Sit.petersburg. livww.stpete.org CITY OF ST. PETERSBURG ENGINEERING & CAPITAL IMPROVEMENTS DEPARTMENT

Size: px
Start display at page:

Download "Sit.petersburg. livww.stpete.org CITY OF ST. PETERSBURG ENGINEERING & CAPITAL IMPROVEMENTS DEPARTMENT"

Transcription

1 ~... ~. ~ Sit.petersburg livww.stpete.org CITY OF ST. PETERSBURG ENGINEERING & CAPITAL IMPROVEMENTS DEPARTMENT Woodlawn P.A.L. Facility Interior Egress Improvements ST. PETERSBURG, FLORIDA PROJECT NO Plans, specifications and details governing the Work to be accomplished under Project No have been prepared for the City of St. Petersburg by Engineering & Capital Improvements Department, One Fourth Street North, St. Petersburg, Florida, 33701, by Aude Smith Architecture, AlA, 748 Broadway, Dunedin, Florida, and consist of Drawing Nos through dated March 24,2014. All communication pertaining to this project shall carry the reference, "CITY PROJECT NO " Thomas B. Gibson, P.E. Engineering & Capital Improvements Director

2 APPROVED AS TO CONTENT

3 Woodlawn P.A.L. Facility Interior Egress Improvements CITY OF ST. PETERSBURG, FLORIDA Approved on the assumption that the INSTRUCTIONS TO BIDDERS, EXECUTION OF THE CONTRACT, GENERAL CONDITIONS, PROPOSAL, AGREEMENT, SMALL BUSINESS ENTERPRISE, BID BOND, and PUBLIC CONSTRUCTION BOND FORMS are the latest approved versions with the only variation being in the SUPPLEMENTAL INSTRUCTIONS TO BIDDERS and SUPPLEMENTAL EXECUTION OF THE CONTRACT, which I have read and approved. These were the only CONTRACT STANDARDS SUPPLEMENTAL that were included. I assume a CERTIFICATE OF INSURANCE form will be included. No opinion is offered on the TECHNICAL SPECIFICATIONS. By: ~~~ ~ ~ ~

4 TABLE OF CONTENTS SUPPLEMENTAL CONTRACT STANDARDS 1 Woodlawn P.A.L. Facility Interior Egress Improvements SUPPLEMENTAL INSTRUCTIONS TO BIDDERS SIB-1 SIB-2 SIB-3 Contract Completion Time Subletting of Contract Applicable SBE Percentage SUPPLEMENTAL EXECUTION OF CONTRACT SEC-1 Builder s Risk Insurance

5 TABLE OF CONTENTS TS-1 Woodlawn P.A.L. Facility Interior Egress Improvements Technical Specifications SECTION 1 GENERAL 1.01 LOCATION OF THE WORK SITE AND ACCESS 1.02 SCOPE OF WORK 1.03 ESTIMATED QUANTITIES 1.04 FIELD ENGINEERING 1.05 SAFEGUARDING SURVEY MARKS 1.06 PROJECT START TIME 1.07 MATERIALS AND EQUIPMENT 1.08 MANUFACTURER 1.09 EQUIVALENT QUALITY 1.10 MAINTENANCE OF STORM DRAINAGE SYSTEM 1.11 SPILL OR DISCHARGE OF WASTEWATER OR RECLAIMED WATER 1.12 SEQUENCE OF OPERATION 1.13 PERMITS 1.14 PROJECT SIGN 1.15 MOBILIZATION 1.16 SOIL BORING DATA 1.17 SALVAGED MATERIALS 1.18 FACILITY SECURITY SECTIONS 2 THROUGH 19 NOT USED SECTION 20 PAY ITEM DESCRIPTIONS EXPLANATION AND DEFINITIONS PAY ITEM DESCRIPTIONS

6 TABLE OF CONTENTS 1 Woodlawn P.A.L. Facility Interior Egress Improvements Proposal, Agreement, Bid Bond, Public Construction Bond and Small Business Enterprise (SBE) Forms PAGE Proposal 1 Pay Items 2 Bid Security and Bidder Information 3 Questionnaire 4-8 Public Entity Crimes 9-10 Agreement 1-2 Bid Bond 1-2 Public Construction Bond 1-5 Small Business Enterprise (SBE) Forms Letter of Intent to Perform as a Certified SBE Subcontractor Summary Listing of Reasons for Non-Use Certification City of St. Petersburg Business Assistance Center SBE Solicitation SBE Good Faith Efforts Questionnaire Evaluation Criteria

7 CONTRACT STANDARDS: SUPPLEMENTAL

8 SUPPLEMENTAL INSTRUCTIONS TO BIDDER

9 Contract Standards Supplemental Instructions to Bidders Woodlawn P.A.L. Facility Interior Egress Improvements SUPPLEMENTAL INSTRUCTIONS TO BIDDERS In cases where this section and the standard Contract Standards Instruction to Bidders do not agree, this section, the Supplemental Instructions to Bidders will govern. SIB-1 Article I Contract Completion Time Add the following text to this Article: The project site will be available to the contractor for a period of time not-to-exceed one hundred and twenty (120) calendar days to perform the work included in this contract. The contractor will perform and complete all the work, including final inspection, during his period of time. SIB-2 Article I-13, Subletting of Contract Delete the text contained in this article and include the following text: It is a requirement of this Contract that the Contractor must perform at least 25% of the Work called for under this contract with the Contractor s own forces. It is also required that subcontractor s utilized under this Contract must perform at least 25% of the Work subcontracted to them with their own forces. Prior to final payment for the Work, the Contractor will be required to furnish an affidavit substantiating the above. SIB-3 Article I-14, Applicable SBE Percentage Article I-14 Small Business Enterprise Program; Sub Article 14.4 Participation by SBE Contractors and Subcontractors; fourth line Delete SBE: % and Replace with SBE: 20%.

