Abatement & Demolition of 114 Terrace Hall Ave Fire Station 2

Size: px
Start display at page:

Download "Abatement & Demolition of 114 Terrace Hall Ave Fire Station 2"

Transcription

1 Project # 17C Burlington Fire Station Demolition Abatement & Demolition of 114 Terrace Hall Ave Fire Station 2 Burlington, MA June 14, 2017 Prepared by: 68 Harrison Ave. 5 th Floor Boston, MA Chris Logan Project Manager Jeff Shaw Principal Civil Engineers: Howard Stein Hudson, Engineers and Planners 11 Beacon Street, 10 th Floor, Suite 1010, Boston, MA Structural Engineers: Becker Structural Engineers, Inc. 75 York Street, Portland, ME Mechanical, Plumbing, FP, and Electrical Engineers: Garcia Galuska DeSousa Consulting Engineers, Inc. 370 Faunce Corner Road, Dartmouth, MA 02747

2 Project # 17C Burlington Fire Station Demolition PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS TITLE PAGE 1 TABLE OF CONTENTS 5 LIST OF DRAWINGS 2 ADVERTISEMENT 2 INSTRUCTIONS TO BIDDERS 6 FORM FOR GENERAL BID 2 UNIT PRICE PROPOSAL SHEET 1 FORM FOR SUB-BID 2 FORM OF BID BOND 1 STANDARD FOR OF AGREEMENT BETWEEN OWNER AND CONTRACTOR 20 (AIA Doc. A107, 2007 Ed.) CERTIFICATE OF VOTE OF AUTHORIZATION 1 PERFORMANCE BOND 1 PAYMENT BOND 2 FORM OF SUBCONTRACT 1 SUBCONTRACTOR S PERFORMANCE AND PAYMENT BOND 1 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION (AIA Doc. A201, SUPPLEMENTARY Ed.) CONDITIONS 34 SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 - GENERAL REQUIREMENTS SUMMARY UNIT PRICES UNIT PRICE PROPOSAL SHEET ALTERNATES SUBSTITUTION PROCEDURES / REQUEST FOR SUBSTITUTION FORM CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES LABOR REQUIREMENTS PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS REFERENCES TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS 4

3 Project#17C Burlington Fire Station Demolition EXECUTION CUTTING AND PATCHING CLOSEOUT PROCEDURES ABBREVIATIONS OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS DEMONSTRATION AND TRAINING 5 DIVISION 01 - GENERAL REQUIREMENTS SUMMARY LABOR REGULATIONS PROJECT SCHEDULE ENVIRONMENTAL PROCEDURES PROJECT CLOSEOUT 3 DIVISION 2 EXISTING CONDITIONS SITE PREPARATION DEMOLITION OF BUILDINGS AND UTILITIES MISCELLANEOUS HAZARDOUS MATERIALS REMOVAL ASBESTOS REMOVAL LEAD PAINT COMPLIANCE 15 END OF TABLE OF CONTENTS L I S T O F D R A W I N G S D1.1 SITE DEMOLITION PLAN ADVERTISEMENT Page 1

4 Project#17C Burlington Fire Station Demolition ADVERTISEMENT The Town of Burlington Massachusetts, the Awarding Authority, invites sealed bids from Contractors for construction of the Demolition of Fire Station 2 at 114 Terrace Hall Ave, in Burlington, MA in accordance with documents prepared by Context Architecture Inc., 68 Harrison Ave, Boston, MA The Project construction consists of, but is not limited to the following: Hazardous building materials removal and disposal, utility disconnects, environmental and erosion control, building demolition and disposal work as described in the Contract Documents. The work is estimated to cost $250, General Bidders must be certified by the Division of Capital Asset Management and Maintenance (DCAMM) in the following category of work: General Building Construction. General Bids will be received until 1:00 P.M., Thursday, June 29, 2017 and publicly opened, forthwith, at the Town of Burlington, Office of the Town Administrator 29 Center Street, Burlington, MA Late bids will not be accepted. There are no Filed Sub-Bidders anticipated for this award. FILED SUB-BID SUBTRADES: NONE All Bids should be mailed or brought to the Town of Burlington, Office of the Town Administrator Building, 29 Center Street, Burlington, MA and received no later than the date and time specified above. General bids and sub-bids shall be accompanied by a Bid Deposit that is not less than five (5%) of the greatest possible Bid amount (including all alternates), and made payable to the Town of Burlington. Bids are subject to M.G.L. c.149, sections 44A-44J and to minimum wage rates as required by M.G.L. c.149, sections 26 to 27H inclusive. ADVERTISEMENT Page 2

5 Project#17C Burlington Fire Station Demolition Bid Forms and Contract Documents will be available for pick up from Cardinal Construction Inc., 10 East Worcester Street, Worcester, MA by contacting Anthony DiLuzio at or calling on or after June 14, Bidders requesting hardcopies will be subject to a plan deposit of $ per set payable to the Town of Burlington. The deposit will be refunded for up to two sets per Bidder upon return of the sets in good condition within thirty days of receipt of general bids. Otherwise the deposit shall become the property of the Awarding Authority. Bidders requesting Contract Documents to be mailed to them shall include a separate certified or cashier s check for $40.00 per set for UPS Ground (or $65.00 per set for UPS overnight), payable to Nashoba Blue, Inc. to cover mailing and handling costs. A Pre-Bid Conference will be held on Tuesday, June 20, 2017 at 10:00 A.M. at Burlington Fire Station 2 located at 114 Terrace Hall Ave, Burlington, MA. The Contract Documents may be seen, but not removed at: Context Architecture, Inc., Burlington Town Hall 2 nd Floor, 29 Center Street, Town Administrator s Office and on the Town s website by visiting Board of Selectmen Town of Burlington ADVERTISEMENT Page 3

