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

Size: px
Start display at page:

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

Transcription

1 CECIL COUNTY, MARYLAND BID NO REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2) AND WOODS ROAD CECIL COUNTY GOVERNMENT: ENGINEERING AND CONSTRUCTION DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921

2 CECIL COUNTY, MARYLAND BID NO REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2) AND WOODS ROAD REVIEWED AND APPROVAL RECOMMENDED ENGINEERING AND CONSTRUCTION DIVISION PROJECT MANAGER APPROVAL RECOMMENDED ENGINEERING AND CONSTRUCTION DIVISION CHIEF APPROVED DIRECTOR

3 CECIL COUNTY, MARYLAND BID NO REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2), AND WOODS ROAD TABLE OF CONTENTS INVITATION TO BID NOTICE TO BIDDERS LOCAL CONTRACTORS PREFERENCE NON-RESIDENT CONTRACTOR NOTIFICATION CERTIFICATION FOR BIDDER'S QUALIFICATIONS EXPERIENCE AND EQUIPMENT CERTIFICATION STATE OF MARYLAND SALES AND USE TAX BIDDER'S SIGNATURE FOR IDENTIFICATION PAGES IFB-1 IFB-3 NTB-1 LCP-1 NRCN-1 CBQ-1 EEC -1 EEC-4 SUT-1 SUT-2 BSI-1 PROPOSAL P-1 - P-15 BIDDER S CERTIFICATION OF PROPOSAL GENERAL PROVISIONS SPECIAL PROVISIONS HOLD HARMLESS AGREEMENT CONTRACTOR BID CHECKLIST TECHNICAL SPECIFICATIONS (ALL CULVERTS) BC-1 GP-1 - GP-12 SP-1 - SP-5 HHA-1 CKL-1 TS-1 - TS-25 ATTACHMENTS PERMIT LETTERS OF AUTHORIZATION

4 CECIL COUNTY, MARYLAND BID NO Cecil County Government Purchasing Department 200 Chesapeake Blvd., Suite 1400 Elkton, MD Invitation to Bid Sealed bid proposals for Replacement of Culverts on Old Elk Neck Road, Jackson Station Road (2), and Woods Road as described in the proposal package, for the Cecil County Government, Department of Public Works will be received from qualified bidders until 1:30 PM, May 12, 2010 at the Purchasing Department, 200 Chesapeake Blvd, Suite 1400, Elkton, MD The project is the replacement of the culverts on Old Elk Neck Road, Jackson Station Road (North and South), and Woods Road. The work includes, but is not limited to, the following: Old Elk Neck Road Includes the replacement of the culverts on Old Elk Neck Road over Jones Creek. The work includes, but is not limited to removal of the existing corrugated metal pipe arches, installation of two (2) 60 reinforced concrete pipes, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. Jackson Station Road (North) The work includes, but is not limited to the removal of the existing reinforced concrete pipes, installation of two (2) 60 reinforced concrete pipes and one (1) 49 x 32 elliptical reinforced concrete pipe, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. Jackson Station Road (South) Includes the replacement of the culvert on Jackson Station Road over and Unnamed Tributary to Mill Creek. The work includes, but is not limited to removal of the existing corrugated metal pipes, installation of two (2) 60 reinforced concrete pipes, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. Woods Road Includes the replacement of the culvert on Woods Road over Long Branch. The work includes, but is not limited to removal of the existing corrugated metal pipes, installation of two (2) 60 reinforced concrete pipes, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. IFB-1

5 CECIL COUNTY, MARYLAND BID NO A Mandatory pre-bid information conference will be held on May 4, 2010 at 9:00 AM in the Elk Conference Room, County Administrative Building, 200 Chesapeake Blvd., Elkton, MD Bids will not be accepted from any contractors that did not attend a mandatory pre-bid information conference. Bid packages may be purchased at the Purchasing Office at a non-refundable cost of $50.00 per package for hard copies, or $10 per package for electronic copies (PDF format) provided on a compact disc. Bid packages are provided on the Cecil County web-page ( as a PDF document for all vendors to download. Additional specifications and/or instructions to bidders may also be obtained by ing plowe@ccgov.org (cc/ dpyle@ccgov.org) or calling the Purchasing Department, (Pamela Lowe, Purchasing Assistant), at Electronically submitted bid proposals will not be accepted. All vendors wishing to submit a proposal shall obtain an original set of contract documents from the Cecil County Purchasing Office or register with the Purchasing Office if the contract documents are downloaded from the Cecil County Purchasing Office web-page. Not meeting this requirement shall result in your bid proposal being considered as non-responsive. Changes or addendums to this proposal and/or other documents will be posted to the proposal documents on the County web-page and sent directly to vendors who have obtained an original set of contract documents, or have registered for an electronic copy from the Purchasing Office. The County is not responsible for information obtained from sources outside the Cecil County Purchasing Office, including downloads from the County web-page. Vendors obtaining electronic copies of the proposal documents will be directly responsible for obtaining updates, changes or addendums either from the updated web-page or by contacting the Purchasing Office. All questions or discussions concerning this bid, bid documents, specifications, etc., shall only be coordinated through the Purchasing Office. The County shall not be responsible for information obtained outside the County Purchasing Office, concerning this or any other County bid, RFP, solicitation or quote. The Purchasing Office will provide vendor lists on the Cecil County web-site for all solicitations published unless a vendor/contractor provides a written request barring the disclosure of their information prior to specific proposal award. The Contract will be awarded to the lowest responsible, responsive bidder. The Board of County Commissioners of Cecil County reserves the right to reject any or all bids and to waive technicalities. All contract awards are based upon budgetary constraints. IFB-2

6 CECIL COUNTY, MARYLAND BID NO LOCAL CONTRACTORS PREFERENCE: Section of the Cecil County Code provides for Local Preference whereby the Board of County Commissioners of Cecil County reserves the right to show preference to local bidders in the purchase of supplies, equipment, and services. The Board of County Commissioners of Cecil County By: David E. Pyle, CPPB Purchasing Agent Cecil County Government IFB-3

7 CECIL COUNTY, MARYLAND BID NO NOTICE TO BIDDERS All parties interested in submitting a Bid to complete the work detailed and specified for this project, must thoroughly review and properly complete all forms provided in the proposal form packet. Failure to complete such forms may result in rejection of the Bid. Owner reserves the right to reject any or all Bids containing bidding irregularities. NTB-1

8 CECIL COUNTY, MARYLAND BID NO LOCAL CONTRACTORS PREFERENCE Section of the Cecil County Code entitled Local Preference reads as follows: The Board of County Commissioners of Cecil County reserves the right to show preference to local bidders in the purchase of supplies, equipment, and services. The amount shall not exceed 6% of the amount bid or quoted, and/or $60,000, whichever is less. A local bidder is defined as an individual or business who maintains a place of business or maintains an inventory of merchandise and/or equipment in Cecil County, is licensed by Cecil County and/or the State of Maryland, if required and is subject to Cecil County real and/or personal property taxes. Any local bidder in default on payment of any county or state tax or license shall not be eligible to receive preference until all taxes or licenses due are paid. Bidders are cautioned to note the specific and several requirements that may qualify a bidder for local preference consideration. A bidder wishing to receive local preference consideration must be able to demonstrate qualification under all the noted requirements. No bidder should assume, regardless of whether the bidder qualifies under the definition of Local Bidder, that the Board of County Commissioners of Cecil County would grant preference on this contract to any bidder. The Board of County Commissioners reserves the right to do so under Section of the Cecil County Code but is not bound to do so under any circumstance, regardless of precedent. Any bidder that wishes to be considered a Local Bidder, in the Board of County Commissioners award of the contract shall submit with the bid any and all documentation that proves that the bidder, identified by name in the submitted bid, meets the definition of Local Bidder. Neither the Board of County Commissioners nor the Procurement officer shall be bound by any information or documentation provided by the bidder after opening of the bids. However, the County reserves all rights to investigate a bidder s potential qualification as a Local Bidder and use any relevant information in its determination of a bidder s qualification under the definition, regardless of when it is obtained. LCP-1

9 CECIL COUNTY, MARYLAND BID NO NON-RESIDENT CONTRACTOR NOTIFICATION: At the request of the Maryland State Comptroller of the Treasury a list of all Non-Resident Contractors awarded a contract for the improvement of real property in the amount of $500,000 dollars or more and all non-resident subcontractors that equals or exceeds $50,000 or reasonably can be expected to equal or exceed $50,000 shall be forwarded by the Cecil County Government to the Maryland State Comptroller of the Treasury, Compliance Division, 301 W. Preston Street, Room 407, Baltimore MD The notification shall be forwarded by the Cecil County Government once the Notice to Proceed is sent and shall include the following information: - Type of project - Site Address - Contractor s Name and address - Date of the Contract - Contracted amount - Non-resident Contractor is defined as a contractor that does not maintain a regular place of business in the state of Maryland. - Regular place of business is defined as: 1.) a bona fide office, other that a statutory office, 2.) a factory, 3.) a warehouse, 4.) or any other space in this state, which a person is doing business in its own name in a regular and systematic matter and that is continuously maintained, occupied, and used by the person I carrying on its business through its regular employees regularly in attendance. NRCN-1

10 CECIL COUNTY, MARYLAND BID NO All applicable questions must be answered and included with the bid. The data given must be clear and comprehensive. A copy of the Bidder s State of Maryland Construction Firm License or required applicable license shall be attached to this form. Information concerning this license can be obtained from Cecil County Clerk of the Court s Office at (410) You can also receive information necessary for corporations to do business in the State of Maryland from the State of Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) All vendors shall ensure they are qualified and registered to do business within the State of Maryland. Businesses established outside the State of Maryland may be required to be qualified as a Foreign Business to be eligible to provide service within the State of Maryland. Questions concerning qualification and registration may be referred to (410) Name of Contract: Replacement of Culverts on Old Elk Neck Road, Jackson Station Road (2), and Woods Road 2. Contract No.: Bid No Name of Bidder: 4. Bidder s Federal Employee I.D. No.: 5. State of Maryland Construction Firm License No.: 6. State of Maryland Control No.: 7. Business Address: 8. When Organized: 9. Where Incorporated: 10. Foreign Business No.: 11. Has the Bidder paid any sales tax on the equipment to be used on the project? Yes No 12. If so, at what rate was the sales tax paid? Percent to State of 13. How many years has the bidder been engaged in this business under your present firm name? 14. Have you ever refused to sign a contract at your original bid? Yes No 15. Have you ever defaulted on a contract? Yes No Remarks: 16. Will you, upon request, furnish any other pertinent information that Cecil County Government may require? Yes No 17. Do you assert that you qualify under definition of Local Bidder under Cecil County Code Section ? YES NO (If yes, attach appropriate documentation) 18. Does your business maintain a regular place of business in the State of Maryland (Resident) or would your business be considered Non-Resident? Dated this day of, 201_. 19. Has the bidder or firm ever been disbarred, suspended or otherwise prohibited from doing work with the local, state, and/or federal government. Yes No (if yes explain ) With the submission of this certification, the bidder thereto certifies that the information supplied is, to the best of your knowledge, accurate and correct. Name of Bidder By: Title: CBQ-1

11 CECIL COUNTY, MARYLAND BID NO EXPERIENCE AND EQUIPMENT CERTIFICATION I. General ( a ) Legal Title, Address and Phone Number of Organization ( b ) Maryland Representative s Name, Title and Address ( c ) Corporation Co-Partnership Individual (Check One) II. Name and Title of Corporate Officers authorized to sign Contract Documents, Extra Work orders, Estimates and other pertinent Contract forms. Please be advised that it will be necessary to inform the Cecil County Department of Public Works of any changes in the above authorization. NAME TITLE III. Experience (a) Indicate type of contracting undertaken by your organization and years of experience. General: Sub: Type: Years Years EEC-1

12 CECIL COUNTY, MARYLAND BID NO (b) State experience of principal members of your organization. Experience In What Title Type of Work Capacity (as Pres., Experience (Hwy. Bridges (Foreman Name Mgr., etc) Years Paving, etc.) Supt., etc.) ( c ) Give any special qualifications of firm members (Registered Engineer, Surveyors, etc.) ( d ) List some principal projects completed by your organization. General/Sub (If Sub, What Your Contract Description Type of Work Amount Year EEC-2

13 CECIL COUNTY, MARYLAND BID NO ( e ) Have you ever performed work for the U.S. Government? any County or City Government?. If yes to any of the above, please list references: ( f ) Have you ever failed to complete any work awarded to you? If so, where and why? ( g ) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract?. If so, state name of individual, other organization and reason therefore: ( h ) Has any officer or partner of your organization ever failed to complete a contract handled in his own name?. If so, state name of individual, name of owner and reason therefore: IV. Equipment What equipment do you own, rent, or intend to buy for use on this project without adversely affecting projects now under construction by you? Years Present Date Avail. Quant. Item Descrip., Size, Capacity Cond. Service Location For Project EEC-3