10 SUPPLEMENTAL EXECUTION OF CONTRACT

11 Contract Standards Supplemental Execution of Contract Woodlawn P.A.L. Facility Interior Egress Improvements SUPPLEMENTAL EXECUTION OF CONTRACT n cases where this section and the standard Contract Standards Instruction to Bidders do not agree, this section, the Supplemental Instructions to Bidders will govern. SEC-1 Article E-2, Builder s Risk Insurance Article E-2- Insurance and Indemnification, Sub Article 2.6 Builder s Risk Insurance; Builder s Risk Insurance IS applicable for this project.

12 TECHNICAL SPECIFICATIONS

13 Technical Specifications Section 1 General Woodlawn P.A.L. Facility Interior Egress Improvements SECTION 1 GENERAL 1.01 LOCATION OF THE WORK SITE AND ACCESS The Project is for the Woodlawn P.A.L. Facility located at th Avenue North, St. Petersburg, Florida, Access to the Work site shall be over public streets and rights-of-way. Any damage to existing pavement or other surface improvements, attributable to the Contractor's activities, shall be restored to like-new condition by the Contractor at the Contractor's expense SCOPE OF WORK The essential portions of the proposed Work for the Project are summarized as follows: Single award contract for the complete construction work; including civil, architectural, structural, plumbing, mechanical, electrical and all other work shown in the Contract Documents. Estimated quantities and Contract Pay Items are listed in the Proposal ESTIMATED QUANTITIES The estimated quantities listed in the Proposal for the various Contract Pay Items shall be used for the purposes of comparing bids and determining amounts for which the bid and performance bonds shall be furnished. Certain estimated quantities listed are greater than the quantities required to complete the Work as shown on the Plans. The greater quantities and quantities of work items not shown may be for contingent work; compensation for contingent work will be made if required and approved by the Engineer. The City reserves the right to vary the estimated quantities or to delete the Work and the corresponding Contract Pay Items from the Contract. The Contractor will be compensated for Work actually performed as indicated on the Plans, in the Specifications, or authorized by the Engineer, all in accordance with the unit prices and lump sum prices contained in the Proposal. The bidder shall quote in the Proposal a unit or lump sum price for which he will perform the Work for each of the Contract Pay Items FIELD ENGINEERING The Contractor shall establish and provide all vertical and horizontal control points for this Project including benchmarks. The Contractor shall provide the field layout surveying necessary to properly construct the Work from City-furnished control points or reference points indicated on the Plans. All field layout surveying shall be performed under the supervision of a Professional Land Surveyor (Chapter 472, Florida Statutes). The Contractor shall submit the name and registration number of said Surveyor as directed by the Engineer. The Engineer reserves the right to check all survey staking and to require adjustments or re-staking by the Contractor in the event that conflicts or errors are detected. Water pressure pipelines that are 8-inch or less diameter shall be installed with the required cover using horizontal control stakes provided by the Contractor. Storm drains, sanitary sewers, sanitary pressure pipelines, and water pressure pipelines greater than 8-inch diameter shall be installed using an approved method for line and grade control. 1-1

14 Technical Specifications Section 1 General Woodlawn P.A.L. Facility Interior Egress Improvements Methods for line and grade control shall be submitted to the Engineer for approval, as specified for shop drawings. Sketches shall be provided by the Contractor showing vertical adjustment necessary for pressure pipelines to adequately clear storm drains and other utilities, unless otherwise shown on the Plans SAFEGUARDING SURVEY MARKS The Contractor shall safeguard all existing property monuments, benchmarks, and other survey marks adjacent to and within the Project limits, and shall bear the cost of re-establishing them if disturbed or destroyed PROJECT START TIME A. Charging of Contract Time will begin on the first (1 st ) calendar day after issuance of the Notice to Proceed or on the actual day that the Contractor commences Work at the site, whichever is the earlier. Suspension of Contract Time shall be requested in the manner set forth in the General Conditions article headed "Changes in the Work," subsection headed "Changes in Contract Time," and shall include: 1. Manufacturer's signed affidavit. 2. Number of calendar days requested (not to exceed above maximum). 3. Reasons Contract Time must be extended. 4. Stipulation of all Work, including Schedule, which is to be performed during the grace period. 5. Indication of what insurance and bonds will be active. B. Documentation shall be presented to the City prior to, or during, the Preconstruction Conference. C. It may be possible that certain Work items can be accomplished by the Contractor prior to receipt of the custom equipment or materials if, in the opinion of the Engineer, City use of the facility is not impacted. D. Failure of the Contractor to substantively obtain the custom equipment or materials, if through no fault of the City, will not be justification for extending the Contract Time extension beyond the above maximum duration MATERIALS AND EQUIPMENT Only "Asbestos-Free" materials shall be incorporated into the Work, unless the Technical Specifications specifically call for otherwise. Material suspected of being Regulated Asbestos Containing Material (RACM), includes but is not limited to: thermal and acoustic insulation, joint compound, mastic, adhesive, vinyl floor tile and sheeting, ceiling tile, plaster, wall board, roofing felt, and shingle. Shop drawings for material or equipment suspected of being RACM shall list all contents, shall be noted "Asbestos-Free," and shall be screened by the Contractor prior to submittal to confirm that it is "Asbestos-Free." All materials delivered to the Project site shall have been approved through the shop drawing procedure and shall be in their original labeled and unopened containers. 1-2