6 Project #17C BURLINGTON FIRE STATION DEMOLITION ARTICLE 1 - BIDDER'S REPRESENTATION INSTRUCTIONS TO BIDDERS 1.1 Each General Bidder (hereinafter called the "Bidder") by making a bid or sub-bid (hereinafter called "bid) represents that: 1. The Bidder has carefully read and understands the Contract Documents and the bid is made in accordance therewith. 2. The Bidder has visited the site and is familiar with the local conditions under which the Work has to be performed. 1.2 Failure to so examine the Contract Documents and site will not relieve any Bidder from any obligation under the bid as submitted. ARTICLE 2 - GENERAL AND SUB-BIDDER QUALIFICATIONS 2.1 General bids and sub-bids shall be submitted with the following: 1. A Certificate of Eligibility issued by the Division of Capital Asset Management (DCAM), DCAM Form CQ7 showing that the Bidder has been approved to bid on projects the size and nature of this project; and 2. A Contractor Update Statement, DCAM Form CQ It is the Bidder's responsibility to obtain the necessary forms from DCAM and make application in sufficient time for evaluation of the application and issuance of a Certificate of Eligibility prior to bid. 2.3 The Contractor Update Statement is not a public record as defined in M.G.L. c.4, 7 and will not be open to public inspection. ARTICLE 3 MBE/WBE REQUIREMENTS (Not Required) ARTICLE 4 - REQUESTS FOR INTERPRETATION 4.1 By submitting a Bid, the Bidder agrees and warrants that he has carefully examined the site and the Contract Documents, that he is familiar with the conditions and requirements of both and of the conditions and requirements reasonably inferable therefrom, and where they require, in any part of the work, a given result to be produced, that the Contract Documents are adequate and that he will produce the required result. 4.2 Bidders shall promptly notify the Architect of any ambiguity, inconsistency or error which they may discover upon examination of the Contract Documents, the site, local conditions or information reasonably inferable therefrom. No claims for additional costs will be considered for such ambiguity, inconsistency or error if discovered or inferable from the Contract Documents or existing conditions of the Project prior to submission of Bid. 4.3 Bidders requiring clarification or interpretation of the Contract Documents shall make a written request to the Architect: Chris Logan Project Manager Context Architecture 68 Harrison Ave Boston MA clogan@contextarc.com Instructions to Bidders Page 4

7 Project #17C BURLINGTON FIRE STATION DEMOLITION The Architect will answer such requests if received seven (7) calendar days before the date for receipt of the bids if a written response is deemed necessary. 4.4 Interpretation, correction, or change in the Contract Documents will be made by Addendum which will become part of the Contract Documents. Neither the Awarding Authority nor the Architect will be held accountable for any oral instructions. 4.5 Addenda will be faxed or mailed by the Architect by U.S. Postal Service, or ed, to every individual or firm on record as having taken a set of Contract Documents or otherwise having requested receipt of Addenda. This covers any potential bidders that obtain a copy of the Contract Documents from the Town website. 4.6 Failure of the Awarding Authority to send, or of any Bidder to receive, any such interpretation shall not relieve the Bidder from any obligations under his bid as submitted and all Addenda or interpretations shall become part of the Contract as is fully written therein. 4.7 Copies of Addenda will be made available for inspection at the Architect's Office and the locations listed in the Advertisement where Contract Documents are on file. ARTICLE 5 - PREPARATION AND SUBMISSION OF BIDS 5.1 Bids shall be submitted on the "Form for General Bid", or the "Form for Sub-Bid", as appropriate, furnished at no cost by the Awarding Authority. The forms enclosed in the Project Manual shall not be extracted or used. Additional forms are available on the Town s website. 5.2 All entries on the Bid Form shall be made by typewriter or in ink. 5.3 Where so indicated on the Bid Form, sums shall be expressed in both words and figures. Where there is a discrepancy between the bid sum expressed in words and the bid sum expressed in figures, the words shall control. 5.4 If the requirement of Performance and Payment Bonds for filed sub-contractors is left blank by the General Bidder on the Form for General Bid, the Awarding Authority shall interpret this as a "yes". No increase in contract price will be allowed for providing these Bonds. 5.5 Costs for Subcontractor's bond premiums shall be paid for by the General Contractor in accordance with M.G.L. c.149, 44F. 5.6 If the General Bidders are instructed to carry an amount for a given sub-trade listed under Item 2, General Bidders shall list the sub-trade, and amount provided by the Awarding Authority. The line under bonds required on the General Bid Form should be left blank or marked N/A in order for subparagraph 5.6.1(b) to be applicable Upon solicitation of a Subcontractor to perform the work required by the sub-trade as mentioned in subparagraph 5.6, the General Bidder's contract amount will be adjusted as follows: (a) (b) (c) The difference between the subcontract amount and the amount carried in the bid. The total cost of the subcontractor's bonds, if the General Contractor requires such bonds after the solicitation is completed and if the General Contractor complied with 5.6 above, and The costs for the General Contractor's Bonds on account of the incremental difference between the amount carried and the actual solicited subcontract amount Overhead and profit for supervision of the sub-trade in question shall be included by all General Bidders in Item 1 of the Form for General Bid. Additional overhead and profit is not allowed on the incremental difference as stated in M.G.L. c149, 44F(4)(a)(2). Instructions to Bidders Page 5