14 CECIL COUNTY, MARYLAND BID NO V. Award of Contract a) If awarded this contract, do you intend to sublet any portion of the work?. If so, state item numbers of description, dollar amount and if known, the name and address of the subcontractor. b) Work presently under contract to, or pending award to your organization. Contract No. Total Cost Amount of Work Amount to be Probable Date or Description of Project Completed Completed of Completion EEC-4

15 CECIL COUNTY, MARYLAND BID NO STATE OF MARYLAND SALES AND USE TAX ADMISSIONS AND AMUSEMENT TAX LAWS AND REGULATIONS ISSUED BY COMPTROLLER OF THE TREASURY SALES AND USE TAX DIVISION Taxation by Other Law ( c ) Sales tax paid in other jurisdiction (1) to the extent that a buyer pays another state a tax on a sale or gross receipts from a sale of tangible personal property or a taxable service that the buyer acquires before the property of service enters this State, the sales and use tax does not apply to use of the property or service in this State. (2) If the tax paid to another State is less than the sales and use tax, the buyer shall pay the difference between the sales and use tax and the amount paid to the other state in accordance with the formula under (b) Nonresident Property The sales and use tax does not apply to use of tangible personal property or a taxable service that: (1) a nonresident (i) acquires before the property or service enter the State; and (ii) uses: 1. for personal enjoyment or use or for a use that the Comptroller specifies by regulation, other than for a business purpose; or 2. does not remain in the State for more than 30 days Depreciation Allowance ( a ) In general - a buyer is allowed a depreciation allowance as an adjustment to taxable price if: (1) Tangible personal property or a taxable service is acquired before the tangible personal property is brought into the State for use in the State or before the taxable service is used in the State; and (2) The use first occurs in another state of federal jurisdiction. SUT-1

16 CECIL COUNTY, MARYLAND BID NO ( b ) Amount allowance - The allowance under subsection ( a ) of this section for each full year that follows the date of purchase is 10% of the taxable price paid to acquire the tangible personal property or taxable service. SUT-2

17 CECIL COUNTY, MARYLAND BID NO PROPOSAL BID NO REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2), AND WOODS ROAD Bidder s Name & Signature for Identification BSI-1

18 CECIL COUNTY, MARYLAND BID NO PROPOSAL Made this day of, 20 by (Company Name) Contact Person: Business Address: Business Phone No. : Business FAX No. : Address: The bidder declares that the only person, firm, or corporation, or persons, firms, or corporations, that has or have any interest in this proposal or in the Contract or Contracts proposed to be taken is or are the undersigned; that this proposal is made without any connection or collusion with any person, firm, or corporation making a proposal for the same work; that the attached specifications have been carefully examined and are understood; that as careful an examination has been made as is necessary to become informed as to the character and extent of the work required; and that it is proposed and agreed, if the proposal is accepted to contract with Cecil County, Maryland, in the form of Contract heretofore attached, to do the required work in the manner set forth in the specifications. The bid price on the attached and signed Proposal Forms is to include and cover the furnishing of all equipment, materials, and labor requisite and proper and the providing of all necessary machinery, tools, apparatus, and means for performing the work, and described, and shown in the plans and specifications within the prescribed time. If this proposal shall be accepted by said County and the undersigned shall refuse or neglect within ten days after receiving the Contract for execution to execute the same, and to give stipulated bond, then said County may at their option determine that the bidder has abandoned the Contract; and thereupon the proposal and the acceptance thereof shall be null and void; and the deposit accompanying the proposal shall be forfeited to and become the property of the County. P-1

19 CECIL COUNTY, MARYLAND BID NO PROPOSAL In the case of firms, the firm s name must be signed and subscribed to by at least one member. In the case of corporations, the corporate name must be signed by some authorized officer or agent thereof, who shall also subscribe his name and office. If practical, the seal of the corporation shall be affixed. I/We identify by number, date and number of pages the following addenda: No. Date No. of Pages The names and addresses of all members of a firm or the names, addresses, and titles of every officer of a corporation, as the case may be, must be given here by the member of the firm or by the officer or agent of the corporation who signs the proposal. TOTAL BID AMOUNT The Bid Form lists all anticipated work tasks, the unit of measure and estimated quantities. The bidders shall insert as indicated a unit price or lump sum price for each listed work task, and multiply that price by the quantity to arrive at an extended total for each work task. All extended prices are then summed to arrive at the Total Bid Amount for the project. The bid will be awarded to the bidder that has the lowest total bid price and is responsive and responsible as defined in the bid/contract documents. P-2

20 CECIL COUNTY, MARYLAND BID NO PROPOSAL PROJECT: OLD ELK NECK ROAD CULVERT REPLACEMENT OVER JONES CREEK DATE: BIDDER: BY: (To be same as in the Proposal Agreement) BUSINESS ADDRESS: TELEPHONE NUMBER: This is to certify that has received Addendum No. through No. and this project reflects changes created by the addenda. PROPOSAL FORM: OLD ELK NECK ROAD CULVERT REPLACEMENT OVER JONES CREEK Item Description Unit Est. Qty. Bid Price Total Price 1. Clearing and Grubbing: LS Lump Sum $ $ 2. Construction Stakeout: LS Lump Sum $ $ 3. Mobilization: LS Lump Sum $ $ 4. Class 1 Excavation: CY 50 $ $ 5. Class 5 Excavation: CY 70 $ $ 6. Select Borrow: CY 100 $ $ 7. Test Pit Excavation: CY 2 $ $ 8. Mix 2 Concrete for Miscellaneous Structures: CY 1 $ $ inch Reinforced Concrete Pipe, Class V: LF 88 $ $ 10. Erosion and Sediment Cleanout Excavation: CY 140 $ $ 11. Class II Riprap for Scour Protection: Ton 60 $ $ P-3

21 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 12. Super Silt Fence: LF 300 $ $ 13. Compost Filter Sock: LF 50 $ $ 14. Maintenance of Stream Flow: LS Lump Sum $ $ 15. HMA Suppav 12.5mm SUR PG Lev 2: Ton 12 $ $ 16. HMA Suppav 19mm BASE PG Lev 2: Ton 25 $ $ Inch Graded Aggregate Base Course: SY 93 $ $ 18. Saw Cutting: LF 45 $ $ 19. Removal of Unsuitable Material and Refill: CY 10 $ $ Inch Yellow Epoxy Pavement Markings: LF 80 $ $ 21. Traffic Barrier W Beam Using 8 foot Post: LF 200 $ $ 22. Type K Traffic Barrier End Treatment, Option 2: EA 4 $ $ 23. W Beam Barrier Reflective Delineators: EA 8 $ $ 24. Placing Furnished Topsoil, 2 Inch Depth: SY 500 $ $ 25. Temporary Seeding: LB 500 $ $ 26. Permanent Seeding: SY 500 $ $ 27. Type A Soil Stabilization Matting: SY 500 $ $ P-4

22 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 28. Temporary Traffic Barrier: LF 40 $ $ 29. Non-Standard B-60 Headwall: CY 20 $ $ 30. Type III Barricades for Maintenance of Traffic: EA 4 $ $ 31. Warning Lights: EA 4 $ $ SUBTOTAL BID AMOUNT OLD ELK NECK ROAD CULVERT: $ P-5

23 CECIL COUNTY, MARYLAND BID NO PROPOSAL PROJECT: JACKSON STATION ROAD CULVERT REPLACEMENT OVER MILL CREEK (NORTH) (PERMIT PENDING) DATE: BIDDER: BY: (To be same as in the Proposal Agreement) BUSINESS ADDRESS: TELEPHONE NUMBER: This is to certify that has received Addendum No. through No. and this project reflects changes created by the addenda. PROPOSAL FORM: JACKSON STATION ROAD CULVERT REPLACEMENT OVER MILL CREEK (NORTH) Item Description Unit Est. Qty. Bid Price Total Price 1. Clearing and Grubbing: LS Lump Sum $ $ 2. Construction Stakeout: LS Lump Sum $ $ 3. Mobilization: LS Lump Sum $ $ 4. Class 1 Excavation: CY 115 $ $ 5. Class 5 Excavation: CY 100 $ $ 6. Select Borrow: CY 25 $ $ 7. Test Pit Excavation: CY 2 $ $ 8. Mix 2 Concrete for Miscellaneous Structures: CY 1 $ $ inch Reinforced Concrete Pipe, Class V: LF 126 $ $ inch x 49 inch Horizontal Elliptical Reinforced Concrete Pipe, Class V: LF 44 $ $ P-6

24 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 11. Erosion and Sediment Cleanout Excavation: CY 315 $ $ 12. Class II Riprap for Scour Protection: Ton 35 $ $ 13. Silt Fence: LF 180 $ $ 14. Super Silt Fence: LF 205 $ $ 15. Compost Filter Sock: LF 63 $ $ 16. Maintenance of Stream Flow: LS Lump Sum $ $ 17. HMA Suppav 12.5mm SUR PG Lev 2: Ton 42 $ $ 18. HMA Suppav 19mm BASE PG Lev 2: Ton 91 $ $ Inch Graded Aggregate Base Course: SY 338 $ $ 20. Saw Cutting: LF 45 $ $ 21. Removal of Unsuitable Material and Refill: CY 10 $ $ Inch Yellow Epoxy Pavement Markings: LF 300 $ $ 23. Traffic Barrier W Beam Using 8 foot Post: LF 315 $ $ 24. Type C Traffic Barrier End Treatment: EA 2 $ $ 25. Type K Traffic Barrier End Treatment, Option 2: EA 2 $ $ 26. W Beam Barrier Reflective Delineators: EA 8 $ $ P-7

25 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 27. Placing Furnished Topsoil, 2 Inch Depth: SY 685 $ $ 28. Temporary Seeding: LB 685 $ $ 29. Permanent Seeding: SY 685 $ $ 30. Type A Soil Stabilization Matting: SY 685 $ $ 31. Temporary Traffic Barrier: LF 45 $ $ 32. Non-Standard B-48 Headwall: CY 14 $ $ 33. Standard Type C Endwall for Horizontal Elliptical 32 inch x 49 inch Concrete Pipe: EA 2 $ $ 34. Type III Barricades for Maintenance of Traffic: EA 4 $ $ 35. Warning Lights: EA 4 $ $ SUBTOTAL BID AMOUNT JACKSON STATION CULVERT (NORTH): $ P-8

26 CECIL COUNTY, MARYLAND BID NO PROPOSAL PROJECT: JACKSON STATION ROAD CULVERT REPLACEMENT OVER AN UNNAMED TRIBUTARY TO MILL CREEK (SOUTH) DATE: BIDDER: BY: (To be same as in the Proposal Agreement) BUSINESS ADDRESS: TELEPHONE NUMBER: This is to certify that has received Addendum No. through No. and this project reflects changes created by the addenda. PROPOSAL FORM: JACKSON STATION ROAD CULVERT REPLACEMENT OVER AN UNNAMED TRIBUTARY TO MILL CREEK (SOUTH) Item Description Unit Est. Qty. Bid Price Total Price 1. Clearing and Grubbing: LS Lump Sum $ $ 2. Construction Stakeout: LS Lump Sum $ $ 3. Mobilization: LS Lump Sum $ $ 4. Class 1 Excavation: CY 90 $ $ 5. Class 5 Excavation: CY 75 $ $ 6. Select Borrow: CY 60 $ $ 7. Test Pit Excavation: CY 2 $ $ 8. Mix 2 Concrete for Miscellaneous Structures: CY 1 $ $ inch Reinforced Concrete Pipe, Class V: LF 86 $ $ 10. Erosion and Sediment Cleanout Excavation: CY 175 $ $ P-9

27 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 11. Class II Riprap for Scour Protection: Ton 61 $ $ 12. Silt Fence: LF 295 $ $ 13. Super Silt Fence: LF 90 $ $ 14. Compost Filter Sock: LF 63 $ $ 15. Maintenance of Stream Flow: LS Lump Sum $ $ 16. HMA Suppav 12.5mm SUR PG Lev 2: Ton 27 $ $ 17. HMA Suppav 19mm BASE PG Lev 2: Ton 58 $ $ Inch Graded Aggregate Base Course: SY 215 $ $ 19. Saw Cutting: LF 42 $ $ 20. Removal of Unsuitable Material and Refill: CY 10 $ $ Inch Yellow Epoxy Pavement Markings: LF 200 $ $ 22. Traffic Barrier W Beam Using 8 foot Post: LF 350 $ $ 23. Type C Traffic Barrier End Treatment: EA 2 $ $ 24. Type K Traffic Barrier End Treatment, Option 2: EA 2 $ $ 25. W Beam Barrier Reflective Delineators: EA 8 $ $ 26. Placing Furnished Topsoil, 2 Inch Depth: SY 650 $ $ P-10