15 Technical Specifications Section 1 General Woodlawn P.A.L. Facility Interior Egress Improvements In the event that asbestos-containing material installed by the Contractor is discovered either during construction, following completion of construction, or following acceptance of the Contract Work by the City and closeout of the Contract, it will be the responsibility of the Contractor to pay all costs incurred to remove and replace those materials, including repair or replacement of all adjacent materials which are affected by the abatement process MANUFACTURER The names of proposed manufacturers, manufacturers' representatives, suppliers, and dealers who are to furnish materials, fixtures, equipment, appliances, or other fittings, shall be submitted by the Contractor to the Engineer for approval in accordance with the General Conditions article headed "Shop Drawings and Submittals" to afford proper investigation and checking. Such approval must be obtained before Shop Drawings will be accepted for review. No manufacturer will be approved for any materials to be furnished under this Contract unless the manufacturer is of good reputation and has a plant of ample capacity. The Contractor shall, upon the request of the Engineer, be required to submit evidence that the manufacturer has manufactured a product similar to the one specified and that the product has been used for a like purpose for a sufficient length of time to demonstrate its satisfactory performance. All transactions with the manufacturer and subcontractors shall be through the Contractor. Any two or more pieces of material or equipment of the same kind, type, or classification and being used for identical types of service, shall be made by the same manufacturer EQUIVALENT QUALITY In the Contract Documents, whenever an article, material, apparatus, equipment, or process is called for by trade name or by name of a patentee, manufacturer, or dealer, or by reference to catalog of a manufacturer or dealer, it shall be understood as intending to mean and specify the article, material, apparatus, equipment, or process designated, or any equal thereto in quality, finish, design, efficiency, and durability, and equally serviceable for the purposes for which it is intended. Whenever material or equipment is submitted for approval as being equal to that specified, the submittal shall include sufficient information and data to demonstrate that the material or equipment conforms to the Contract requirements. The decision as to whether or not such material or equipment is equal to that specified shall be made by the Engineer. Upon rejection of any material or equipment submitted as the equivalent of that specifically named in the Contract, the Contractor shall immediately proceed to furnish the designated material or equipment. Neither the approval by the Engineer of alternate material or equipment as being equivalent to that specified, nor the furnishing of the material or equipment specified, shall in any way relieve the Contractor of responsibility for failure of the material or equipment, due to faulty design, material, or workmanship, to perform the functions required of them by the Contract Documents MAINTENANCE OF STORM DRAINAGE SYSTEM The Contractor shall be responsible at all times to maintain the operation of existing stormwater facilities, or, when existing stormwater facilities are removed, to provide equivalent capacity alternate forms of stormwater removal adequate to prevent upstream flooding in excess of existing conditions. 1-3

16 Technical Specifications Section 1 General Woodlawn P.A.L. Facility Interior Egress Improvements This responsibility shall include the installation of temporary connections, bypass pumping, or other temporary means necessary until the new drainage system is fully operational SPILL OR DISCHARGE OF WASTEWATER OR RECLAIMED WATER The discharge of wastewater or effluent (reclaimed water) into waters of the State and/or into canals, ditches, and ponds that are connected to waters of the State is prohibited. Any spill or discharge of wastewater or reclaimed water shall be immediately reported to the Engineer, the City s Wastewater Collection System Manager ( ), and the City s Emergency Dispatch Center ( ). In the event of a spill or discharge, the Contractor shall immediately control, contain, and stop the spill or discharge and shall repair any damage to the City s facilities. The Contractor shall be responsible for any penalties and costs charged to the City by the FDEP and for all costs incurred by the City as a result of the Contractor s actions or as a result of the Contractor s negligence SEQUENCE OF OPERATION A. General It is essential that any Project Work be sequenced to minimize obstruction of normal daily activities. The Contractor shall include in the Project Schedule a Sequence of Operations conforming to the following order: 1. Store equipment and materials at locations and in a manner approved by the Engineer. 2. Confine work and personnel to designated areas in accordance with the Specifications. 3. Clean up work areas daily so as to present a safe and neat appearing work site. B. Utility Companies may be present on the Work site adjusting their facilities and installing new facilities. The Contractor's work shall be scheduled in such a manner as to minimize conflicts with various utility companies. C. The Contractor shall clean up the site for each phase of Work in accordance with the Contract Documents before proceeding to a subsequent phase of Work, unless otherwise approved by the Engineer. D. No Time Extension If the Engineer orders the construction, or a phase of construction, to be stopped due to the Contractor's neglect to adhere to the Sequence of Operations as outlined herein, the Stop Work Order shall not constitute a basis for extension of time. D. Sequence of Construction- To be determined by Contractor for the approval of the City Engineer PERMITS Construction projects performed for the City will require licenses and permits in the same manner as private construction projects within the City. 1-4