8 Project #17C BURLINGTON FIRE STATION DEMOLITION 5.7 Bid Deposits shall be: - at least five percent (5%) of the greatest possible bid amount, considering all Alternates; made payable to the Town of Burlington and - in the form of: - certified check, treasurer's or cashier's check issued by a responsible bank or trust company - a bid bond issued by a surety company licensed to do business in the Commonwealth of Massachusetts and listed in U.S. Treasury Circular and shall be conditioned upon faithful performance by the principal of the agreements contained in the bid. Bid deposits of the three (3) lowest responsible and eligible General Bidders and bid deposits of the lowest responsible and eligible Sub-Bidders, in each trade, shall be retained until the execution and delivery of the Owner/Contractor Agreement. 5.8 The sub-bid, including the bid deposit DCAMM Certificate of Eligibility (CQ7), shall be enclosed in a sealed envelope with the following plainly marked on the outside: Certificate of Eligibility FILED SUB-BID FOR: - Name of Project - Sub-Bid Section Number - Trade - Sub-Bidder's Name, Business Address, Fax and Phone Number - The Update Statement (CQ3) shall be in a separate envelope plainly marked on the outside Update Statement FILED SUB-BID FOR - -Name of Project - -Sub-Bid Section Number - -Trade - -Sub-Bidder s Name, Business Address, Fax and Phone number 5.9 The General Bid, including the bid deposit, DCAMM Certificate of Eligibility (CQ7) shall be enclosed in a sealed envelope with the following plainly marked on the outside: GENERAL BID FOR: - Name of Project - Bidder's Name, Business Address, Fax and Phone Number The Update Statement (CQ3) shall be in a separate envelope plainly marked on the outside: - Name of Project - Bidder s Name, Business Address, Fax and Phone Number Faxed and ed submittals will not be accepted Date and Time for receipt of bids is set forth in the "Advertisement" Timely delivery of a bid to the location designated shall be the full responsibility of the Bidder. ARTICLE 6 - ALTERNATES 6.1 Each Bidder shall acknowledge Alternates in Section C of the Form for General Bid by entering the dollar amount of addition or subtraction necessitated by each listed Alternate. 6.2 In the event an Alternate does not involve a change in the amount of the Base Bid, the Bidder shall so indicated by writing "No Change" or "N/C" or "0" in the space provided for that Alternate. DO NOT LEAVE Instructions to Bidders Page 6

9 Project #17C BURLINGTON FIRE STATION DEMOLITION THIS SPACE BLANK. Leaving this space blank will be considered not responsible 6.3 Sub-Bidders shall enter on the Form for Sub-Bid the amount of addition or subtraction necessitated by the Alternate, which pertains to the work of that trade. If the Alternate does not involve a change in the bid amount so indicate by writing "No Change" "N/C" or "0". If the Alternate does not affect your category of work so indicate by writing "N/A". 6.4 General Bidders shall enter on the Form for General Bid a single amount for each Alternate, which shall consist of the Sub-Bidders' amounts and the amount for work performed by the General Contractor. 6.5 The low Bidder will be determined on the basis of the sum of the Base Bid and the accepted Alternates. ARTICLE 7 - WITHDRAWAL OF BIDS 7.1 Before Opening of Bids Any Bid may be withdrawn prior to the time designated for receipt of bids upon written request. Withdrawal of Bids must be confirmed over the Bidder's signature by written notice post-marked or sent by facsimile on or before the date and time set for receipt of Bids Withdrawn bids may be resubmitted up to the time designated for the receipt of bids. 7.2 After Opening of Bids Bidders may withdraw a bid at any time up to the time of Award as defined in Paragraph 8.1 upon demonstrating, to the satisfaction of the Awarding Authority, that a bona fide clerical error was made during the preparation of the bid. Failure to conclusively demonstrate a bona fide clerical error may result in forfeiture of the bid deposit. ARTICLE 8 - CONTRACT AWARD 8.1 Award means both the determination and selection of the lowest responsible and eligible Bidder, by the Awarding Authority vote. 8.2 The Awarding Authority will award the contract to the lowest responsible and eligible bidder within thirty days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids in accordance with M.G.L. c.149, 44A. 8.3 The award of this Contract is not subject to any other Agency review or approval. 8.4 The Awarding Authority reserves the right to waive any informalities in or to reject any or all Bids if it be in the public interest to do so. 8.5 The Awarding Authority also reserves the right to reject any sub-bid if it determines that such sub-bid does not represent the bid of a person competent to perform the work as specified, or if less than three sub-bids are received for a sub-trade, or if bid prices are not reasonable for acceptance without further competition. 8.6 The Contract will be awarded to the lowest responsible and eligible Bidder, except in the event of substitution as provided under M.G.L. c149, 44E and 44F, in which cases the procedure as required by said sections shall govern the award of the Contract. 8.7 As used herein, the term "lowest responsible and eligible Bidder" shall mean the General Bidder whose bid is the lowest of those Bidders, demonstrably possessing the skill, ability and integrity necessary for the faithful performance of the work, and who meets the requirements for Bidders set forth in M.G.L. c.149, 44A-44J and not debarred from bidding under M.G.L. c.149, 44C; and who shall certify that they are able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work. Instructions to Bidders Page 7