28 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 27. Temporary Seeding: LB 650 $ $ 28. Permanent Seeding: SY 650 $ $ 29. Type A Soil Stabilization Matting: SY 650 $ $ 30. Temporary Traffic Barrier: LF 42 $ $ 31. Non-Standard B-60 Headwall: CY 20 $ $ 32. Type III Barricades for Maintenance of Traffic: EA 4 $ $ 33. Warning Lights: EA 4 $ $ SUBTOTAL BID AMOUNT JACKSON STATION CULVERT (SOUTH): $ P-11

29 CECIL COUNTY, MARYLAND BID NO PROPOSAL PROJECT: WOODS ROAD CULVERT REPLACEMENT OVER LONG BRANCH DATE: BIDDER: BY: (To be same as in the Proposal Agreement) BUSINESS ADDRESS: TELEPHONE NUMBER: This is to certify that has received Addendum No. through No. and this project reflects changes created by the addenda. PROPOSAL FORM: WOODS ROAD CULVERT REPLACEMENT OVER LONG BRANCH Item Description Unit Est. Qty. Bid Price Total Price 1. Clearing and Grubbing: LS Lump Sum $ $ 2. Construction Stakeout: LS Lump Sum $ $ 3. Mobilization: LS Lump Sum $ $ 4. Class 1 Excavation: CY 50 $ $ 5. Class 5 Excavation: CY 80 $ $ 6. Select Borrow: CY 30 $ $ 7. Test Pit Excavation: CY 2 $ $ 8. Mix 2 Concrete for Miscellaneous Structures: CY 1 $ $ inch Reinforced Concrete Pipe, Class V: LF 115 $ $ 10. Erosion and Sediment Cleanout Excavation: CY 140 $ $ P-12

30 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 11. Class II Riprap for Scour Protection: Ton 61 $ $ 12. Silt Fence: LF 205 $ $ 13. Super Silt Fence: LF 100 $ $ 14. Compost Filter Sock: LF 60 $ $ 15. Maintenance of Stream Flow: LS Lump Sum $ $ 16. HMA Suppav 12.5mm SUR PG Lev 2: Ton 11 $ $ 17. HMA Suppav 19mm BASE PG Lev 2: Ton 24 $ $ Inch Graded Aggregate Base Course: SY 88 $ $ 19. Saw Cutting: LF 40 $ $ 20. Removal of Unsuitable Material and Refill: CY 10 $ $ Inch Yellow Epoxy Pavement Markings: LF 90 $ $ 22. Traffic Barrier W Beam Using 8 foot Post: LF 200 $ $ 23. Type K Traffic Barrier End Treatment, Option 2: EA 4 $ $ 24. W Beam Barrier Reflective Delineators: EA 8 $ $ 25. Placing Furnished Topsoil, 2 Inch Depth: SY 445 $ $ 26. Temporary Seeding: LB 445 $ $ 27. Permanent Seeding: SY 445 $ $ P-13

31 CECIL COUNTY, MARYLAND BID NO Item Description Unit Est. Qty. Bid Price Total Price 28. Type A Soil Stabilization Matting: SY 445 $ $ 29. Temporary Traffic Barrier: LF 40 $ $ 30. Non-Standard B-60 Headwall: CY 21 $ $ 31. Type III Barricades for Maintenance of Traffic: EA 4 $ $ 32. Warning Lights: EA 4 $ $ SUBTOTAL BID AMOUNT WOODS ROAD CULVERT: $ P-14

32 CECIL COUNTY, MARYLAND BID NO PROPOSAL PROJECT: REPLACEMENT OF CULVERTS ON OLD ELK NECK ROAD, JACKSON STATION ROAD (2) AND WOODS ROAD DATE: BIDDER: BY: (To be same as in the Proposal Agreement) BUSINESS ADDRESS: TELEPHONE NUMBER: This is to certify that has received Addendum No. through No. and this project reflects changes created by the addenda. PROPOSAL FORM: REPLACMENT OF CULVERTS SUMMARY FORM Item Description Unit Est. Qty. Bid Price Total Price 1. Old Elk Neck Road: LS Lump Sum $ $ 2. Jackson Station Road (North): LS Lump Sum $ $ 3. Jackson Station Road (South): LS Lump Sum $ $ 4. Woods Road: LS Lump Sum $ $ TOTAL BID AMOUNT: $ P-15

33 Bidder Certification CECIL COUNTY, MARYLAND BID NO The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this Contract for the Total Bid Amount above, either with our organization, or with subcontractors. Dated this day of, 201_. State of County of, ss. By: (Title of Person Signing) (Name of Organization) being duly sworn, states he is of (Office) and that the answers to the foregoing questions and all statements therein contained are true and correct. Sworn to before me this day of 201_. Notary Public (My Commission Expires: ) (NOTARY SEAL) BC-1

34 CECIL COUNTY, MARYLAND BID NO GENERAL PROVISIONS GENERAL These General Provisions are a part of the Contract. In case of any conflict with the Special Provisions, the General Provisions shall govern. METHOD OF AWARD ( a ) The County reserves the right to reject any or all bids. ( b ) The Contract shall be awarded or rejected within 90 days from the date of opening bids. ( c ) If the bidder to whom an award is made shall fail to execute the Contract in the specified time, the award may be annulled and the Contract awarded to the second lowest bidder or the County may reject all of the bids as their interest may require. ( d ) Once all contracts and bond requirements are prepared for the contractor s signature and completion, a package will be sent by certified mail and the contractor will have 10 work days from the date of receipt to complete the required paperwork and return for final processing. If the contractor is unable to complete the package within set time limits, the contractor may request in writing a limited one-time extension two (2) workdays prior to completion date. If the extension is provided, the timeframe will be determined by the County. Once all time limits are surpassed and the required paperwork is not completed and returned, the County has the right to award the bid to the next qualified vendor and the original vendor may forfeit the bid bond/certified check, etc., as liquated damages. BASIS OF AWARD The Contract may be awarded to the lowest responsive and responsible bidder whose proposal complies with all the requirements prescribed. In acceptance of bids, the County will be guided by consideration of the interests of the public and the County shall be under no obligation to accept the lowest bid. Proposals may be rejected if they show any omissions, alterations of form, additions not called for, conditional or alternate bids, or irregularities of any kind. To insure fair competition and to permit a determination of the lowest bidder, unresponsive bids or bids obviously unbalanced may be rejected. GP-1

35 CECIL COUNTY, MARYLAND BID NO The County also reserves the right to reject any and/or all bids or to waive any technicalities it deems in the best interest of Cecil County. (A responsible bidder or offeror is one who has the capability in all respects to perform fully the contract requirements, and the experience, integrity, perseverance, reliability, capacity, facilities, equipment, and credit which will assure good faith performance.) A responsive bidder is a vendor who has submitted a bid, which conforms in all material respects to the requirements stated in the proposal. All contracts and/or quantities are contingent on budgeting constraints. All awards are based on Total Bid Amounts. The County reserves the right to add or delete items from the bid package due to budget constraints, which may result in changing the Total Bid Amount. The awarded vendor will be notified of any changes resulting in a bid price change. NOTICE TO PROCEED Contractor shall proceed within ten (10) calendar days after receipt of such notice. Failure to proceed within the ten (10) calendar day period may result in The Board of County Commissioners of Cecil County terminating the Contract Agreement. PROSECUTION OF WORK After the work has once been started, it shall be prosecuted continuously on all acceptable working days without stoppage until the Contractor completes the contract. In case the Contractor neglects or fails to work continuously on all acceptable working days, the Commissioners of Cecil County through the Director of Public Works or the Purchasing Office, may terminate the Contract and use any method that he deems necessary to complete the Contract. FAILURE TO COMPLETE WORK ON TIME Should the Contractor fail to complete fully and to all intents and purposes, the work as specified in the proposal and contract on or before the completion time, the said Contractor shall pay to the County such sum as is specified in the paragraph entitled LIQUIDATED DAMAGES. LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the Contractor and the County, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are Essential Conditions of the Contract; and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the Notice to Proceed. GP-2

36 CECIL COUNTY, MARYLAND BID NO The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the County, that the time for the completion of the work described herein, is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the County, then the Contractor does hereby agree, as a part, consideration for the awarding of this Contract, to pay to the County the damages for such breach of Contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the County because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the County would in such event sustain, and said amount is agreed to be the amount of damages which the County would sustain and said amount be retained from time to time by the County from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the specifications, wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract, additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided that the Contractor shall not be charged with liquidated damages or any excess cost when the County determines that the Contractor is without fault and the Contractor s reasons for the time extension are acceptable to the County; provided further that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: ( a ) To any preference, priority, or allocation order duly issued by the Government; ( b ) To unforeseeable cause beyond the control and without the fault of negligence of the Contractor, including, but not restricted to, acts of God, or of the public enemy, acts of the County, acts of another Contractor in the performance of a contract with the County, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather; and ( c ) To any delays of subcontractors or supplies occasioned by any of the causes specified in subsections (a) and (b) of this article; GP-3

37 CECIL COUNTY, MARYLAND BID NO Provided further, that the Contractor shall, within three (3) days from the beginning of such delay, unless the County shall grant a further period of time prior to the date of final settlement of the Contract, notify the County, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. Provided further, that the amount of liquidated damages shall be $ per work day. CERTIFIED CHECK OR BID BOND ( a ) No bid will be considered unless accompanied by a certified check or an acceptable bid bond of the bidder, payable to the order of the Board of County Commissioners of Cecil County, for five (5) percent of the total bid, which will be forfeited to the Board as liquidated damages in case an award is made and the Contract and Bond are not promptly and properly executed as required within ten (10) days after the award of the Contract. ( b ) The certified check and/or bid bonds of all except the two lowest bidders shall be returned after the Contract is awarded; and the checks of the two lowest bidders shall be returned after the proper execution of the Contract Documents with the low bidder. ( c ) If the low bidder shall fail to execute the Contract Documents as specified, he shall forfeit the bid bond or certified check as liquidated damages and the Contract may be awarded to the second low bidder as specified in the paragraph entitled METHOD OF AWARD. CONTRACT PAYMENT AND CONTRACT PERFORMANCE BOND The Contract Payment and Contract Performance Bond are each to be in an amount equal to one hundred percent of the Contract amount. If the total PRICE BID is less than $25,000.00, the Contract Payment and Performance Bonds will not be required. INSTRUCTIONS TO BIDDERS One original and one copy of the bids shall be submitted in a sealed envelope addressed to: Cecil County Purchasing Office 200 Chesapeake Boulevard, Suite 1400 Elkton, Maryland The Contractor s name and address shall appear in the upper left hand corner of the bid envelope with the job name and contract number appearing in the lower left hand corner of the envelope. Failure to submit a bid in this manner shall be considered cause for rejection of the bid. GP-4

38 CECIL COUNTY, MARYLAND BID NO RESPONSIBILITY FOR COMPLETE PROJECT It is the responsibility of the Contractor to construct the work under this Contract so that it will be completed and finished in every detail. If mention has been omitted in the Contract Documents of any items of work or materials usually furnished or necessary for the completion or proper functioning of the project, it will be included without extra payment. METHOD OF PAYMENT A Purchase Order will be sent to the contractor upon award of the contract. All payments will be remitted within thirty (30) days (net 30) upon receipt of an invoice. Payment/Final payment will be remitted upon acceptance of the completed project and receipt of final invoice. All invoices shall be submitted to: Cecil County Dept. of Public Works Engineering & Construction Division 200 Chesapeake Blvd., Suite 2400 A Elkton, MD Payment will be for the price bid upon; and estimates will be paid monthly at the rate of ninety (90%) of the work actually completed. The final ten per cent (10%) will be paid when approved by the County. All invoices shall be reviewed and approved by a Contractor Representative and the County s Representative before submission. Payment requests are to be completed on Cecil County s Periodic Estimate for Partial Payment form, submitted in triplicate with original signatures. An electronic version is available, by contacting Anna Williams, Engineering & Construction Division, Cecil County Department of Public Works, via awilliams@ccgov.org. The County may elect to retain the entire payment for contracts with a duration of less than 30 days until satisfactory completion of the work. WORKER S COMPENSATION AND EMPLOYER S LIABILITY INSURANCE ( a ) The Contractor shall take out and maintain during the life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of his employees to be engaged in work on the project under the Contract. ( b ) In case any portion of the project is sublet, the Contractor shall require all of the subcontractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of their employees to be engaged in work in the project under the Contract. ( c ) The Contractor and the subcontractor shall not begin work until the Contractor has first filed with the County, satisfactory evidence that insurance of the above nature is in full force and effect (receipt of Certificate of Insurance naming the Cecil County Government as an additional insured). GP-5