17 Technical Specifications Section 1 General Woodlawn P.A.L. Facility Interior Egress Improvements City permit will be required for tree removal. The Contractor shall secure such permit(s) at his own expense (the City's Urban Forester can be contacted at 727/ ). The Contractor shall secure, at his expense, all licenses and permits, and shall comply with all applicable laws, regulations, and codes as required by the State of Florida and/or the City of St. Petersburg. The permit fee schedule for the general construction, grounds improvement, electrical, plumbing, mechanical, and other Work is on file at the City Construction Services and Permitting Division, Municipal Services Center, One Fourth Street North, St. Petersburg, Florida, (727/ ). City permits for this Project will include: Building Fire Electrical Mechanical 1.14 PROJECT SIGN The City shall furnish the Project sign. The Contractor shall erect the sign and maintain it for the duration of the Project. The Contractor shall mount the sign using 4-inch pressure treated lumber or as approved by the Engineer, and other supports as required, at a location mutually agreed by the Engineer and the Contractor. If the sign becomes unusable due to damage, vandalism, or any means other than Contractor activity, the City will furnish a replacement sign at no cost to the Contractor. If the sign is damaged by Contractor activity, the Contractor shall replace the sign in-kind at no additional cost to the City. Payment for installing and maintaining the Project sign shall be incidental to construction costs of the Project for the duration of the Contract. The sign will remain the property of the City upon completion of the Project. No sign other than as shown on the Plans and/or as specified, either by the Contractor, any subcontractor, or any material supplier, will be allowed on the Project site MOBILIZATION Mobilization shall include all preparatory work and operations necessary to begin the Project, including moving of personnel, equipment, plant, and all else necessary to commence work. The cost of bonds, insurance, shop drawings, and preconstruction expenses shall also be included. If a separate Pay Item is included for mobilization, payment will be as specified for that Pay Item. If no Pay Item is included, costs for mobilization shall be included with the costs for the major Work items included in the Proposal SOIL BORING DATA Soil boring data, including groundwater elevations or conditions, are available for bidder's inspection at the offices of the City Engineering Department. These data are presented only as information that is available which indicates certain conditions found and is limited to the exact locations on the dates indicated. 1-5

18 Technical Specifications Section 1 General Woodlawn P.A.L. Facility Interior Egress Improvements 1.17 SALVAGED MATERIALS The Contractor shall not proceed with demolition of existing materials or equipment without approval from the Engineer for the method of disposal. All materials which are not returned to the City yard shall be disposed in an approved disposal site. The Engineer may request confirmation of the site's approval for disposal of the specific materials. Salvaged materials shall be loaded on Contractor trucks and returned to the City Utilities Complex Yard, 1635 Third Avenue North. The City will designate the specific location at the yard for placement of salvaged materials by the Contractor. The following materials shall be removed and returned by the Contractor: A. Fire hydrants, manhole frames and covers, inlet grates, and concrete catch basin covers shall be salvaged and each placed in a designated location at the City yard. B. Granite curb shall be salvaged, individually unloaded, and neatly placed at a designated location in the City yard. C. Red paving brick (free of asphalt) and sidewalk hexblock shall be palletized on City-furnished pallets and delivered to the City yard. D. Asphalt millings shall be transported to the City yard and dumped in a pile at a designated location in the City yard FACILITY SECURITY Prior to allowing an employee to perform work at a Work site on City property, the Contractor shall conduct a thorough background check for and submit to the Engineer an affidavit certifying that each employee working for the Contractor and each of the Contractor s sub-contractors at the Work site: 1. Is not on the FBI s list of suspended terrorists, 2. Does not have any outstanding arrest warrants, 3. Has never been convicted of a First (1 st ) or Second (2 nd ) Degree felony, and 4. Is not considered a habitual offender, i.e. has not been convicted of two or more felony or first (1 st ) degree misdemeanor offenses within any five (5) year period after the employee s eighteenth (18 th ) birthday. A list of the certified workers shall be provided to the Engineering Inspector along with the cell phone number of the Contractor s representative responsible for those employees. At any time the City may request to view the background checks of individuals working at the site. The requested information shall be made available for viewing as soon as possible, but no later than twenty four (24) hours after the request. If the Contractor fails to provide the requested documentation, the individual(s) in question will not be allowed to continue work until the appropriate documentation has been received. The Contractor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to a worker s inability to perform Work due to a background check being unavailable for inspection. The failure of the Contractor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms of the provisions of the Contract Documents and shall provide a basis for termination of the Contract. 1-6

19 SECTIONS 2 THROUGH NOT USED Technical Specifications Sections 2 through 19 Woodlawn P.A.L. Facility Interior Egress Improvements

