Report (Soils Report with grading specifications and

More information

BIDDING AND CONSTRUCTION STANDARDS

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

More information

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600. CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler

More information

Contract Documents And Specifications. For. Construction of. Pipeline Replacement Project Phases 5 & 6 MCRS / Morongo Road FOR

Contract Documents And Specifications. For. Construction of. Pipeline Replacement Project Phases 5 & 6 MCRS / Morongo Road FOR Contract Documents And Specifications For Construction of Pipeline Replacement Project Phases 5 & 6 MCRS / Morongo Road FOR MORONGO BAND OF MISSION INDIANS Januar Prepared by: Cannon 11900 West Olympic

More information

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075 Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No. Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation

More information

The bid due date has been changed to 2:50 p.m. May 25, 2018.

The bid due date has been changed to 2:50 p.m. May 25, 2018. May 18, 2018 BL051-18 Addendum #1 Construction and Rehab of Gravity and Sewer Force Mains on an Contract Make the following changes/additions or clarifications to the above referenced bid: The bid due

More information

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018 CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00

More information

HARLAN MUNICIPAL UTILITIES

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

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

TOTAL QUANTITY UNIT COST UNIT

TOTAL QUANTITY UNIT COST UNIT BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

BID DOCUMENTS & SPECIFICATIONS

BID DOCUMENTS & SPECIFICATIONS BID DOCUMENTS & SPECIFICATIONS For WILDERNESS DRIVE DRAIN Sections 2-3 & 10, DeWitt Township Clinton County, Michigan Prepared for Phil Hanses 100 M-21 St Johns, MI 48879 October 25, 2016 Prepared by:

More information

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) SHORELINE STABILIZATION AT BENEDICT COMMUNITY PARK

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) SHORELINE STABILIZATION AT BENEDICT COMMUNITY PARK CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 September 1, 2017 ITB NO. 18-12 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)

More information

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

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

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: March 2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery

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

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221 Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00

More information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

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

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

More information

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

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

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

More information

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) THIS AGREEMENT is made this day of, 20, by and between Horry County, a political subdivision of the State of South Carolina, whose Administrative

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

INSTRUCTIONS TO BIDDERS

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

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

Pavlick, Kenneth - DEN Date: :26:57-07'00'

Pavlick, Kenneth - DEN Date: :26:57-07'00' November 21, 2018 PIKES PEAK PARKING RESTORATION CONTRACT NO. 201845783 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts.

More information

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016 SECTION 6 ENGINEERING STANDARDS CHAPTER 8 PIPE INSTALLATION 6.1. GENERAL CONSTRUCTION STANDARDS The following is in addition to Denver Water Engineering Standards Chapter 8 - Pipe Installation. All excavations

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN Annual Services Construction Contract (ASCC) #15 Project Number: PUCN-16-0023 Engineer's Estimate Inlet Construction, Inc. Peters & White Construction Inc. Worley Turf & Irrigation Inc. East West Construction

More information

ADVERTISEMENT FOR BIDS

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

More information

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project County of El Paso Purchasing Department 500 East San Antonio, Room 500 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 ADDENDUM 1 To: From: All Interested Proposers Claudia Sepulveda, Bid Clerk/Buyer

More information

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

INVITATION TO BID NORTH BEACH ACCESS ROAD BLUFF RESTORATION PROJECT DESIGN / BUILD HYBRID APPROACH WITH GUARANTEED MAXIMUM PRICE

INVITATION TO BID NORTH BEACH ACCESS ROAD BLUFF RESTORATION PROJECT DESIGN / BUILD HYBRID APPROACH WITH GUARANTEED MAXIMUM PRICE INVITATION TO BID Sealed guaranteed maximum price bids will be received for the City Council of The City of Lake Forest in the office of Michael Thomas, Director of Public Works, 800 N. Field Drive, Lake

More information

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Description 103 REMOVE, STORE AND REINSTALL EXISTING RETAINING WALL 107.1 EMBANKMENT (FINAL)(DENS CONT)(TY B) 203.1 TACK COAT BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual

More information

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1 CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT Bid Addendum 1 This addendum is hereby made a part of the Contract Documents to the same extent as though

More information

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

More information

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders

More information

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

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

More information

REPLACEMENT OF MERCER COUNTY BRIDGE

REPLACEMENT OF MERCER COUNTY BRIDGE ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade

More information

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM

LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM This AGREEMENT is made and entered into this day of 20, by and between, a(n) ( ADEVELOPER@) and the SNYDERVILLE BASIN WATER RECLAMATION DISTRICT, a

More information

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO. DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO. AFE TBD CN: 1743 TO: Prospective Bidders Please procure the following and DELIVER TO: TECHNICAL SERVICES DIVISION This Requisition solicits

More information

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Issuing Agency: City of Avondale Estates 21 North Avondale Plaza Avondale Estates, GA 30002 Phone:

More information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION IMPROVEMENTS AGREEMENT SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El

More information

BID FORM (Lump Sum or Unit Price)

BID FORM (Lump Sum or Unit Price) BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal

More information

**REVISED BID PRICE FORM** October 24, 2018

**REVISED BID PRICE FORM** October 24, 2018 **REVISED BID PRICE FORM** October 24, 2018 (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID WANNAMAKER COUNTY PARK DOG

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

TABLE OF CONTENTS CONTRACT PROVISIONS

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

More information

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Project No ITB No

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Project No ITB No HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Project No. 09021 ITB No. 11-052 CONSTRUCTION CONTRACT BETWEEN HIGHLANDS COUNTY AND RCS EXCAVATION, INC. FOR SEBRING PARKWAY PHASE III RELOCATION OF GOPHER

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa,

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

BID TABULATION BID REQUEST NO

BID TABULATION BID REQUEST NO BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS

More information

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 1 13 TH Street Streetscape. September 1, 2017 Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information