39 CECIL COUNTY, MARYLAND BID NO BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE The Contractor shall take out and maintain during the life of the Contract, Bodily Injury Liability and Property Damage Liability Insurance to protect him and any subcontractor performing work covered by the Contract from claims for damages for personal injury, including accidental death, as well as claims for property damage, which may arise from operations under the Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall not be less than amounts shown in the following chart: - General Liability: $2,000,000 Annual Aggregate $1,000,000 Each Occurrence $1,000,000 Products and Completed Operations $1,000,000 Personal Injury and Advertising - Automobile Liability: $1,000,000 Combined Single Limit - Worker s Compensation: -- Statutory - Excess $1,000,000 Each Occurrence - Professional Liability: $1,000,000 (AS REQUIRED) (Upon award of contract, the Contractor shall provide a copy of a Certificate of Insurance with the Cecil County Government named as an Additional Insured to liability coverage on the certificate, for the duration of the contract.) All contractors performing services for the Cecil County Government are required to provide notification of Certificate of Insurance cancellation days prior to cancellation. The Contractor shall provide a "Certificate of Insurance" naming the Cecil County Government as an "Additional Insured" and showing the levels of Worker s Compensation and all Liability Coverage. DAMAGES The Contractor shall be responsible for any and all injuries to persons and damages to property resulting from the performance of the work specified, materials applied and/or equipment used. GP-6

40 CECIL COUNTY, MARYLAND BID NO TEMPORARY SUSPENSION OF THE WORK The County shall have authority to suspend the work wholly or in part for such period or periods as it may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or to perform any or all provisions of the Contract. The Contractor shall immediately comply with the written order of the County to suspend work wholly or in part. In all cases of suspension of construction operations, the work shall not be resumed again until the County gives written permission. ANNULMENT OF CONTRACT Should the Contractor fail to make satisfactory progress, or to comply with orders of the County, or should he neglect or refuse to remove materials, or to perform anew such work as has been rejected as defective and unsuitable, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors or from any other cause shall not carry on the work in an acceptable manner, the County shall have the right to annul its Contract without process or action at law, and to turn over to the surety for completion or, at his option, or in case performance is guaranteed by negotiable securities, to take over the work and complete it, either by day labor or by reletting all or any part of the work. Upon receiving notice to this effect, the Contractor shall vacate possession and give up the said work, or the parts thereof specified in said notice, peaceably to the County. Neither by taking over of the work by the County, nor by the annulment of the Contract shall the County forfeit the right to recover damages from the Contractor or his Surety for failure to complete his Contract. Should the cost of completing the work be in excess of the original Contract price, the Contractor and his Surety shall be held responsible for such excess cost. EXTRA WORK The Contractor shall perform extra work for which there is no provision included in the Contract whenever, to complete fully the work as contemplated, it is deemed necessary or desirable, by written authority of the County, and such extra work shall be performed in accordance with the specifications therefore, or in the best workmanlike manner as directed. This extra work will be paid for at a unit price or lump sum to be agreed upon in writing by the Contractor and the County, or where such a price or sum cannot be agreed upon by both parties, or where this method of payment is impracticable, the County may order the Contractor to do such work on a Force Account basis, as specified hereinafter. The County, before ordering any extra work performed, from time to time shall determine; (1) what extra time, if any, will be allowed for said work, or (2) that the extra work is to be performed concurrently with the work under the Contract and without allowance of any additional time. GP-7

41 CECIL COUNTY, MARYLAND BID NO EXTRA WORK AS A PART OF CONTRACT No order for extra work, nor doing the performance of any extra work at any time or place shall in any manner or extent relieve the Contractor or the Surety of his bond from any of their obligations under the Contract documents; all extra work orders being given and all extra work being performed, under and in accordance with the Contract are to be considered a part of the same and subject to each and every one of the terms and requirements of the Contract documents, and fully covered by the bond furnished by the Contractor. FORCE ACCOUNT WORK All extra work performed on a Force Account basis will be paid for in the following manner: ( a ) For all labor and foremen in direct charge of the specific operation, the Contractor shall receive the rates of wage applicable to this Contract, to be agreed upon in writing before starting such work, for each and every hour that said labor and foremen are actually engaged in such work, to which shall be added an amount equal to fifteen percent (15%) of the sum thereof. ( b ) For all materials used, the Contractor shall receive the actual cost of such materials, including freight charges, as shown by original receipted bills, to which sum shall be added an amount equal to fifteen percent (15%) of the sum thereof. ( c ) For any machine-power tools or equipment, and for any hauling equipment, including fuel and lubricants, which it may be deemed necessary or desirable to use, the County shall allow the Contractor a reasonable rental price, to be agreed upon in writing before such work is begun, for each and every hour that said tools or equipment are in use on such work, and to which sum no percentage shall be added. The compensation as herein provided shall be received by the Contractor as payment in full for extra work performed on a Force Account basis, and shall include supervision, use of tools and equipment for which no rental is allowed, and profit. The Contractor s representatives and the County shall compare records of extra work done on a Force Account basis at the end of each day. Copies of these records shall be made in duplicate, upon the County s Force Account forms provided for this purpose, by the County and signed by both the County and the Contractor s representatives, one copy being forwarded respectively to the County and the Contractor. All claims for extra work performed on a Force Account basis shall be submitted to the County by the Contractor upon certified triplicate statements, which shall also include the value of all material used in such work; and said statement shall be filed not later than the fifteenth (15 th ) day of the month following that in which the work was actually performed and shall include all labor charges, etc., and material charges insofar as they can be verified. GP-8

42 CECIL COUNTY, MARYLAND BID NO Should the Contractor refuse or fail to prosecute the work as directed or to submit his claim as required, then the County may withhold payment of all current estimates until the Contractor s refusal or failure is eliminated, or after giving the Contractor due notice, the County may make payment for said work on the basis of a reasonable estimate of the value of the work performed. On extra work as defined in this paragraph, the Contractor will be reimbursed for his expenditures for Workmen s Compensation Insurance, Public Liability Insurance, Social Security Taxes and Unemployment Compensation covering the men actually engaged upon such extra work. No percentage will be added to such payments, but the Contractor shall be entitled to receive only the actual amount of money expended for such Workmen s Compensation Insurance, Public Liability Insurance, Social Security Taxes, and Unemployment Compensation. Such payments shall be based upon the prevailing standard insurance rates supported by receipted vouchers from the insurance vendors and upon the actual amount of taxes paid for Social Security and Unemployment Compensation as evidenced by proper documents furnished by the Contractor. CLAIMS Should the Contractor believe that it is entitled to any additional compensation or time, over or beyond the compensation or time stipulated in the Contract documents, or for compensation or time over or beyond that allowed or approved by the County for damages, losses, expenses, or delays alleged to have been sustained by it in connection with this Contract, the Contractor shall file a written notice of claim thereof with the County. Unless otherwise specified, such notice shall be given no later than twenty (20) days after the onset of such alleged damages, losses, expenses, or delays. Unless otherwise specified, within thirty (30) days after giving the required notice, but not later than final payment, the Contractor shall file with the County a written, itemized statement of the details and amount of such claim of damage, loss, expenses, or delay. Unless the Contractor timely files its claim and statement, the Contractor s claim for such additional compensation shall be absolutely invalidated; and it shall not be entitled to any compensation on account of such alleged damage, loss, expenses, or delay. The County shall ascertain the facts and shall approve an equitable adjustment to the Contract amount and/or time when, in his judgment, the findings of fact warrant it. The County shall issue a written decision on the claim within thirty (30) days after receipt of the Contractor s itemized statement of the claim unless extended by mutual written agreement. If the County does not issue a decision within thirty (30) days or any extension thereof, the County shall be deemed as having made a final decision denying the claim. The County s decision shall be final and conclusive on the parties, except as provided in Disputes. GP-9

43 CECIL COUNTY, MARYLAND BID NO DISPUTES If the Contractor disagrees with the County s final decision on a claim for an equitable adjustment in the Contract amount, time, or any other decision of the Engineer specified subject to the Disputes process, the Contractor s sole recourse shall be to file suit within thirty (30) days after the date of issuance of the decision. In the event the County fails to issue a timely decision on a claim, the Contractor s suit must be filed within thirty (30) days after the date the claim is deemed as having been denied under Claims. If the Contractor does not file suit within the thirty (30) day period, the Contractor shall be deemed to have waived the right to file suit and the County s final decision shall be binding and conclusive on the Contractor. In the event of a disagreement/dispute, the County will not entertain repetitive arguments or claims. The County and Contractor agree that all suits arising out of disputes under the Contract shall be filed exclusively in either the District Court for the Third Judicial Circuit of Maryland, or the Circuit Court for Cecil County. EXAMINATION OF SITE AND DATA Before submitting proposals, prospective bidder should carefully examine the Proposed Contract Documents, inspect the site of the proposed project, acquaint themselves with all governing laws, ordinances, etc., and otherwise thoroughly familiarize themselves with all matters which may affect the performance of the work. The act of submitting a proposal shall be considered as meaning that the bidder has so familiarized himself and, therefore, no concession will be granted by the County because of any claim of misunderstanding or lack of information. Bidders are expected to read and study the drawings and specifications with special care and to observe all their requirements. Discrepancies, ambiguities, errors or omissions noted by bidders should be reported promptly to the County for correction or interpretation before the date of the opening of bids. APPROXIMATE QUANTITIES The Bidder s attention is called to the fact that the quantities given are estimated quantities and are intended as a guide to the bidder, but in no way bind or limit the County to the actual amount of work to be performed or the quantity of material to be furnished. Any estimates of quantities herein furnished by the County are approximations only, and have been used by the County as a basis for estimating the cost of the work and will also be used for the purpose of tabulating and comparing the bids and awarding the Contract. The County has endeavored to estimate these quantities correctly according to his knowledge and the information as shown on the plans; but it is not guaranteed that these estimated quantities are accurate and if the Contractor, is developing and/or submitting his bid or bids relies upon the accuracy of said estimated quantities, he does so at his own risk. GP-10

44 CECIL COUNTY, MARYLAND BID NO ALTERATIONS The County reserves the right to change the alignment, grade, form, length, dimensions, or materials of the work under the Contract whenever any conditions or obstructions are met that render such changes desirable or necessary. In the event, such alterations make the work less expensive to the Contractor, a proper deduction shall be made from the Contract prices and the Contractor shall have no claim on this account for damages or for anticipated profits on the work that may be dispensed with. In the event, such alterations make the work more expensive, a proper addition shall be made to the Contract prices. Any such deduction or addition shall be determined by the County, who shall remain the final authority in such determination. PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions of this Contract or in exercising any power of authority granted to him thereby, there shall be no personal liability upon the County or his authorized agent being understood that in such matters he acts as the agent or representative of the County. SUBLETTING OF CONTRACT The Contractor shall not sublet, sell or assign all or any portion of the Contract, or the work provided therein, without the consent of the County. Subletting or assigning more than fifty percent (50%) of the dollar value of the Contract work shall not be permitted. Where subcontractors are used, contractor shall submit all insurance information for all subcontractors. INSPECTION The County may appoint such persons as he may deem necessary to properly inspect the materials furnished or to be furnished, and the work performed under this Contract, and to see that the same strictly corresponds with the drawings and specifications; such materials and workmanship shall be always subject to the approval of the County, but no inspection, approval or acceptance of any part of the work herein contracted for, or of the materials used therein or any payment on account thereof, shall prevent the rejection of said work or materials found to be defective, or not, in accordance with the requirements of the Contract. Work and materials will be inspected promptly, but if for any reason delay should occur, the Contractor shall have thereby no claim for damages or extra compensation. The Contractor shall provide testing as required by this Contract. Inspectors are available from 7:30 AM 3:00 PM. GP-11