20 Technical Specifications Section 20 - Pay Item Descriptions Woodlawn P.A.L. Facility Interior Egress Improvements SECTION 20 - PAY ITEM DESCRIPTIONS EXPLANATION AND DEFINITIONS The following explanation of the measurement and payment for the Bid form items is made for information and guidance. The omission of reference to any item in this description shall not, however, alter the intent of the Bid form or relieve the Contractor of the necessity of furnishing such as part of the Contract. The City will not allow for additional compensation beyond those Pay Items included in the Proposal. It is important therefore that all Bidders fully acquaint themselves with all Plans, Specifications, City Standard Details, and other details pertaining to the Work. Work not shown or called out in either the Plans or the Specifications, but necessary in carrying out the intent of the Project or in the complete and proper execution of the Work, is required and shall be performed by the Contractor as though it were specifically delineated or described. No additional compensation will be considered for this associated and necessary Work PAY ITEM DESCRIPTIONS Pay Item No. 1 Woodlawn P.A.L. Facility Interior Egress Improvements No measurement shall be made for this Pay Item. Payment will be made at the lump-sum price indicated in the Proposal to provide a complete task that includes all required mobilization/demobilization, labor, material, equipment, rentals, services, bonds, insurances, staging, on-site and off-site cleaning/sweeping, preparations, and incidentals, complete as shown on the Plans, as specified and as directed by the Engineer to complete the required portions of the proposed Work for the Project as summarized in SECTION1 GENERAL of the Technical Specifications. Pay Item No. 2 Allowance for Permit Costs The Proposal includes an allowance for reimbursement of permit costs to the General Contractor. Any amount of extra work and/or alterations to the proposed Work charged to the allowance shall be fully documented and authorized by the Engineer. Pay Item No. 3 Allowance for Unforeseen Conditions The proposal includes an allowance for unforeseen or unanticipated conditions that were not specifically identified in the Contract Documents. Any amount of extra Work and/or alteration the proposed Work charged to the allowance shall be fully documented and authorized by the Engineer as follows. A. The Contractor shall include in the Contact Total Price the allowance so named in the Proposal form. B. The Contractor shall not proceed on any additional Work to be covered by the allowance until authorized in writing by the Engineer. C. The Contractor shall cause the Work so covered to be done by such subcontractors or suppliers, and for such sum within the limit of the allowance as authorized by the Engineer. 20-1

21 Technical Specifications Section 20 - Pay Item Descriptions Woodlawn P.A.L. Facility Interior Egress Improvements D. The allowance shall not be used for incidental Work shown on the Plans or specified in the Contract Documents, or for other work required to render the Project complete. 20-2

22 PROPOSAL, BID BOND, AGREEMENT & PUBLIC CONSTRUCTION BOND

23 P R O P O S A L To The Mayor City of St. Petersburg, Florida The undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal as principal or principals is or are named herein, and that no other person than herein mentioned has any interest in this Proposal or in the Contract to be entered into; that this Proposal is made without connection with any other person, company, or parties making a Bid or Proposal; that it is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the Work and informed himself fully in regard to all conditions pertaining to the place where the Work is to be done; that he has examined the Plans and Specifications for the Work and Contract Documents relative thereto, and has read all special provisions furnished prior to the opening of Bids; that he has satisfied himself relative to the Work to be performed. The Bidder further declares that he has accurately responded to all questions on the Questionnaire section of this Proposal and has the specified pre-qualifications. The Bidder proposes and agrees, if this Proposal is accepted, to Contract with the City of St. Petersburg, Florida, in the form of Contract specified for Woodlawn P.A.L. Facility Interior Egress Improvements St. Petersburg, Florida,, in full and complete accordance with the shown, noted, described, and reasonably intended requirements of the plans, specifications, and contract documents to the full and entire satisfaction of the City of St. Petersburg, Florida. (1)

24 Woodlawn P.A.L. Facility Interior Egress Improvements Proposal The Bidder proposes to furnish all material and equipment and perform all Work for the following prices: The Bidder shall provide unit prices in the yellow spaces provided: Bidder's/Company Name Item Estimated ($) ($) No. Description Quantity Unit Unit Price Total Price 1 Woodlawn P.A.L. Facility Interior Egress Improvements 1 LS $ - $ - 2 Allowance for Permit Costs 1 LS $ 2, $ 2, Allowance for Unforeseen Conditions 1 LS $ 10, $ 10, Contract Base Bid: $ 12,

25 PROPOSAL The Bidder further proposes and agrees to commence Work under this Contract within ten (10) consecutive calendar days after the date contained in the written Notice to Proceed and to fully complete all Work under this Contract within the time specified in the Agreement from (and including) the date contained in the written Notice to Proceed. The undersigned further agrees that, in case of failure on his part to execute the said Contract and the bond within ten (10) consecutive calendar days after written Notice of Award of the Contract, the check or Bid Bond accompanying this Bid, and the monies payable thereon, shall be paid into the funds of the City of St. Petersburg, Florida, as liquidated damages for such failure; otherwise, the check or Bid Bond accompanying this Proposal shall be returned to the undersigned. Attached hereto is a certified check, cashier s check or Bid Bond in the amount of: Dollars ($ ) or Percent ( %) made payable to the City of St. Petersburg, Florida Address: FAX #: ( ) Phone: ( ) (Seal) Company By (Name and Title) Corporation No.: (Signature) The full names, titles and residences of persons and firms interested in the foregoing Bid, as principals, are as follows: Name Title Residence Address Name Title Residence Address Name Title Residence Address Date: (3)