10 Project #17C BURLINGTON FIRE STATION DEMOLITION ARTICLE 9 - FORMS REQUIRED AT CONTRACT APPROVAL 9.1 When submitting the bid documents, the General Bidder shall complete the following forms to ensure prompt contract validation. These forms will be provided to the General Contractor by the Awarding Authority. Submit three (3) originals of each Owner/Contractor Agreement and Form of Corporate Vote Form of Performance Bond and Form of Payment Bond must be submitted by the General Contractor on the supplied form, in accordance with Article 11 of the General Conditions. The dates of the bonds must coincide with the Contract date, and a current Power-of-Attorney must be attached to each bond Performance and Payment Bonds must also be submitted for all Filed Subcontractors, if required by the General Contractor on its Form for General Bid, in the total amount of the subcontract payable to the General Contractor Insurance Certificates for the General Contractor and all Filed Subcontractors are required and must be submitted in accordance with Article 11 of the General Conditions Statement of Management on Internal Accounting Controls and a Statement prepared by a CPA expressing an opinion on the state of management controls, as required by M.G.L. c30, 39R, if not otherwise on file with the Division of Capital Asset Management..1 This applies to all General Contractors; and applies to any contracts of $100,000. or more. ARTICLE 10 - CONTRACT VALIDATION 10.1 The Owner-Contractor Agreement shall not be valid until signed by the Chairman of the Board of Selectmen or its Designee The Notice-To-Proceed for construction shall not be issued until the Owner/Contractor Agreement has been validated by the Board of Selectmen or its Designee. ARTICLE 11 - TIME OF COMPLETION 11.1 The Contractor shall commence work under this Contract on the date specified in the written "Notice to Proceed" and shall bring the Work to Substantial Completion within Ninety (90) calendar days of said date. Damages for delays in the performance of the Work shall be in accordance with Article 9 of the General Conditions of the Contract Bid Award, Contract execution and Notice to Proceed are expected to occur in July On-Site mobilization is expected to occur immediately. ARTICLE 12 - PRE-BID MEETING 12.1 A Pre-Bid Meeting will begin at the time, date and location stated in the Advertisement. Attendance is strongly recommended All General and Filed Sub-Bidders shall review the Contract Documents and visit the site to ascertain the existing conditions of the work prior to submission of their Bid and shall be responsible for said conditions within their Bids. ARTICLE 13 - CONDITION OF THE SITE AND PROJECT DOCUMENTS A. All bidders shall visit the site and thoroughly examine all Contract Documents, checking the requirements of the Drawings and Specifications with the existing conditions, before submitting a bid. All bidders shall Instructions to Bidders Page 8

11 Project #17C BURLINGTON FIRE STATION DEMOLITION inspect and be thoroughly familiar with same and conditions under which work will be carried out. Neither the Owner nor the Architect will be responsible for errors, omissions and/or charges for extra work arising from General or a Subcontractor's failure to familiarize themselves with Contract Documents or existing conditions. By submitting a Bid, the bidder agrees and warrants that he has examined the site and the Contract Documents, that he is familiar with the conditions and requirements of both and the conditions and requirements reasonably inferable therefrom and where they require, in any part of the work, a given result to be produced that the Contract Documents are adequate and that he will produce the required result. ARTICLE 14 COMMONWEALTH OF MASSACHUSETTS REQUIREMENTS A. Attention is directed to Chapters 30 and 149 of the General Laws and Amendments thereto regulating competitive bidding in the award of contracts for public building projects, and the selection of sub-bidders, which, by this reference, become a part of these Instructions to Bidders, and to all other statutory and other pertinent law applicable thereto. END Instructions to Bidders Page 9

12 Project #17C BURLINGTON FIRE STATION DEMOLITION FORM FOR GENERAL BID TO THE AWARDING AUTHORITY A. The undersigned proposes to furnish all labor and materials required for Fire Station Demolition in Burlington, MA in accordance with Contract Documents and plans prepared by: Context Architecture, Inc., Boston, MA for the Contract Price specified below, subject to additions and deductions according to the terms of the specifications. B. This Bid includes Addenda number(s). C. The proposed Contract Price is: Dollars (Bid Amount in Words) For Alternate No. Add $ Subtract $ No. Add $ Subtract $ No. Add $ Subtract $ (Bid Amount in Numbers) Bidders MUST respond to each Alternate item. If an Alternate does not involve a change in Contract Price, Bidder MUST identify by writing No Change, or N/C, or N/A, or 0 in the line provided for that Alternate. Failure to acknowledge every Alternate shall require rejection of Bid. D. The subdivision of the proposed contract price is as follows: ITEM 1. The work of the general contractor, being all work other than that covered by ITEM 2. TOTAL OF ITEM 1... $. ITEM 2. Sub-bids as follows: Section NO./Sub-Trade Name of Sub-Bidder Amount Bonds Required indicated by YES or NO TOTAL OF ITEM 2 $ FORM FOR GENERAL BID 1 of 2

13 Project #17C BURLINGTON FIRE STATION DEMOLITION The undersigned agrees that each of the above named sub-bidders will be used for the work indicated at the amount stated, unless a substitution is made. The undersigned further agrees to pay the premiums for the Performance and Payment Bonds furnished by subbidders as requested herein and that all of the cost of all such premiums is included in the amount set forth in Item 1 of this Bid. The Undersigned agrees that, if he is selected as General Contractor, he will promptly confer with the Awarding Authority on the question of sub-bidders; and that the Awarding Authority may substitute for any sub-bid listed above a sub-bid filed with the Awarding Authority by another sub-bidder for the sub-trade against whose standing and ability the undersigned makes no objection; and that the undersigned will use all such finally selected sub- bidders at the amounts named in their respective subbids and be in every way as responsible for them and their work as if they had been originally named in this general bid, the total contract price being adjusted to conform thereto. E. The undersigned agrees that, if selected General Contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the Awarding Authority, execute a Contract in accordance with the terms of this Bid and furnish a Performance Bond and also a Labor and Materials or Payment Bond, each of a Surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Awarding Authority and each in the sum of the Contract price, the premiums for which are to be paid by the General Contractor and are included in the Contract price, provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The Undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the Work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply with all laws and regulations applicable to awards made subject to Section 44A. The Undersigned hereby certifies, under penalties of perjury, that the Bidder has complied with all Laws of the Commonwealth relating to taxes, reporting and employees and Contractors, and withholding and remitting child support. The Undersigned further certifies under the penalties of perjury that this Bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean natural person, joint venture, partnership, corporation or other business or legal entity. The Undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth of Massachusetts under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. NOTE: Bidders must also complete the Unit Price Proposal Sheet and submit with their bids. Name of General Bidder Date By: Signature & Title of Person Signing Bid Business Address Corporate Seal, If Applicable City and State Zip Code Note: If the Bidder is a corporation, indicate State of incorporation under signature, and affix corporate seal; if a partnership, give full names and residential addresses of all partners, and if an individual, give residential address if different from business address. FORM FOR GENERAL BID 2 of 2