45 TIME OF COMPLETION DATE CECIL COUNTY, MARYLAND BID NO ( a ) The completion time for this Contract shall be a maximum of 120 calendar days and shall begin on the actual start date of the Project as per Notice to Proceed. ( b ) If the work is delayed through no fault of the Contractor, the time of completion shall be extended as determined by the County. ( c ) Should work not be completed by 120 calendar days the Contractor shall be assessed $ per work day Liquidated Damage Cost for each day thereafter until project is completed and accepted by the Owner. ( d ) The time frame applies to the estimated quantity of services under this bid. Should the number of services increase by more than 10%, the time frame will be increased proportionately. SANITARY FACILITIES The Contractor shall provide portable sanitary facilities, maintain same during the length of the project and remove same when project is done. SITE CLEAN UP AND RESTORATION ( a ) The Contractor shall keep all trash, garbage, spent material containers, etc., picked up on a daily basis. ( b ) The Contractor shall restore the site to a condition equal to that in which it was found. ( c ) Should daily site cleaning and final restoration not be performed, the Owner shall have such done with the costs of same being charged to the Contractor. WARRANTY The contractor shall warrant all work for one (1) year or the standard warranty of the manufacturer, whichever is longer. Failure to correct warranty issues promptly and to the satisfaction of the Department on this or other contracts may result in finding the Contractor non-responsive for future contracts/bids. All required Bonds shall remain active to cover the agreed warranty period. Any issue discovered and documented during the warranty period shall require the existing bonds to remain active beyond the agreed warranty period until the issues are resolved and agreed upon by all parties. All releases of contract bonds shall be in writing from Cecil County Government or a release of bond document signed by a Cecil County Government authorized representative. GP-12

46 CECIL COUNTY, MARYLAND BID NO SPECIAL PROVISIONS GENERAL: 1. All work must be completed according to applicable local, state, and federal laws, guidelines, regulations, specifications, etc., to include the following: -Cecil County Department of Public Works (CCDPW) Code and Standard Specifications, including all revisions and attachments to the Contract. - Maryland Department of Transportation, State Highway Administration, Standard Specifications for Construction and Materials, dated July 2008, including all revisions. All references to State of Maryland, State, S.H.A., and Administration in the Maryland State Highway Specifications and this Invitation for Bids shall mean Cecil County Government. All references to Engineer in the Maryland State Highway Specifications and this Invitation for Bids shall mean the Cecil County Engineer or his authorized representative. - Standard MD Details referred to on the Plans shall be those of the current State Highway Administration Book of Standards for Highway and Incidental Structure. 2. All bid packages will include proof of certification or license to perform the prescribed type of project within the State of Maryland (if applicable). 3. These Special Provisions are a part of the contract. In cases of any conflict with the General Provisions, the General Provisions shall govern. 4. A mandatory Pre-Bidding Information Conference for the purpose of answering questions of parties interested in construction the work will be conducted in the Elk Conference Room, County Administrative Building, 200 Chesapeake Blvd., Elkton, Maryland at 9:00 AM on May 4, Failure to attend the pre-bid information conference shall result in consideration of the vendor s bid proposal as non-responsive. The Bid Opening will be held at 1:30 PM on May 12, 2000 in the Perryville Conference Room, County Administrative Building, 200 Chesapeake Blvd., Elkton, MD SP-1

47 CECIL COUNTY, MARYLAND BID NO SCOPE OF WORK: Project Location: The project locations are as follows: Old Elk Neck Road - The project is located on Old Elk Neck Road over Jones Creek and is approximately one quarter (1/4) of a mile north of the intersection of Old Elk Neck Road with McKinneytown Road. Jackson Station Road (North) The project is located on Jackson Station Road over an Unnamed Tributary to Mill Creek and is approximately one quarter (1/4) of a mile east of the intersection of Jackson Station Road with Blythedale Road. Jackson Station Road (South) - The project is located on Jackson Station Road over an Unnamed Tributary to Mill Creek and is approximately one mile north of the intersection of Jackson Station Road with Route 40 (Pulaski Highway). Woods Road - The project is located on Woods Road over Long Branch and is approximately one half (1/2) of a mile east of the intersection of Woods Road with Knights Corner Road. PROJECT ADDRESS: Project Description: Old Elk Neck Road - The project is the replacement of the Culvert on Old Elk Neck Road over Jones Creek. The work includes, but is not limited to removal of the existing corrugated metal pipe arches, installation of two (2) 60 reinforced concrete pipes, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. Jackson Station Road (North) - The project is the replacement of the culvert on Jackson Station Road over an Mill Creek. The work includes, but is not limited to removal of the existing reinforced concrete pipes, installation of two (2) 60 reinforced concrete pipes and one (1) 49 x 32 elliptical reinforced concrete pipe, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. Jackson Station Road (South) - The project is the replacement of the culvert on Jackson Station Road over an Unnamed Tributary to Mill Creek. The work includes, but is not limited to removal of the existing corrugated metal pipes, installation of two (2) 60 reinforced concrete pipes, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. SP-2

48 CECIL COUNTY, MARYLAND BID NO Woods Road - The project is the replacement of the culvert on Woods Road over Long Branch. The work includes, but is not limited to removal of the existing corrugated metal pipes, installation of two (2) 60 reinforced concrete pipes, construction of headwalls, associated erosion and sedimentation control, and approach roadway work to reconstruct the approaches to provide a smooth transition to the culvert. ENVIRONMENTAL PERMITS Erosion and Sediment Control approval is required for this project. Cecil County Soil Conservation District approved plans are a part of the Contract Documents. Stormwater Management approval is not required for this project. Cecil County Department of Public Works approved plans are a part of the Contract Documents. A Non-Tidal Wetland / Waterway Construction Permit is required for this project. Maryland Department of the Environment approved plans and Letter of Authorization are a part of the Contract Documents. There is an in-stream restriction for this project. The in-stream restrictions for this project are from March 1 through June 15 for all four culvert locations. All modifications of these approvals and/or permits shall be obtained and paid for by the Contractor. The joint waterways permit for Jackson Station North is pending and construction at this location will depend on receipt of the permit. CONTRACTOR S RESPONSIBILITY A. It shall be the Contractor s responsibility to schedule and coordinate all work to be performed under this Contract to insure continuous and smooth operations of the work and completion within the times specified in the proposal. B. The Scope of Work is intended to cover the complete project. It shall be distinctly understood that failure to mention any work, which would normally be required to complete the project shall not relieve the Contractor of his responsibility to perform such work. C. The contractor shall supply all labor, materials, equipment, insurance, permits, etc. necessary to perform the mentioned work. At the completion of the project, the contractor is responsible for the removal and proper disposal of all debris, etc. associated with their work on the project. D. It is the Contractor s responsibility to perform all work in a professional manner and maintain high quality. The construction and shop drawings SP-3

49 CECIL COUNTY, MARYLAND BID NO shall be clear and concise, approved by the Cecil County Department of Public Works, Engineering and Construction Division, and certified by a registered professional engineer in the state of Maryland. E. It shall be the Contractor s responsibility to obtain all necessary building permits through Cecil County Department of Permits and Inspections, and to follow all requirements of the permits. F. The contractor shall coordinate with adjacent property owners to minimize inconvenience. SCHEDULE OF OPERATIONS AND PERSONNEL Before commencement of any work on this project, the Contractor shall submit and obtain the County s approval of a Schedule of Operation and a Resume of the Project Manager for this contract, (Personnel information shall be submitted with bid package). The Schedule of Operation shall include the methods of operation and construction sequences and shall provide for the completion of the project within the time specified in the Proposal. It shall make reasonable accommodation for weather delays and shall reflect County-observed holidays. SAFETY: Before commencement of any work on this project, the Contractor shall submit and obtain the County s approval of an established Company Safety Program. Work performed shall be consistent with the following guidelines and references and in compliance with all applicable local, state, and federal regulations and standards including, but not limited to, those listed below. In the case that these requirements are conflicting, the one which offers the greatest protection shall be followed. A. Occupational Safety and Health Administration (OSHA) Construction Industry Standards, 29 CFR1926, and General Industry Standards, 29 CFR B. National Fire Protection Association (NFPA), 327 At a minimum, all workers employed by the contractor or any subcontractors shall wear and/or use the following: Standard work clothes (long pants, shirts with sleeves) Hard Hat High visibility safety shirt, vest, or jacket Steel toe work boots Leather work gloves (as work tasks dictate) Safety glasses with affixed side shields (as work tasks dictate) Hearing protection (as work tasks dictate) SP-4

50 CECIL COUNTY, MARYLAND BID NO Hazards associated with the work shall be evaluated by the contractor and appropriate measures taken to ensure the safety of contractor employees, County personnel, and the public. TRAFFIC CONTROL: Contractor shall provide all necessary traffic control devices and personnel to protect construction personnel and traveling public to the satisfaction of the Department of Public Works and in accordance with MOSH/OSHA Standards and the Manual of Uniform Traffic Control Devices, 2003 Edition and all revisions. SP-5

51 CECIL COUNTY, MARYLAND BID NO Cecil County Government 200 Chesapeake Boulevard Elkton, MD Indemnity/Hold Harmless Agreement To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County Government, its elected and appointed officials, employees, and volunteers, and others working on behalf of Cecil County Government, harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time therefrom) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident to Bid No : Replacement of Culverts on Old Elk Neck Road, Jackson Station Road (2), and Woods Road, except that the Organization shall not be responsible to Cecil County Government on indemnity for damages caused by or resulting from Cecil County Government's sole negligence; and the Organization shall, at it own cost and expense, defend any such claims and any suit, action, or proceeding which may be recovered in any suit, action, or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein. Name of Organization: Authorized Signature: Address of Organization: Phone: Date: Return this letter with Bid Package HHA-1

52 CECIL COUNTY, MARYLAND BID NO CONTRACTOR BID CHECKLIST The following is a checklist to assist the contractor in verifying all required information is provided at the Bid Opening. It remains the contractor s responsibility to ensure all information is complete and attached, including information, which may not be listed on this checklist. Any information missing at the time of the bid opening may result in rejection of the bid proposal. No proposals will be accepted after the designated bid opening time. 1) Completion of Certification of Bidder s Qualifications (CBQ-1) and attached applicable copies of required license. 2) Completion of pages EEC-1 thru EEC-4. 3) Bidder s name and signature page BSI-1. 4) Completion of pages P-1 thru P-15 5) Bidder s Certification Page BC-1 6) Bid bonds, Payment bonds, and Performance bonds if applicable. 7) Bid package labeled properly for identification. 8) Indemnity/Hold Harmless Agreement must be signed and provided at bid opening. 9) Evidence of applicability as Local Bidder if applicable. 10) Bidder s Design/Build specification drawings/engineered drawings if applicable. 11) W/MBE documentation and certifications when applicable. CKL-1

53 SPECIAL PROVISIONS CONTRACT NO Coordination 1 of 1 CATEGORY 100 PRELIMINARY SECTION 104 MAINTENANCE OF TRAFFIC ADD: Detour signage will be placed by the County the contractor will notify the County at least 14 days prior to the start of work at each location and again 48 hours before road closure. ADD: The contractor shall make every effort to minimize traffic impacts and keep road closures to a minimum, the contractor will reflect the estimated duration of the closure at each location in the project schedule submitted prior to the preconstruction meeting. ADD: The contractor may simultaneously work at multiple locations. However road closures will only be allowed while active work is being pursued. To provide access to local residents the culverts on Jackson Station Road may not be constructed at the same time. TS

54 SPECIAL PROVISIONS CONTRACT NO TRAFFIC CONTROL PLAN CATEGORY 100 PRELIMINARY SECTION 104 MAINTENANCE OF TRAFFIC TRAFFIC CONTROL PLAN (TCP) DESCRIPTION 149 DELETE: The fourth paragraph sentence Refer to contract Documents for Work Restrictions. in its entirety. INSERT: Work Restrictions. The Engineer reserves the right to modify or expand the methods of traffic control or working hours as specified in the Contract Documents. Any request from the Contractor to modify the work restrictions shall require written approval from the Engineer at least 72 hours prior to implementing the change. The Contractor shall submit a copy of the original work restrictions with the written request. Work is not permitted on Saturdays or Sundays, without prior written approval. Work is not permitted on the holidays indicated with an X : X New Years Day, January 1 X Martin Luther King s Birthday, the third Monday in January X Presidents Day, the third Monday in February X Easter Weekend X Memorial Day, the last Monday in May X Independence Day, July 4 X Labor Day, the first Monday in September X Columbus Day, the second Monday in October X Veterans Day, November 11 X Thanksgiving Day, the fourth Thursday in November X Friday after Thanksgiving Day X Christmas Day, December 25 TS