26 A G R E E M E N T THIS AGREEMENT, made and entered into on the day of, 20, by and between, party of the first part and the City of St. Petersburg, Florida, party of the second part. WITNESSETH: That the first party, for the consideration hereinafter fully set out hereby agrees with the second party as follows: a) That the first party shall furnish all material and perform all of the work for: Woodlawn P.A.L. Facility Interior Egress Improvements St. Petersburg, Florida,, and in full and complete accordance as provided by the following enumerated Plans, Specifications, and Documents which are made a part hereof as if fully contained herein: Proposal Instructions to Bidders Execution of the Contract General Conditions Technical Specifications Bid Bond Plans Agreement Public Construction Bond Certificates of Insurance Addenda Appendix Advertisement for Bids b) That the Bidder proposes and agrees to commence Work under this Contract within ten (10) consecutive calendar days after the date contained in the written Notice to Proceed, and to fully complete all Work under this Contract within one hundred and twenty (120) consecutive calendar days from (and including) the date contained in the Written Notice to Proceed. c) The second party hereby agrees to pay at the time and in the manner set forth in the Specifications to the first party for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the price set forth in the Proposal ($ ) heretofore submitted to the City by the Contractor, a copy of said Proposal being a part of these Contract Documents. d) It is mutually agreed between the parties hereto that time is of the essence in this Contract, and in the event that the Work is not completed within the time stipulated, it is further agreed that from the compensation otherwise to be paid to the Contractor, the second party may retain the amount specified in Article G-3, LIQUIDATED DAMAGES, of the General Conditions, for each calendar day that the Work remains incomplete beyond the time limit, which sum shall represent the actual damages which the Owner will have sustained per day by failure of the Contractor to complete the Work within the time stipulated, and this sum is not a penalty, being the stipulated damages the second party will have sustained in event of such default by first party. (1)

27 e) It is further mutually agreed between the parties hereto that, if at any time after the execution of said Agreement and the Public Construction Bond hereto attached for its faithful performance, the second party shall deem the Surety or sureties upon such Public Construction Bond to be unsatisfactory or, if for any reason such bond ceases to be adequate to cover the performance of the Work, the first party shall, at its expense within ten (10) days after the receipt of notice from the second party so to do, furnish an additional bond or bonds in such form and amount, and with such Surety or sureties as shall be satisfactory to the second party. In such event, no further payment to the first party shall be deemed to be due under the Agreement until such new or additional security for the faithful performance of the Work shall be furnished in a manner and form satisfactory to the second party. f) When the Work to be accomplished under this Contract has been completed in accordance with the Plans and Specifications and accepted by the City of St. Petersburg, it is mutually agreed and understood that the Contractor, together with his Surety, shall fully and unconditionally guarantee for a period of not less than one (1) year from date of final acceptance of Work by the City, all materials and labor (workmanship) incorporated in this project. (This guarantee shall be exclusive of any manufacturer s guarantees or warranties exceeding this period). IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first above written in two (2) counterparts, each of which shall, without proof or accounting for the other counterpart, to be deemed an original contract. (Company Name) By: (Signature of Corporate Officer) (Print or Type Name & Title) ATTEST: (Seal) _ (Corporate Secretary) CITY OF ST. PETERSBURG, FLORIDA APPROVED AS TO FORM: By: City Clerk (Designee) _ Procurement and Supply Management Director By: City Attorney (Designee) Date (2)

28

29 PUBLIC CONSTRUCTION BOND Bond # (STATE OF FLORIDA) (COUNTY OF ) (CITY OF ) KNOW ALL MEN BY THESE PRESENTS: That we, (hereinafter called the "Principal"), (Name of Corporation, Partnership, or LLC) located at, ( ), (Principal Business Address) (Phone Number) and (hereinafter called the Surety ), (Surety Name) located at, ( ), (Surety Business Address) (Phone Number) are held and firmly bound unto the City of St. Petersburg, Florida (hereinafter called the "City") located at One 4 th Street North, St. Petersburg, FL 33701, phone: (727) , in the penal sum of: $ for the payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally, for the faithful performance of a certain written construction agreement, dated the day of, 20, entered into between the Principal and the City ( Contract ) for: Woodlawn P.A.L. Facility Interior Egress Improvements The Project is for the Woodlawn P.A.L. Facility located at th Petersburg, Florida, Avenue North, St. NOW, THEREFORE, THE CONDITIONS of this bond are such that, if the Principal shall (i) in all respects comply with the terms and conditions of the Contract (the Contract being made a part of this bond by reference), including but not limited to the guarantee and warranty requirements, all obligations contained in the Contract Documents (as defined in the Contract) and all modifications made to the Contract as therein provided, for the original term of the Contract and any extensions which may be granted by the City, with or without notice to the Surety; and (ii) promptly make payments to all claimants, as defined in Section (1), Florida Statutes, supplying labor, materials, or supplies used directly or indirectly in the prosecution of the work provided for in the Contract; and (iii) pay the City all losses, damages, liquidated damages, expenses, costs, and attorneys fees at trial and on appeal sustained by the City due to a default by Principal under the Contract; and (iv) fulfill its obligations related to the guarantee and warranty of all work and materials furnished under the Contract pursuant to the terms and conditions specified in the Contract, then this bond shall be void; otherwise, it shall remain in full force. This bond is meant to comply with all the requirements of Section , Florida Statutes, and herewith incorporates all duties of a surety required by Section , Florida Statutes, and all notice and time limitation provisions set forth in Sections (2) and (10), Florida Statutes. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions set forth in Sections (2) and (10), Florida Statutes. 1