14 Project #17C BURLINGTON FIRE STATION DEMOLITION BURLINGTON FIRE STATION DEMOLITION BURLINGTON, MA UNIT PRICE PROPOSAL SHEET DIVISION 31 EARTHWORK DIVISION 32 EXTERIOR IMPROVEMENTS A. The following Unit Prices as defined in the Specifications are designated for items of work on the basis of quantities verified by the Owner s Representative / Project Manager and Architect. These Unit Prices will be used to add to or deduct from the Contract Price, depending on the actual amount of Unit Price work found necessary and authorized by Change Order. SECTION / DESCRIPTION MEASURE UNIT UNIT PRICE DOLLARS/ CENTS Earth Moving/ Unsatisfactory Soils Per CU. YD. $ Topsoil Per CU. YD. $ Asphalt Pavement Per Ea. 10 SQ. FT. UNIT $ B. Contractor shall complete Unit Price Dollars/Cents for each Unit Price listed above. C. The Unit Prices as requested herein shall include their pro-rata share of all costs for overhead, profit, bond, labor, materials and all other work incidental thereto. D. Any Unit Price proposal that contains a Unit Price which is unduly high or low may be rejected as unbalanced, and thereby affect the total bid price or cost of this Contract. NOTE: ATTACH THIS FORM TO END OF FORM FOR GENERAL BID UNIT PRICE PROPOSAL SHEET GENERAL BID FORM 1

15 FORM FOR SUB-BID TO ALL GENERAL BIDDERS EXCEPT THOSE EXCLUDED: A. The undersigned proposes to furnish all labor and materials required for completing, in accordance with the hereinafter described plans, specifications and addenda, all the work specified in Division/Section No.(*) of the specifications and in any plans specified in such section, prepared by: Context Architecture for Fire Station 2 Town of Burlington in Burlington, Massachusetts, for the Contract Sum of dollars ($ ). Bid Amount in Words Bid Amount in Dollars For Alternate No. AD ; D $ ; $ $ SUBTRACT Bidders MUST respond to each Alternate bid. If an Alternate does not involve a change in Contract Price, Bidder MUST identify by writing No Change, or N/C, or N/A, or 0 in the line provided for that Alternate. Failure to acknowledge every Alternate shall require rejection of Bid. (*) SUB-BIDDER shall identify the following Division No.'s & Trades for the following specified Filed Sub-Bid Work: DIV. 21 Fire Protection; Division 22 Plumbing; Division 23 HVAC; Division 26 - Electrical ALL OTHER SUB-BIDDERS SHALL IDENTIFY THE INDIVIDUAL FILED SUB-BID SPECIFICATION SECTION NUMBER. B. This Sub-bid includes Addenda number(s). C. This Sub-bid D may be used by any general bidder except: D may only be used by the following general bidders: [To exclude General bidders, insert "X" in one box only and fill in blank following that box. Do not answer C if no General bidders are excluded.] D. The undersigned agrees that, if selected as a sub-bidder, he will, within five days, Saturdays, Sundays and legal holidays excluded, after presentation of a subcontract by the general bidder selected as the General Contractor, execute with such general bidder a subcontract in accordance with the terms of this sub-bid, and contingent upon the execution of the general contract, and, if requested to do so in the general bid by such general bidder, who shall pay the premiums therefor, or if prequalification is required pursuant to section 44D3/4, furnish a Performance and Payment Bond of a Surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Awarding Authority, in the full sum of the subcontract price. E. The names of all persons, firms and corporations furnishing to the undersigned labor or labor and materials for the class or classes or part thereof of work for which the provisions of the section of the specifications for this sub-trade require a listing in this paragraph, including the undersigned if customarily furnished by persons on his own payroll and in the absence of a contrary provision in the specifications, the name of each such class of work or part thereto and the bid price for such class of work or part thereof are: SUB-TRADE BUSINESS NAME CLASS OF WORK BID PRICE $ $ $ $ [All Sub-Trade categories listed in the individual Filed Sub-Bid Specifications must be listed or rejection of Bid will result] [Do not give bid price for any class or part thereof furnished by the undersigned]. FORM FOR SUB-BID 1 of 2

16 F. The undersigned agrees that the above list of bids to the undersigned represents bona fide bids based on hereinbefore described Plans, Specifications and Addenda, and that, if the undersigned is awarded the contract, they will be used for the work indicated at the amounts stated, if satisfactory to the Awarding Authority. G. The undersigned further agrees to be bound to the General Contractor by the terms of the hereinbefore described Plans, Specifications (including all General Conditions stated therein) and Addenda, and to assume toward him all the obligations and responsibilities that the contractor, by those documents, assumes toward the owner. H. The undersigned offers the following information as evidence of its qualifications to perform the work as bid upon according to all the requirements of the plans and specifications: 1. Have been in business under present business name for years. 2. Ever failed to complete any work awarded? 3. List one or more recent buildings with names of General Contractor and Architect on which you served as subcontractor for work of similar character as required for the above-named building. BUILDING TYPE ARCHITECT GENERAL CONTRACTOR CONTRACT AMOUNT $ 4. Bank Reference I. The undersigned hereby certifies that it is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that it will comply fully with all laws and regulations applicable to awards of subcontracts subject to section 44F. The Undersigned hereby certifies, under penalties of perjury, that the Sub-bidder has complied with all Laws of the Commonwealth relating to taxes, reporting and employees and Contractors, and withhold and remitting child support. The Undersigned further certifies under the penalties of perjury that this Sub-Bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean natural person, joint venture, partnership, corporation or other business or legal entity. The Undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth of Massachusetts under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. $ $ Date: (Name of Sub-Bidder) By: By (Signature & Title of person signing bid) (Business Address) (City, State and Zip Code) Note: If the bidder is a corporation, indicate state of incorporation under signature, and affix corporate seal; if a partnership, give full residential address if different from business address. Corporate Seal, If Applicable FORM FOR SUB-BID 2 of 2