55 SPECIAL PROVISIONS CONTRACT NO BORROW EXCAVATION CATEGORY 200 GRADING SECTION 203 BORROW EXCAVATION Notice to Contractor Borrow Pits. 225 ADD: After the first paragraph. This project is located in Cecil County. The following conditions applicable to the county or city shall be complied with and documented. DISTRICT 1 Dorchester (DO) County Site plan approved by Soil Conservation District. Grading permit from County Highway Department (except City of Cambridge). Planning and Zoning approval for use. Critical Areas approval (if applicable). Inspection by County. Somerset (SO) County Site plan approved by Soil Conservation District. Grading Permit from the County. Land Use permit. Critical Areas approval by Planning and Zoning (if applicable). Inspection by SHA. Wicomico (WI) County Site plan approved by Soil Conservation District. Certificate of compliance with Planning and Zoning if located in Critical Area. Inspection by SHA. Worcester (WO) County Site plan approved by Soil Conservation District. Critical areas approved by Planning and Zoning (if applicable). Inspection by SHA. DISTRICT 2 Caroline (CO), Cecil (CE), Queen Anne's (QA) and Talbot (TA) Counties Site plan approved by Soil Conservation District. Planning and Zoning approval. Critical Areas approval (if applicable). Inspection by SHA. Kent (KE) County Site plan approved by Soil Conservation District. Grading permit. Planning and Zoning approval. Critical Areas approval (if applicable). Inspection by SHA. TS

56 SPECIAL PROVISIONS CONTRACT NO BORROW EXCAVATION DISTRICT 3 Montgomery (MO) County Sediment control permit and plan approval by County Department of Environmental Protection, Division of Water Resources Management, Storm Water Management Section/Sediment Control. Approval by Maryland National Capital Park and Planning Commission (if applicable). Inspection by County. Prince Georges (PG) County Site Plan approved by Soil Conservation District. County Grading Permit. Tree conservation plan approval by Maryland National Capital Park and Planning Commission (if applicable). Critical Areas approval (if applicable). Payment of all pertinent county fees and/or securing of county required bonding. Inspection by SHA with oversight by County. DISTRICT 4 Baltimore (BA) County Site Plan approved by the Department of Environmental Protection and the Soil Conservation District. County Grading Permit. Critical Areas approval by the Department of Environmental Protection and Resource Management (if applicable). Inspection by County. Harford (HA) County Site Plan approved by Soil Conservation District. County Grading Permit. Critical Areas approval (if applicable). Inspection by County. DISTRICT 5 Anne Arundel (AA) County Site Plan approved by Soil Conservation District. Planning and zoning approval - special exception required. Grading plan issued by the County Department of Inspections and Permits. Critical Areas approval (if applicable). Inspection by County and SHA. Calvert (CA) County Site Plan approved by Soil Conservation District. Grading plan issued by the County after a mining permit or exemption is issued. Critical Areas approval (if applicable). Inspection by SHA. TS

57 SPECIAL PROVISIONS CONTRACT NO BORROW EXCAVATION Charles (CH) County Site Plan approved by Soil Conservation District. Special exception granted by the County. Critical Areas approval (if applicable). Inspection by SHA. St. Marys (SM) County Site Plan approved by Soil Conservation District. County Grading Permit. Critical Areas approval (if applicable). Inspection by SHA. DISTRICT 6 Allegany (AL) County Site plan approved by Soil Conservation District. Informational copy of plans to County Planning and Zoning Commission. Inspection by SHA. Garrett (GA) and Washington (WA) Counties Site plan approval by Soil Conservation District. Inspection by SHA. DISTRICT 7 Carroll (CL) County Site plan approved by County Planning Commission. Sediment control plan approval by Soil Conservation District. County Grading Permit. Inspection by County. Frederick (FR) County Site plan approved by Soil Conservation District. County Grading Permit. Inspection by SHA. Howard (HO) County Site Plan approved by Soil Conservation District. County Grading Permit. Inspection by County. BALTIMORE CITY (BC) Site plan approved Baltimore City Department of Public Works (BCDPW). Inspection by BCDPW. STATE AND FEDERAL PROPERTY Borrow pits located on state and federal property are subject to Maryland Department of the Environment approval. Inspection by SHA. TS

58 SPECIAL PROVISIONS CONTRACT NO CHANNEL OR STREAM CHANGE EXCAVATION (CLASS 5) CATEGORY 200 GRADING SECTION 202 CHANNEL OR STREAM CHANGE EXCAVATION (CLASS 5) DESCRIPTION. 223 DELETE: DESCRIPTION in its entirety. INSERT: The following DESCRIPTION. Excavate for changes in channels or streams when specified. This work shall consist of removal, storage and replacement of natural streambed material in accordance with the construction plans. All suitable stream bed material shall be retained and used for stream restoration and pipe installation in accordance with the construction plans. All unsuitable and excess material shall be disposed of as directed CONSTRUCTION 224 ADD: The following after Section 201. Stream excavation limits shall be in accordance with the construction plans. Proposed pipes shall be backfilled with natural stream bed material as shown on the construction plan and construction details. The stream edge shall be excavated, adjusted and restored to convey positive flow into the culvert as shown on the construction plan MEASUREMENT AND PAYMENT 224 DELETE: in its entirety. INSERT: The following MEASUREMENT AND PAYMENT. Class 5 Excavation will be measured and paid for at the Contract unit price per cubic yard. The payment will be full compensation for all excavation, storage, and hauling, formation and compaction of embankments and backfill, backfilling old stream beds, backfilling of pipes, or otherwise disposing of excess and unsuitable materials, and for all material, labor, equipment, tools, and incidentals necessary to complete the work. Material will be measured in its original position and the volume computed by the Method of Average End Area. The cross sectional area measured will not include liquids. Measurement for Class 5 Excavation excludes any material removed outside the limits of payment as specified in the Contract Documents. TS

59 SPECIAL PROVISIONS CONTRACT NO PIPE CULVERTS 1 of 1 CATEGORY 300 DRAINAGE SECTION 303 PIPE CULVERTS 228 DELETE: DESCRIPTION in its entirety. INSERT: The following DESCRIPTION. This work shall consist of placing the size and type of pipe on a firm bed to the specified line and grade; including all pipe connections to existing pipes, inlets, end walls, or manholes; and cleaning the existing pipes as specified in the Contract Documents or as directed by the Engineer CONSTRUCTION Joints. 229 DELETE: Metal Pipe in its entirety. INSERT: The following. Metal Pipe. Joints shall be butted and sealed with rubber gaskets and the sections joined with approved coupling bands conforming to DELETE: Pipe Connections in its entirety. INSERT: The following Pipe Connections. Pipe connections may be either prefabricated or constructed in the field. A field pipe connection shall include cutting a hole in one pipe, inserting and trimming the connecting pipe, and placing a concrete collar using Concrete Mix No. 2 at the connection. In the case of corrugated pipes, a welded connection may be substituted for the concrete collar. The weld shall be coated with a zinc-rich paint coating in conformance with M 36. Refer to for pipe connections to drainage structures MEASUREMENT AND PAYMENT. 230 DELETE: in its entirety. INSERT: The following Pipe Connections and Elbows will be measured and paid for at the Contract unit price per each. No deduction from the pipe measurement will be made for pipe connections. Connections to drainage structures containing prefabricated holes in which the pipe will be connected with grout or mortar will not be measured, but the cost will be incidental to the pertinent Pipe item. TS

60 SPECIAL PROVISIONS CONTRACT NO COMPOST FILTER SOCK CATEGORY 300 DRAINAGE COMPOST FILTER SOCK DESCRIPTION. This item shall consist of furnishing, installing, and removing the compost filter sock used to prevent runoff from the stockpile on construction sites. MATERIALS. Compost Filter Sock shall be made of woven polypropylene geotextile with a nominal diameter of 9.5 inches. The fill materials shall meet the following minimum requirements with properties determined in accordance with the following procedures: Washed Shredded Rubber(metal removed) MTR AASHTO specified hardwood chips (0.5 to 0.75 in size) CONSTRUCTION. Compost Filter Socks are temporary and shall be located as shown on the plans or as directed by the Engineer. Compost Filter Socks can be placed at the top, on the face, or at the toe of slopes to intercept runoff, reduce flow velocity, releasing the runoff as sheet flow, and provide reduction/removal of suspended solids from the runoff. Compost Filter Socks shall be installed along the ground contour, at the toe of slopes, at an angle to the contour to direct flow as a diversion berm, around inlet structures, in a ditch as a check dam to help reduce suspended solids loading and retain sediment, or as a general filter for any disturbed soil area. No trenching is required for installation. Rake bed area with a hand rake or by drag harrow. All surfaces shall be uniformly and well-compacted for maximum seating and stability of the Socks in place. Do not place Sock directly over rills and gullies until area has been hand excavated and raked to provide a level bedding surface in order for the Socks to seat uniformly with no bridging effects that would allow flow to bypass under the bag. For locations where Socks will be placed in concentrated flows (such as check dams, inlet protection) and for perimeter controls at primary discharge locations, bed the Socks in a jute mesh (or FlocMatTM) cradle. If more than one Compost Filter Sock is placed in a row, install the Socks by firmly butting the sewn end against tied end of the Socks together to form a butt joint. No wraps are required around the joint locations. Socks shall be installed where the handles will be positioned at the very top of the bag. Place anchoring posts for check dam applications behind (downstream of) the Socks. TS

61 SPECIAL PROVISIONS CONTRACT NO COMPOST FILTER SOCK Posts should be metal t-posts with a minimum weight of 1.25 lbs/ft steel 5 to 7 ft. lengths rolled from high carbon steel. Post should be hot dipped galvanized or coated with a weather-resistant paint. Post should have a metal anchor plate. Do not drive the post through the Compost Filter Socks. Install the Socks by bedding them in a jute cradle and placing them in contact with (e.g., butted against) the anchoring post. In areas where staking is not possible, heavy concrete blocks shall be used behind the Sock to stabilize. T-post are to be embedded a minimum of 2 ft on most moderately sloped applications. Embed posts a minimum of 3 ft. into ground on slopes greater than 25%. MEASUREMENT AND PAYMENT. Compost Filter Socks will be measured and paid for at the Contract unit price linear foot. This price shall be full compensation for all materials, labor, equipment, stakes, or heavy concrete blocks; and incidental necessary to furnish, install, maintain, replace full of ruptured socks, and dispose of this item.. TS

62 SPECIAL PROVISIONS CONTRACT NO MISCELLANEOUS STRUCTURES CATEGORY 300 DRAINAGE SECTION 305 MISCELLANEOUS STRUCTURES DESCRIPTION. DELETE: DESCRIPTION in its entirety. INSERT: The following DESCRIPTION. Construct miscellaneous cast-in-place concrete or masonry structures, install precast concrete structures, and clean existing inlets. This work shall consist of forming, constructing, and installating non-standard concrete headwalls in accordance with the construction details MEASUREMENT AND PAYMENT. DELETE: in its entirety. INSERT: The following Non-standard headwalls constructed will be measured and paid for at the Contract unit price per each. TS

63 SPECIAL PROVISIONS 504 HOT MIX ASPHALT PAVEMENT CONTRACT NO. ContNum CATEGORY 500 PAVING SECTION 504 HOT MIX ASPHALT PAVEMENT MEASUREMENT AND PAYMENT. 479 DELETE: Payment Adjustments for Pavement Density and Hot Mix Asphalt Mixture in its entirety. INSERT: The following Payment Adjustments for Pavement Density and Hot Mix Asphalt Mixture. No price adjustments will be made for the project. TS

64 SPECIAL PROVISIONS INSERT CONTRACT NO HOT MIX ASPHALT PAVEMENT 1 of 1 CATEGORY 500 PAVING SECTION 504 HOT MIX ASPHALT PAVEMENT MEASUREMENT AND PAYMENT. 478 DELETE: Price Adjustment for Asphalt Binder in its entirety. INSERT: The following Price Adjustment for Asphalt Binder. No price adjustments will be made for the project. TS

65 SPECIAL PROVISIONS CONTRACT NO PAVEMENT MARKING EPOXY CATEGORY 500 PAVING SECTION 552 EPOXY PAVEMENT MARKING DESCRIPTION. This work shall consist of furnishing and applying lead-free two component epoxy white or yellow pavement markings with large and standard glass beads. The locations and patterns shall be as specified in the Contract Documents or as directed by the Engineer MATERIALS. Lead Free Two Component Epoxy Pavement Marking Materials Epoxy is a durable pavement marking material CONSTRUCTION Quality Assurance/Quality Control. Refer to Section Application. The location, width, and type of marking, shall be as specified in the Contract Documents or as directed by the Engineer. Placing pavement marking material over longitudinal joints is prohibited; they shall be offset 2 in. or as directed by the Engineer. Epoxy pavement markings shall conform to the following: (a) Temperature. The markings shall be applied when the epoxy, ambient, and surface temperatures, and the relative humidity conform to the manufacturer s recommendations. (b) Thickness. The epoxy pavement marking material shall be applied at a thickness of 20 ± 1 mils. (c) Glass Beads. The Contractor shall apply a double-drop of large and standard glass beads uniformly across the surface of the stripe, at the rate of 11 to 13 lb/gal with a maximum total application of 25 lb/gal. The bead guns shall be calibrated in conformance with MSMT 729. (d) Color. The color of the dry markings shall match Federal Standard 595 ( yellow or white). The Contractor shall make available the specified color chips for the Engineer s use to visually determine that the epoxy material matches the specified color. (e) Retroreflectance. The minimum retroreflectance shall be 200 millicandelas/lux/square meter for yellow and 275 millicandelas/lux/square meter for white as determined in conformance with TS