30 The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN TESTIMONY WHEREOF, the hands and seals of the parties hereto this day of, 20. (Principal Name) Attest and Impress Principal s seal or check the checkbox below. BY: (Signature) ATTEST: Principal Seal (Print or Type Name and Title) BY: (Print or Type Name) (Signature) SURETY NAME BY: Attorney-in-Fact (Print or Type Name) (Florida license # of Attorney-in-Fact) Seal Principal has no seal. (If checked, signature of Witness 1 and Witness 2 needed) WITNESS 1: BY: (Print or Type Name) WITNESS 2: BY: (Print or Type Name) (Signature) (Signature) APPROVED AS TO FORM: Countersignature of Florida Licensed Agent (Only Required if Attorney-in-Fact is not a Florida Licensed Agent.) By: City Attorney (Designee) Note: A copy of a power of attorney attested by the corporate secretary of the Surety evidencing the Attorney-in-Fact named above is currently authorized to execute this bond on behalf of the Surety must be attached to this bond Final doc 2

31 Acknowledgment of Principal (STATE OF FLORIDA) (COUNTY OF ) (CITY OF ) The foregoing instrument was acknowledged before me this day of, 20, by (Name and Title of Officer) of, a (Name of Principal) ( Entity ), on behalf of said Entity. He/She is (Identify type of Entity and State where Registered) (Select) personally known to me or has produced as identification. (Type of Identification) He/She warrants that he/she is duly authorized by all necessary actions of the Entity in (Select) (Select) accordance with the governing documents of the Entity to execute the foregoing instrument. NOTARY PUBLIC: Sign: Print/Type: SEAL 3

32 Acknowledgment of Surety, (Where Executed by Attorney-in-Fact, as Agent) (STATE OF FLORIDA) (COUNTY OF ) (CITY OF ) The foregoing instrument was acknowledged before me this day of, 20, by (Name of Attorney-in-Fact) as Attorney-in-Fact for, (Name of Surety) who is personally known to me or has produced (Type of Identification) as identification. By virtue of a power of attorney from said corporation, a copy of which is attached hereto, he/she is duly authorized to execute the foregoing instrument. (Select) NOTARY PUBLIC: Sign: Print/Type: SEAL 4

33 Acknowledgment of Countersigner, (Only Required if Attorney-in-Fact is not a Florida Licensed Agent) (STATE OF FLORIDA) (COUNTY OF ) (CITY OF ) The foregoing instrument was acknowledged before me this day of, 20, by (Name of Countersigner) as Countersignator for, (Name of Surety) who is personally known to me or has produced (Type of Identification) as identification. By virtue of a power of attorney from said corporation, a copy of which is attached hereto, he/she is duly authorized to execute the foregoing instrument. (Select) NOTARY PUBLIC: Sign: Print/Type: SEAL 5

34 CERTIFICATE OF INSURANCE

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

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

More information

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

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

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

More information

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

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

More information

Project 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

INSTRUCTIONS TO BIDDERS

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

More information

5. BID FORMS TABLE OF CONTENTS

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

More information

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

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

More information

CONSTRUCTION CONTRACT

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

More information

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

CONSTRUCTION CONTRACT EXAMPLE

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

More information

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

INSTRUCTIONS TO BIDDERS

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

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

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

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

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

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

More information

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

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

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

More information

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

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

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

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

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

More information

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION 3025 Oxford Street Des Moines, Iowa QUOTE #7301 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa

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

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

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

More information

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

INSTRUCTIONS TO BIDDERS

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

More information

DIF CREDIT AGREEMENT [Insert Project Name]

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

More information

ARTICLE 8 - OWNER S RESPONSIBILITIES

ARTICLE 8 - OWNER S RESPONSIBILITIES properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written

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

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

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

More information

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION ADVERTISEMENT FOR BIDS CSD NO. 158 BID #2011-29B CONSOLIDATED SCHOOL DISTRICT #158 2011 ELEMENTARY SCHOOLS CARPET INSTALLATION Consolidated School District #158 will receive single prime sealed bids for

More information

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

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

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

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

More information

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

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

More information

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

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

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

More information

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

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

More information

TABLE OF CONTENTS - ADDENDUM NO. 3

TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS Addendum No. 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS SIB-1 SIB-2 SIB-3 Article I-2.4 - Contract Completion Time Article I-14.4 - Participation by SBE

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

AIA Document A201 TM 1997

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

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

More information

SERVICE CONNECTION CONSTRUCTION PERMIT WSSC Permit Services Unit APPLICANT/OWNER: PROPERTY DESCRIPTION: ADDRESS: CONTACT PERSON: ADDRESS:

SERVICE CONNECTION CONSTRUCTION PERMIT WSSC Permit Services Unit APPLICANT/OWNER: PROPERTY DESCRIPTION: ADDRESS: CONTACT PERSON:  ADDRESS: SERVICE CONNECTION CONSTRUCTION PERMIT WSSC Permit Services Unit PERMIT NUMBER: APPLICANT/OWNER: PROPERTY DESCRIPTION: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: FAX NUMBER: E-MAIL ADDRESS: 1. The Applicant

More information

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

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

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

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

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

More information

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

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

More information

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

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

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS for Well #17 Rehabilitation, Pump and Motor Inspection and Repair BRUCE KILMER Mayor KATHIE GRINZINGER City Manager RANDY CHESNEY Interim Director Division

More information

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

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

More information

(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

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION 2013 CDBG/HOME HOUSING NEW CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT is made and entered into this day of 2013, by and between, (marital status),