17 FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, Project #17C BURLINGTON FIRE STATION DEMOLITION, as PRINCIPAL, and, as SURETY, are held and firmly bound unto the Town of Burlington, Massachusetts, in the penal sum of FIVE PERCENT of the attached bid, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated 2017, for the BURLINGTON FIRE STATION 2 DEMOLITION, Burlington, MA NOW, THEREFORE, if the Principal shall not withdraw said bid within thirty (30) days, Saturdays, Sundays, and legal holidays excluded, after the said opening, and shall within the period specified therefore enter into a written contract with the Town of Burlington in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the Principal shall pay the Authority the difference between the amount specified in said bid and the amount for which the Town of Burlington may procure the required work up to the amount of this bond, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this day of, 2017, the name and corporation seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Attest: Attest: By: Affix Corporate Seal By: Affix Corporate Seal (POWER-OF-ATTORNEY FOR PERSON SIGNING FOR SURETY COMPANY MUST BE ATTACHED TO BOND) IMPORTANT: Surety companies executing Bonds must hold a certificate of authority as an acceptable surety on Federal Bonds as listed in Treasury Circular 570, as amended, and be authorized to transact business in the State where the Project is located. FORM OF BID BOND 1 of 1

18 CERTIFICATE OF VOTE OF AUTHORIZATION, 2017 I hereby certify that a meeting of the Board of Directors of the: Name of Corporation duly called and held at, on the day of, 2017, at which a quorum was present and acting, it was voted that of the be and hereby is authorized to execute and deliver for and in behalf of the Corporation a Contract with the Town of Burlington, MA for the work to be done for the FIRE STATION 2 DEMOLITION, Burlington, MA as Principal, to execute Bonds in connection therewith, which Contract and Bond were presented to and made a part of the records of said meeting. I further certify that acting is the duly qualified and of the Corporation and that said vote has not been repealed, rescinded, or amended. A true copy of the record. ATTEST: (CORPORATE SEAL) (Clerk of the Corporation) SUBSCRIBED AND SWORN TO THIS day of, 2017, BEFORE ME. Notary Public My commission expires CORPORATE VOTE 1 of 1

19 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (Name of Contractor) a hereinafter called Principal and (Corporation, Partnership, Joint Venture or Individual) of, State of (Surety) (City) hereinafter called the "Surety" and licensed by the State Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of, Massachusetts, hereinafter called "Owner", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas the Principal has entered into a certain contract with the Owner (the Construction Contract ), dated the day of, 20, for the construction described as follows:. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of the Construction Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under the Construction Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise, this obligation shall remain in full force and effect. PROVIDED, FURTHER, that the Surety s obligation under this Bond shall arise after (1) the Owner has declared the Principal in default of the Construction Contract or any provision thereof, or (2) has declared that the Principal has failed, or is otherwise unable or unwilling, to execute the work consistent with, and in conformance to, the Construction Contract (collectively referred to as a Contractor Default ). The determination of a Contractor Default shall be made solely by the Owner. The Owner need not terminate the Construction Contract to declare a Contractor Default or to invoke its rights under this Bond, and Principal agrees, notwithstanding any agreement between it and the surety to the contrary, not to bring any claim against the Surety on account of the Surety s good faith fulfillment of its obligations before or without termination of the Construction Contract. When the Surety s obligation under this Bond arises, the Surety, at its sole expense and at the consent and election of the Owner, shall promptly take one of following steps: (1) arrange for the Principal to perform and complete the work of the Construction Contract; (2) arrange for a

20 contractor other than the Principal to perform and complete the work of the Construction Contract; (3) reimburse the Owner, in a manner and at such time as the Owner shall reasonably decide, for all costs and expenses incurred by the Owner in performing and completing the work of the Construction Contract. Surety will keep Owner reasonably informed of the progress, status and results of any investigation of any claim of the Owner. If the Surety does not proceed as provided in this Bond with due diligence and all deliberate speed, the Surety shall be deemed to be in default of this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. After the Surety s obligation under this Bond arises, the Surety is obligated, to the limit of the amounts of this Bond, for (1) the correction of defective work and completion of the Construction Contract; (2) additional design, professional services, and legal costs, including attorney s fees, resulting from the Contractor Default or from the default of the Surety under this Bond; (3) any additional work beyond the Construction Contract made necessary by the Contractor Default or default of the Surety under this Bond; (4) indemnification obligations of the Principal, if any, as provided in the Construction Contract; and (5) liquidated damages as provided in the Construction Contract, or if no such damages are specified, actual damages and consequential damages resulting from the Contractor Default or any default of the Surety under this Bond. Any proceeding, legal or equitable, under this Bond shall be instituted in any court of competent jurisdiction in the Commonwealth of Massachusetts. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Construction Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Construction Contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in ( ) counterparts, each one of which shall be deemed an original, this the day of, 20. ATTEST: Principal By (Principal Secretary) (SEAL) Witness as to Principal (Address-Zip Code)