66 SPECIAL PROVISIONS CONTRACT NO PAVEMENT MARKING EPOXY Application Equipment. The equipment used for application of the epoxy shall be approved by the Engineer prior to start of work, and shall be capable of applying material that has been approved by the Administration. The Contractor shall provide access to the application equipment for inspection by the Engineer. The gun carriage on the left side of the striping truck shall have three epoxy and bead guns. The gun carriage on the right side of the truck shall have two epoxy and bead guns. All 10 in. lines shall be applied using two epoxy and bead guns. Raising the gun carriage in order to stripe these lines with one epoxy gun and one bead gun is prohibited. The footage counters used to measure pavement markings shall be calibrated and a notarized certification shall be submitted to the Engineer prior to application as part of the Quality Control Plan. Temperature gauges shall be calibrated every six months and a copy of the calibration certification shall be submitted to the Engineer, as part of the Quality Control Plan. The applicator shall apply the surface dressing beads to the epoxy marking by means of a pressurized bead dispenser or other mechanical conveying method not dependent upon gravity for uniform application. The bead dispenser shall be equipped with an automatic cutoff system that will stop the flow of the epoxy material whenever there is a disruption in the application of the beads so that all markings placed shall be covered with a uniform layer of surface dressing beads. Application equipment shall be capable of applying the markings at multiple width settings ranging from 4 to 12 in. as specified in the Contract Documents. The applicator shall provide a method for cleanly cutting off stripe ends and shall be capable of applying all longitudinal pavement markings. The equipment shall be mobile and maneuverable to the extent that straight lines can be followed and all standard curves can be made in true arcs. All parts of the equipment shall be thoroughly cleaned of foreign material or different colored material prior to the introduction of a new batch of material. Testing performed by the Administration will provide the basis for final acceptance MEASUREMENT AND PAYMENT. Epoxy Pavement Marking will be measured and paid for at the Contract unit price per linear foot for the color and width specified. The payment will be full compensation for all pavement preparation, furnishing and placing of markings, testing, and for all material, labor, equipment, tools, and incidentals necessary to complete the work. TS

67 SPECIAL PROVISIONS INSERT CONTRACT NO SOIL STABILIZATION MATTING CATEGORY 700 LANDSCAPING SECTION 709 SOIL STABILIZATION MATTING CONSTRUCTION Soil Preparation and Seeding. 583 DELETE: (a) Type A and B. INSERT: The following. (a) Type A, B and E. ADD: The following after Install SSM thru.05. For Type A and Type B SSM, firm the soil with a roller as specified in after seeding Overlapping. ADD: The following after Overlap SSM.. or tenting. Avoid installation of longitudinal overlaps in channel bottoms Keying-in. (a) Trenching. 584 DELETE: Table AREAS OF MATTING TO KEYING-IN. INSERT: The following. AREAS OF MATTING TO KEYING-IN MATTING AREA OF MATTING TYPE A, B Upper most or leading-edge. A, B Edges adjacent to catch basins and structures. B Lowermost or toe-edge. B Folds of matting perpendicular to water flow every ft. C, D All edges C Folds of matting perpendicular to water flow every ft. TS-15

68 SPECIAL PROVISIONS INSERT CONTRACT NO SOIL STABILIZATION MATTING Fastening. (a) Fastener Selection. 584 DELETE: Table FASTENER SELECTION. INSERT: The following. MATTING TYPE A and E B, C, D FASTENER SELECTION APPROVED FASTENERS FASTENER SHAPE 6 in. Length 8 in. Length 12 in. Length 18 in. Length U-Shaped Staple X X Circle-Top Pin X X Round Head Pin X X T-Head Pin X Wood Peg X U-Shaped Staple X X Fabric Pin X X Fastening. (b) Placement of Fasteners. DELETE: Table FASTENER PLACEMENT. INSERT: The following. MATTING TYPE FASTENER PLACEMENT AREA OF MATTING MAXIMUM DISTANCE BETWEEN FASTENERS In. A, B, C, D Uppermost or Leading-Edge of Matting 6 A, B, C, D, E Overlapping Edges of Matting 18 A, B, C, D Center of channel/ditch 18 A, B, C, D Lowermost or Toe-Edge of Matting 18 A, B, C, D, E Throughout Matting 24 B In Folds Every 40 to 45 ft 12 C In Folds Every 20 to 25 ft Final acceptance. 586 CHANGE: The first sentence of the third paragraph,...remove Type A, B or D SSM. to read,.remove Type A, B, D or E SSM. ADD: The following after Type E Soil Stabilization Matting per square yard. TS-16

69 SPECIAL PROVISIONS INSERT CONTRACT NO LANDSCAPING MATERIALS CATEGORY 900 MATERIALS SECTION 920 LANDSCAPING MATERIALS SOIL STABILIZATION MATTING (SSM). 759 DELETE: Soil Stabilization Matting (SSM) in its entirety. INSERT: The following: Soil Stabilization Matting (SSM). SSM products shall be selected from the Office of Materials Technology s Qualified Products List (QPL) for Soil Stabilization Matting Manufacturers. SSM shall consist of machine-produced matting of uniform thickness, weave, or distribution of fibers, supplied in rolls at least 40 in. wide. SSM shall be smolder resistant. The chemical components shall be nonleaching, nontoxic to vegetation and germinating seed, and noinjurious to the skin. SSM shall meet the following: (a) Type A. Degradable; excelsior or nonwoven coconut fibers with degradable, synthetic netting on top and bottom; netting shall not be permanent or quick break down. CRITERIA * METHOD MEASUREMENT Thickness D 6525 At least 0.25 in. Weight D 6475 At least 7.9 oz per yd 2 Tensile Strength MD D 6818 At least 6.25 lb per in. Tensile Strength TD D 6818 At least 4.7 lb per in. Light Penetration D 6567 At least 5% Slope Erosion C Factor ** D 6459 No more than 0.2 Shear for 0.5 in Soil Loss ** D 6460 At least 1.75 lb per ft 2 Netting Opening No more than 2.0 x 1.0 in. Thread Degradable Stitching and Spacing No more than 4.0 in apart * Product shall be listed in the current AASHTO National Transportation Product Evaluation Program (NTPEP) Report for Erosion Control Products. ** Large scale results shall be obtained by a Geosynthetic Institute Accredited or other approved laboratory. TS-17

70 SPECIAL PROVISIONS INSERT CONTRACT NO LANDSCAPING MATERIALS (b) Type B. Permanent; non-woven, nondegradable, UV stabilized, synthetic fibers; with non-degradable, UV stabilized, synthetic netting on top and bottom. CRITERIA * METHOD MEASUREMENT Thickness D 6525 At least 0.3 in. Weight D 6655 At least 10.0 oz per yd 2 Tensile Strength MD D 6818 At least 12.5 lb per in. Tensile Strength TD D 6818 At least 12.5 lb per in. Tensile Strength > 500 hr. exp. D 4355 At least 80 % of original Light Penetration D 6567 At least 10 % Slope Erosion C Factor ** D 6459 No more than 0.2 Shear for 0.5 in Soil Loss ** D 6460 At least 2.25 lb per ft 2 Netting Opening No more than 1.0 x 0.75 in. Thread Nondegradable, UV stabilized, synthetic Stitching and Spacing No more than 4.0 in. apart * Product shall be listed in the current AASHTO National Transportation Product Evaluation Program (NTPEP) Report for Erosion Control Products. ** Large scale results shall be obtained by a Geosynthetic Institute Accredited or other approved laboratory. (c) Type C. Permanent; nondegradable, synthetic lattice; and easily filled with soil. CRITERIA METHOD MEASUREMENT Thickness D 6525 At least 0.4 in. Weight D 6655 At least 7.0 oz per yd 2 Tensile Strength MD D 6818 At least 12.5 lb per in. Tensile Strength TD D 6818 At least 9.5 lb per in. Tensile Strength > 500 hr. exp. D 4355 At least 80 % of original Porosity or Open Area At least 80 % (d) Type D. Degradable; woven coir. CRITERIA METHOD MEASUREMENT Thickness D 6525 At least 0.30 in. Weight D 6475 At least 19.0 oz per yd 2 Porosity or Open Area At least 35 % TS-18

71 SPECIAL PROVISIONS INSERT CONTRACT NO LANDSCAPING MATERIALS (e) Type E. Degradable; excelsior, straw, or straw/coconut blend fibers; with degradable, synthetic netting on top and bottom; netting shall not be permanent or quick break down. CRITERIA * METHOD MEASUREMENT Thickness D 6525 At least 0.25 in. Weight D 6475 Excelsior to 7.9 oz per yd 2 Straw and Straw / Coconut At least 6.0 oz per yd 2 Tensile Strength MD D 6818 At least 6.25 lb per in. Tensile Strength TD D 6818 At least 2.5 lb per in. Light Penetration D 6567 At least 5 % Slope Erosion C Factor ** D 6459 No more than 0.2 Shear for 0.5 in Soil Loss ** D 6460 At least 1.5 lb per ft 2 Netting Opening Excelsior No more than 2.0 x 1.0 in. Straw and Straw / Coconut No more than 0.75 x 0.75 in. Thread Degradable Stitching and Spacing Excelsior No more that 4.0 in. apart Straw and Straw/Coconut No more than 2.0 in apart * Product shall be listed in the current AASHTO National Transportation Product Evaluation Program (NTPEP) Report for Erosion Control Products. ** Large-scale results shall be obtained by a Geosynthetic Institute Accredited or other approved laboratory. 760 DELETE: Fasteners for Soil Stabilization Matting and Turfgrass Sod in its entirety. INSERT: The following Fasteners for Soil Stabilization Matting and Turfgrass Sod. Fasteners marked X shall be used as specified in and meet the following: (a) Wood Peg. WOOD PEG. Wood, biodegradable, untreated; single leg is driven into the soil so that wider top is flush with turfgrass sod and SSM. Approx. 6 in. long, 3/8 in. thick; top 1 in. wide, tapered to base. Turfgrass Sod X Soil Stabilization Matting Type A and E X Type B Type C and D TS-19

72 SPECIAL PROVISIONS INSERT CONTRACT NO LANDSCAPING MATERIALS (b) T-Head Pin. T-HEAD PIN. Molded plastic; biodegradable. Single leg with barbs is driven into the soil so that molded T-Head top is flush with turfgrass sod and SSM Approx. 6 in. long, 3/8 in. thick; head 1 in. wide. (c) Circle-Top Pin. Turfgrass Sod X Soil Stabilization Matting Type A and E X Type B Type C and D CIRCLE-TOP PIN. Steel wire; single leg is driven into the soil so that coil or loop top is flush with turfgrass sod and SSM. Turfgrass Sod Soil Stabilization Matting Type A and E 11 gauge; leg 6 in long. X X 11 gauge; leg 8 in. long. X X (d) Round-Head Pin. ROUND-HEAD PIN. Molded plastic; biodegradable. Single leg with barbs is driven into the soil so that molded disk top is flush with turfgrass sod and SSM. Turfgrass Sod Type B Type C and D Soil Stabilization Matting Type A and E Approx. 6 in long; head 1 in. diameter X X Approx. 8 in long; head 1 in. diameter X X (e) U-Shape Staple. Type B Type C and D U-SHAPE STAPLE. Steel wire; two main legs are driven into the soil so that the top of staple is flush with turfgrass sod and SSM. 11 gauge bent into U shape; legs 6 in. long; top 1 to 1-1/2 in. wide. 8 gauge bent into U shape; legs 8 in. long; top 1 to 1-1/2 in. wide. 8 gauge bent into U shape.; legs 12 in. long; top 1 to 1-1/2 in. wide Turfgrass Sod X Soil Stabilization Matting Type A and E X Type B Type C and D X X X X X X (f) Fabric Pin. FABRIC PIN. Steel nail; single leg is driven into the soil so that steel washer top is flush with SSM. TS-20 Turfgrass Sod Soil Stabilization Matting Type A and E Type B Type C and D 11 gauge approx. 12 in. long. X X 3/16 in. gauge. approx. 18 in. long. X X

73 SPECIAL PROVISIONS CONTRACT NO LEAD FREE EPOXY MARKING MATERIALS CATEGORY 900 MATERIALS SECTION 951 PAVEMENT MARKING MATERIALS LEAD FREE TWO COMPONENT EPOXY PAVEMENT MARKING MATERIALS. The white and yellow lead free epoxy pavement marking material shall consist of a 100 percent solid two-part system with glass beads embedded homogeneously throughout the depth of the film and the surface. All of these materials shall be lead free as defined herein Epoxy Physical Components. (a) Composition. COMPONENT A PERCENT BY WEIGHT WHITE YELLOW Epoxy Resin Titanium Dioxide Organic Yellow 7 8 The entirety of the pigment of Component A white shall consist of D 476, Type II Rutile Titanium Dioxide. No extender pigments are permitted. Yellow pigments and tinting colors shall be added in proportions which will produce a color equal to the yellow color depicted in the color box described herein. Any Titanium Dioxide used shall conform to D 476, Type II Rutile. The epoxy system shall contain no volatile solvents. The cured film shall be no less than 99.5 percent of the wet film thickness of the panel at the time it was prepared for test. Restrictions. The manufacturer shall certify that the combined total of lead, cadmium, mercury, and hexavalent chromium shall not exceed 100 ppm when tested by X-ray diffraction, ICP, Atomic Absorption Spectroscopy, or a comparable method capable of this level of detection. (b) Epoxide Number. The weight per epoxy equivalent (WPE) as determined by D 1652 for both white and yellow of Component A, on a pigment free basis, shall conform to a target value ± 50 provided by the manufacturer and approved by the Engineer. (c) Amine Number. The amine value of the curing agent (component B) shall consist entirely of stable amines and shall be determined as specified in D The total amine value shall conform to a target value ± 50 provided by the manufacturer and approved by the Engineer. TS

74 SPECIAL PROVISIONS CONTRACT NO LEAD FREE EPOXY MARKING MATERIALS Mixed Composition. (a) Mixing Ratio. The mixing ratio for the epoxy pavement marking material shall be proportioned according to the manufacturer's recommendations. The ratio shall not vary more than 2.5 percent during any operation conducted in conjunction with these materials. (b) Color (White and Yellow). (1) Production. The color of the cured epoxy material film of the production sample shall essentially match the specified color chips conforming to Federal Standard 595 when visually compared or by instrumental measurement. (2) Control. Control color matching determinations will be made using a Pacific Scientific Color Machine at an observation angle of 2 degrees, and the C.I.E. Chromatically Coordinate Color Matching System under light source Illuminate C, with the following tolerances permitted between the standard chip and the cured epoxy film sample: WHITE Color No YELLOW Color No X Y X Y Standard Chip Delta Tolerance ± ± ± ± (c) Yellowing Index. After curing for 72 hours, the yellowing index of the white material when tested in conformance with E 313, using the C.I.E. Scale Illuminate C and 45/2 degrees geometry, shall not exceed 8.0 preceding QUV, and shall not exceed 15.0 after 72 hours in QUV. (d) Toxicity. After heating to the application temperature, the material shall not exude fumes which are toxic or injurious to persons or property. (e) Directional Reflectance. The directional reflectance when tested in conformance with E 1347 after QUV using the C.I.E. Scale Illuminate C and 45/2 degrees geometry, shall be minimums of 80 for white and 50 for yellow. (f) Abrasion Resistance. Abrasion Resistance of the mixed material without glass beads shall be 80 mg maximum loss when tested as specified in C 501 with a 1000 g load, 1000 cycles, CS-l7 wheel and a 15 ± 0.5 mil wet film thickness on a S-l6 plain steel plate. (g) Hardness. The Type D Durometer Hardness of the material shall be a minimum of 75 when tested in conformance with D Test films shall be cast on a suitable substrate at TS

75 SPECIAL PROVISIONS CONTRACT NO LEAD FREE EPOXY MARKING MATERIALS 20 ± 1 mil wet film thickness. The film shall be cured 24 to 72 hours at 75 ± 2 F prior to testing. (h) Tensile Strength. The average tensile strength shall be a minimum of 6000 psi when tested in conformance with D 638, Type IV molded specimens. Specimens shall be cured 24 to 72 hours at 75 ± 2 F with a relative humidity of 50 ± 3 percent prior to testing. (i) Compressive Strength. The compressive strength of the catalyzed epoxy marking material shall be a minimum of psi when tested in conformance with D 695. The test specimen shall be cured 72 hours at 75 ± 2 F with a relative humidity of 50 ± 3 percent prior to testing. (j) Adhesion to Concrete. The catalyzed epoxy paint pavement marking materials, when tested in conformance with ACI Method 503, shall have a 4000 psi minimum adhesion to the specified concrete surface with 100 percent concrete failure in the performance of this test. The prepared specimens shall be conditioned for 24 to 72 hours at 75 ± 2 F prior to the performance of the tests. (k) Infrared Spectroscopy. Both component A and component B shall be analyzed to verify for control purposes that materials submitted for use are of an identical formulation as originally approved. Deviations as determined by comparison with the original sample shall be cause for rejection. (l) Curing. The epoxy material shall be fully cured at a surface temperature of 35 F or above. The pavement marking material shall exhibit a no-tracking time of less than 10 minutes, when mixed in the proper ratio and applied at 20 ± 1.0 mil film thickness at 75 ± 2 F and with the proper saturation of beads when tested in conformance with D 711. The manufacturer shall furnish a table depicting typical no-track time versus various temperatures in the recommended application temperature range Glass Beads Physical Requirements. Glass beads shall be colorless, clean, transparent and free of milkiness or excessive air bubbles and essentially clean from surface scarring or scratching. The beads shall be spherical in shape, and shall contain a minimum of 60 percent silica. Roundness shall be 75 percent minimum when tested in conformance with D 1155, Procedure A. The beads shall have a minimum refractive index of 1.50 (Standard) and 1.90 (Large) when tested in conformance with MSMT 211. Glass beads shall not absorb moisture in storage and shall remain free of clusters or lumps. TS

76 SPECIAL PROVISIONS CONTRACT NO LEAD FREE EPOXY MARKING MATERIALS Glass beads shall conform to all the requirements of M 247, except that the moisture resistance and flotation tests shall not be required, and the following: GRADATION SIEVE SIZE PERCENT PASSING Standard Beads Large Beads 12 (1.70 mm) (1.40 mm) (1.18 mm) (1.00 mm) (0.85 mm) (0.60 mm) (0.30 mm) (0.15 mm) Field Testing. Materials conforming to this Specification shall be field evaluated at the National Transportation Product Evaluation Program (NTPEP) Northeast test deck for performance. Materials performing satisfactorily throughout the test period will be placed on the Administrations Prequalified Materials List. All marking materials supplied during the Contract shall be identical in composition to the materials submitted for initial testing. Conformity with these requirements will be determined by the Office of Materials and Technology (OMT) Sampling. Random testing of samples will be performed by the Administration as Quality Assurance and certification verification. Samples of each batch will be procured at the manufacturer s facility by the Administration. Each sample shall be accompanied by a certified analysis showing compliance with the physical requirements of this Specification, the recommended epoxy resin material temperature at the spray gun, and certification that any epoxy resin material supplied during the Contract period shall be identical in composition to the material submitted for initial testing. Conformity to these requirements will be determined by OMT. Sources supplying epoxy resin materials and glass beads shall be submitted by the Contractor to the Engineer for approval in conformance with the Contract Documents. The epoxy resin material manufacturer shall reimburse the Administration for the cost of sampling and shipment of the samples if sampled by the Administration. (a) Epoxy Resin Components. The epoxy resin components shall be shipped in containers sealed by the manufacturer. The label on each container shall include the following information: TS

77 SPECIAL PROVISIONS CONTRACT NO LEAD FREE EPOXY MARKING MATERIALS (1) Manufacturer's Name, (2) Place of Manufacture, (3) Color of Material and Component Type, (4) Date of Manufacture (month-year), (5) Batch or Lot Identification Number, and (6) Size/quantity of lot represented. (b) Glass Beads. The glass beads shall be shipped in 50 lb, moisture resistant bags with complete identification information imprinted on the outside. The Contractor shall furnish samples of the glass beads and epoxy resin materials to the Administration's Central Laboratory. Physical testing will be performed every four months Certification. The Contractor shall furnish notarized certification as specified in TC The manufacturer shall certify that any epoxy resin materials supplied during the Contract conforms to the identical formulation as the samples submitted for evaluation on the NTPEP Northeast test deck, and identify the formulas by referring to the code used on the deck. Epoxy resin materials which fail to conform will be rejected. The manufacturer shall also provide the following: (a) Material Safety Data Sheets for all materials submitted for testing and use. (b) A facility, in operation, capable of producing the epoxy resin materials in the quantity and quality required by the Administration. (c) A laboratory capable of performing the required tests. This laboratory will be subject to the Administration s approval. TS

78 CECIL COUNTY, MARYLAND BID NO ATTACHMENTS PERMIT LETTERS OF AUTHORIZATION Old Elk Neck Road Culvert Woods Road Culvert Jackson Station Road South Jackson Station Road North (Permit Approval Pending)

79 CECIL COUNTY, MARYLAND BID NO PERMIT LETTERS OF AUTHORIZATION Old Elk Neck Road Culvert

80

81

82

83

84

85

86

87

88

89

90

91

92

93

94

95 CECIL COUNTY, MARYLAND BID NO PERMIT LETTERS OF AUTHORIZATION Woods Road Culvert

96

97

98

99

100

101

102

103

104

105

106

107

108

109

110 CECIL COUNTY, MARYLAND BID NO PERMIT LETTERS OF AUTHORIZATION Jackson Station Road South

111

112

113

114

115

116

117

118

119

120

121

122

123

124

125

REPLACEMENT OF JACKSON STATION ROAD CULVERTS

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

More information

REMOVE AND REPLACE CONCRETE CURB

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

More information

CECIL COUNTY, MARYLAND. 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

CECIL COUNTY, MARYLAND Guiderail Installation and Repair

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

More information

CECIL COUNTY, MARYLAND. Bid ASPHALT OVERLAY

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

More information

CECIL COUNTY, MARYLAND Roadway Culvert Installation

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

More information

CECIL COUNTY, MARYLAND GRASS CUTTING COUNTY PROPERTIES

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

More information

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

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

More information

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

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

More information

ALL TERRAIN SLOPE MOWER

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

More information

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

BOTTLED WATER AND SUPPLIES

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

More information

REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

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

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

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

More information

REQUEST FOR PROPOSAL For Light Fixture Replacement

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

More information

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

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

REQUEST FOR PROPOSAL For ON-CALL CONSTRUCTION INSPECTION SERVICES

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

More information

REQUEST FOR PROPOSAL: SCADA SYSTEM RELOCATION

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

More information

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

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

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

More information

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

REQUEST FOR PROPOSAL: DESIGN AND BUILD CANOPY EXTENSION

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

More information

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

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

More information

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

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

More information

(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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

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

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

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

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

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

More information

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

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

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

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

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

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

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

More information

REQUEST FOR PROPOSAL For

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

More information

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

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

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

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location: INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:

More information

City of Bowie Private Property Exterior Home Repair Services

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

More information

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

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

More information

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

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

Article 6 Modification and Termination of Contracts for Supplies and Services

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

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

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

More information

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

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

More information

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

REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ENGINEERING & CONSTRUCTION DIVISION REQUEST FOR PROPOSAL RFP 14-25-55060 REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

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

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

More information

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

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

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

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

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

Project Name, Improvement District No. Improvement District Number

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

More information

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 16-25: Pipe Liner

Bid 16-25: Pipe Liner Cecil County, Maryland Purchasing Department Bid 16-25: Pipe Liner CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400

More information

RFP: MISCELLANEOUS STRUCTURAL REPAIRS TO VARIOUS COUNTY BRIDGES

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

More information

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

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

More information

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

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

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

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

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-14: ABATEMENT OF RUSSELLVILLE PROPERTY, REMOVAL OF SOLID WASTE SUBMISSIONS SHALL BE ACCEPTED UNTIL FRIDAY, FEBRUARY 9 at 3:30 p.m. Central AND

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

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

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

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

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

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

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

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

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

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

CITY OF NAPLES, FLORIDA

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

More information

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

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

More information

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

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

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

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

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

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

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

More information

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

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

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

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

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

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

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

More information

SECTION SCHEDULING OF WORK. A. Section covers scheduling of work activities including: 5. Suspension of WORK and delays.

SECTION SCHEDULING OF WORK. A. Section covers scheduling of work activities including: 5. Suspension of WORK and delays. SECTION 01 32 13 SCHEDULING OF WORK PART 1 GENERAL 1.01 SECTION INCLUDES A. Section covers scheduling of work activities including: 1. Other work at site. 2. Working hours. 3. Change of CONTRACT TIMES.

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STEEL PIPE Bidders are requested to respond to this Quotation call as instructed subject to the provisions

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

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

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