21 (Address-Zip Code) ATTEST: Surety By (Attorney-in-Fact) (SEAL) Witness as to Surety (Address-Zip Code) (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute Bond. The total premium for this bond is $ The rate for this bond is % for the first $ _ and % for the balance. IMPORTANT: Surety companies executing Bonds must hold a certificate of authority as an acceptable surety on Federal Bonds as listed in Treasury Circular 570, as amended, and be authorized to transact business in the State where the Project is located. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we a (Name of Contractor) (Corporation, Partnership, Joint Venture or Individual)

22 hereinafter called Principal and of, (Surety) State of _ hereinafter called the Surety and licensed by the State (City and State) Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of Burlington, Massachusetts, hereinafter called Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Owner, dated the day of, 2017 for the construction described as follows: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

23 IN WITNESS WHEREOF, this instrument is executed in ( ) counterparts, each one of which shall be deemed an original, this the _ day of, 20_. ATTEST: (Surety) By (Attorney-in-Fact) Witness as to Surety (SEAL) (Address-Zip Code) (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contract is a Partnership, all partners should execute Bond. The total premium for this bond is $ The rate for this bond is % for the first $ _ and % for the balance. IMPORTANT: Surety companies executing Bonds must hold a certificate of authority as an acceptable surety on Federal Bonds as listed in Treasury Circular 570, as amended, and be authorized to transact business in the State where the Project is located. PAYMENT BOND PAGE 2 of 2

24 FORM OF SUBCONTRACT THIS AGREEMENT MADE THIS DAY OF 20, by and between a corporation organized and existing under the laws of an individual doing business as hereinafter called the "Contractor" and a corporation organized and existing under the laws of individual doing business as hereinafter called the "Subcontractor". an Witnesseth that the Contractor and the Sub-Contractor for the considerations hereafter named, agree as follows: 1. The Subcontractor agrees to furnish all labor and materials required for the completion of all work specified in Section No. of the specifications for and the plans referred to therein and (Name of Sub-Trade) Addenda No.,,, and for the: all as prepared by CONTEXT ARCHITECTURE, INC. for the sum of ($ ) and the Contractor agrees to pay the Subcontractor said sum for said work. This price includes the following alternates (and other items set forth in the sub-bid): Alternates No(s).,,,,,,. (a) The Subcontractor agrees to be bound to the Contractor by the terms of the hereinbefore described plans; specifications (including all general conditions stated therein) and Addenda No(s).,,,, and to assume to the Contractor all the obligations and responsibilities that the Contractor by those documents assumes to the Town of Burlington, MA hereinafter called the "Awarding Authority", except to the extent that provisions contained therein are by their terms or by law applicable only to the Contractor. (b) The Contractor agrees to be bound to the Subcontractor by the terms of the hereinbefore described documents and to assume to the Subcontractor all the obligations and responsibilities that the Awarding Authority by the terms of the hereinbefore described documents assumes to the Contractor, except to the extent that provisions contained therein are by their terms or by law applicable only to the Awarding Authority. 2. The Contractor agrees to begin, prosecute and complete the entire work specified by the Awarding Authority in an orderly manner so that the Subcontractor will be able to begin, prosecute and complete the work described in this subcontract; and, in consideration thereof, upon notice from the Contractor, either oral or in writing, the Subcontractor agrees to begin, prosecute and complete the work described in this Subcontract in an orderly manner and with due consideration to the date or time specified by the Awarding Authority for the completion of the entire work. 3. The Subcontractor agrees to furnish to the Contractor within a reasonable time after the execution of this subcontract, evidence of workmen's compensation insurance as required by law and evidence of public liability and property damage insurance of the type and in limits required to be furnished to the Awarding Authority by the Contractor. 4. The Contractor agrees that no claim for services rendered or materials furnished by the Contractor to the Subcontractor shall be valid unless written notice thereof is given by the Contractor to the Subcontractor during the first ten (10) days of the calendar month following that in which the claim originated. 5. This agreement is contingent upon the execution of a general contract between the Contractor and the Awarding Authority for the complete work. IN WITNESS WHEREOF, the parties hereto have executed this agreement the date and year first above-written. SEAL ATTEST SEAL ATTEST By: By: Name of Subcontractor Signature Name of Contractor Signature

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

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

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

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

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

More information

CITY OF NEWTON PURCHASING DEPARTMENT PROJECT MANUAL:

CITY OF NEWTON PURCHASING DEPARTMENT PROJECT MANUAL: CITY OF NEWTON PURCHASING DEPARTMENT CONTRACT FOR PUBLIC BUILDINGS MAINTENANCE SERVICES PROJECT MANUAL: ANNUAL REPAIR, INSTALLATION AND FURNISHING OF CARPET SERVICE CONTRACT INVITATION FOR BID #16-25 Bid

More information

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

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

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

SECTION NOTICE TO BIDDERS

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

More information

AIA Document A701 TM 1997

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

More information

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

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

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

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

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

More information

University of California, Riverside Barn Expansion

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

More information

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

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

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

More information

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

2017 CDM Smith All Rights Reserved 6/19/2017

2017 CDM Smith All Rights Reserved 6/19/2017 2017 CDM Smith 0725-218855 All Rights Reserved 6/19/2017 Section TABLE OF CONTENTS No. of Pages BIDDING AND CONTRACT REQUIREMENTS 00020 Invitation to Bid... 2 00100 Instructions to Bidders... 6 00300 Bid

More information

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

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

More information

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

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

More information

Document A701 TM. Instructions to Bidders

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

More information

CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS

CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS Timber Covered Bridge Repairs: T--685 (Ardens Hill Road) over Little Fishing Creek County Bridge No. 95 Pine and Jackson Townships, Columbia County, PA Prepared

More information

GOLD CREEK FLUME CONCRETE PATCHING

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

More information

Trailer Mounted 250KW Diesel Generator Contract # 18C

Trailer Mounted 250KW Diesel Generator Contract # 18C TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS Trailer Mounted 250KW Diesel Generator 25 Center Street Burlington MA 01803 October2017 Table of Contents INVITATION FOR BID... 3 PROJECT DESCRIPTION... 4

More information

INSTRUCTIONS TO BIDDERS

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

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

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

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

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

More information

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

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

More information

TOWN OF BARNSTABLE. Invitation for Bid. Service Provider for Boiler and Burner Maintenance Services for the Town of Barnstable School Facilities

TOWN OF BARNSTABLE. Invitation for Bid. Service Provider for Boiler and Burner Maintenance Services for the Town of Barnstable School Facilities TOWN OF BARNSTABLE Invitation for Bid Service Provider for Boiler and Burner Maintenance Services for the Town of Barnstable School Facilities Issued: July 14, 2014 Due date: August 14, 2014, No later

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

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

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

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

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

More information

CITY OF NEWTON PURCHASING DEPARTMENT PROJECT MANUAL:

CITY OF NEWTON PURCHASING DEPARTMENT PROJECT MANUAL: CITY OF NEWTON PURCHASING DEPARTMENT CONTRACT FOR PUBLIC BUILDINGS MAINTENANCE SERVICES PROJECT MANUAL: ANNUAL WOOD FLOOR REFINISHING, REPAIRING, REFURBISHING AND INSTALLATION SERVICE CONTRACT INVITATION

More information

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

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

More information

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

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

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

More information

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

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

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT

TOWN OF BURLINGTON PURCHASING DEPARTMENT TOWN OF BURLINGTON PURCHASING DEPARTMENT INVITATION FOR BID #18C-210-0012A POLICE FIRING RANGE RENOVATION Bid Opening Date: January 18, 2018 at 10:00 a.m. DECEMBER 2017 Page 1 of 76 TOWN OF BURLINGTON

More information

INSTRUCTIONS TO BIDDERS

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

More information

DIF CREDIT AGREEMENT [Insert Project Name]

DIF CREDIT AGREEMENT [Insert Project Name] DIF CREDIT AGREEMENT [Insert Project Name] This DIF CREDIT AGREEMENT ( Agreement ) is entered into this day of, 20, by and between the CITY OF WILDOMAR, a California municipal corporation ( CITY ), and,

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

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

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

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

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form PROJECT MANUAL INDEX I. BIDDING CONDITIONS A - Project Information Sheet B - Instructions to Bidders C - Proposal Form D - List of Subcontractors Forms II. CONDITIONS E- Forms of Performance and Payment

More information

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

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

More information

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

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER UTAH COUNTY PUBLIC WORKS DEPARTMENT 2855 South State Street Provo, Utah 84606 (801) 851-8600 REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

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

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

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

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

More information

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

Crack, Chip and Seal Projects 2018 April 2018

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

More information

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

NOTICE INVITING BIDS

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

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

5. BID FORMS TABLE OF CONTENTS

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

More information

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

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

More information

1200 GLYNN AVENUE DOCK REPAIRS. SPECIFICATIONS and CONTRACT DOCUMENTS. The City of Brunswick

1200 GLYNN AVENUE DOCK REPAIRS. SPECIFICATIONS and CONTRACT DOCUMENTS. The City of Brunswick 1200 GLYNN AVENUE DOCK REPAIRS SPECIFICATIONS and CONTRACT DOCUMENTS Prepared by: The City of Brunswick MAY 2017 Phone: (912) 267-5540 1200 GLYNN AVENUE DOCK REPAIRS BRUNSWICK, GEORGIA MAY 2017 TABLE OF

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

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

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

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

More information

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services... TABLE OF CONTENTS 2016 Edition PROJECT NAME: SCC - Cherokee Campus - 2017 Sidewalk Improvements PROJECT NUMBER: H59-D891-01-A SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

More information

Table of Contents Unit Prices Submittal Procedures Selective Demolition

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

More information

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

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB

POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS POLICE STATION BOILER PLANT REPLACEMENT Contract #BPDB-15-7160 This is an unofficial Bid Spec. If this document is used to submit a bid, you must forward your

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

UAA NSB-EM2 Mechanical Systems Conversion/Upgrade Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS

UAA NSB-EM2 Mechanical Systems Conversion/Upgrade Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS INVITATION FOR BID UAA NSB-EM2 Mechanical Systems Conversion/Upgrade Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS PROJECT NO.: 16-0103 BID NUMBER: 17-04 Building Name: Natural Science Building

More information

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No. 19-02-650 Prepared by: ENGINEERING DEPARTMENT CITY OF VALDOSTA February 2019 Bid Opening Date: March 7, 2019 INVITATION FOR BID

More information

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR. THIS AGREEMENT, made this day of, 2018, by and

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR. THIS AGREEMENT, made this day of, 2018, by and CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT, made this day of, 2018, by and between, hereinafter called the "Contractor," and Vail Unified School District No. 20, an Arizona

More information

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

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

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

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

More information

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 DATE ISSUED: March 2, 2009 BID DUE DATE: 3/26/09, 2:00 PM This document

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

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

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

More information

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

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

More information

STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT

STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT This MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT (the "Agreement") is entered into by and between STARTUPCO LLC, a limited liability company (the

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

BIDDING & CONTRACT REQUIREMENTS FOR. West Orange Gregory Elementary School Roof Shingle Replacement and Related Work

BIDDING & CONTRACT REQUIREMENTS FOR. West Orange Gregory Elementary School Roof Shingle Replacement and Related Work BIDDING & CONTRACT REQUIREMENTS FOR West Orange Gregory Elementary School Roof Shingle Replacement and Related Work THE WEST ORANGE BOARD OF EDUCATION GREGORY ELEMENTARY SCHOOL 301 Gregory Avenue West

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information