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

CONTRACT DOCUMENTS AND STANDARD SPECIFICATION SUPPLEMENT PUBLIC WORKS DEPARTMENT. City of Anaheim California

CONTRACT DOCUMENTS AND STANDARD SPECIFICATION SUPPLEMENT PUBLIC WORKS DEPARTMENT. City of Anaheim California CONTRACT DOCUMENTS AND STANDARD SPECIFICATION SUPPLEMENT PUBLIC WORKS DEPARTMENT City of Anaheim California REVISED 7/01/15 SS-1 MASTER TABLE OF CONTENTS 1. PROPOSAL (Enclosed) 2. NON-COLLUSION AFFIDAVIT

More information

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS... DEPARTMENT: Physical Plant/Campus REQUISITION NO. M FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO, LOCATED ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA

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

SAN ANTONIO WATER SYSTEM WATER AND/OR SANITARY SEWER CONSTRUCTION ADDITIONS TO THE GENERAL CONDITIONS FOR BEXAR COUNTY CDBG FUNDED PROJECTS

SAN ANTONIO WATER SYSTEM WATER AND/OR SANITARY SEWER CONSTRUCTION ADDITIONS TO THE GENERAL CONDITIONS FOR BEXAR COUNTY CDBG FUNDED PROJECTS SAN ANTONIO WATER SYSTEM WATER AND/OR SANITARY SEWER CONSTRUCTION ADDITIONS TO THE GENERAL CONDITIONS FOR BEXAR COUNTY CDBG FUNDED PROJECTS The following changes are made to the Section II. Instruction

More information

CONSULTANT S AGREEMENT

CONSULTANT S AGREEMENT CONSULTANT S AGREEMENT Project No.: This Agreement made as of XXXXX by and between the State University Construction Fund, having its principal office and place of business at The State University Plaza,

More information

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.:

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.: 2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B-13-015-DD Job No.: 13-4003 ADDENDUM #1 March 18, 2013 This addendum, applicable to work referenced above,

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for. Tree Trimming and Removal Services

NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for. Tree Trimming and Removal Services Bristol Township 2501 Bath Road Bristol, PA 19007 (215)-785-0500 Fax (215)-785-2131 NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for Tree Trimming and Removal Services Sealed proposals will be

More information

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

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

More information

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

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

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

NEW AIR TRAFFIC CONTROL TOWER

NEW AIR TRAFFIC CONTROL TOWER DIVISION I NEW AIR TRAFFIC CONTROL TOWER CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 927 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 2 ARTICLE

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

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

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

City of Newnan, Georgia

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

More information

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA ADDENDUM NO. 1 Invitation to Bid (ITB) 5517-2018 Asphalt or Site Contractor for Leon County Schools Technology Center Parking Lot Milling and Resurfacing Project SCHOOL BOARD OF LEON COUNTY, FLORIDA ITEM

More information

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

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

More information

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING Location: Legal: Berrymoor Pit SW13-50-6-W5M CONTRACTOR: DATE OF CONTRACT: INSTRUCTIONS TO BIDDERS 1. Project overview The Brazeau

More information

PROJECT MANUAL THE SEMINOLE COUNTY PORT AUTHORITY WATER SPECIALISTS PARKING IMPROVEMENTS

PROJECT MANUAL THE SEMINOLE COUNTY PORT AUTHORITY WATER SPECIALISTS PARKING IMPROVEMENTS PROJECT MANUAL For THE SEMINOLE COUNTY PORT AUTHORITY WATER SPECIALISTS PARKING IMPROVEMENTS APRIL 2017 CPH # S0223 500 West Fulton Street Sanford, Florida 32771 Ph. 407.322.6841 Fx. 407.330.0639 PROJECT

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

Merritt College Science Building Site Paving

Merritt College Science Building Site Paving PROJECT NO. 2353, BID NO. 14-15/20 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 March 17, 2015 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2 OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, 2016 Addendum #2 1. Clarifications to Automatic Temperature Controls: A. 230900-6 4.4 The operator interface PC is not required

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

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

LOUISIANA UNIFORM PUBLIC WORK BID FORM

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

More information

Table of Contents Unit Prices Submittal Procedures Selective Demolition

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

More information

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN THE DEKALB COUNTY BOARD OF EDUCATION AND THE CONSTRUCTION MANAGER Construction

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

City of Portsmouth, New Hampshire REQUEST FOR PROPOSALS # Union Cemetery Enclosure Wall

City of Portsmouth, New Hampshire REQUEST FOR PROPOSALS # Union Cemetery Enclosure Wall City of Portsmouth, New Hampshire REQUEST FOR PROPOSALS #40-15 Union Cemetery Enclosure Wall The City of Portsmouth, New Hampshire ( Owner ) seeks Proposals from firms qualified for conservation of the

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

RENOVATE PARKING LOT AND INCREASE STACKING PROJECT NO R.J. LONGSTREET ELEMENTARY 2745 PENNINSULA DRIVE DAYTONA BEACH, FLORIDA 32118

RENOVATE PARKING LOT AND INCREASE STACKING PROJECT NO R.J. LONGSTREET ELEMENTARY 2745 PENNINSULA DRIVE DAYTONA BEACH, FLORIDA 32118 Project Manual RENOVATE PARKING LOT AND INCREASE STACKING PROJECT NO. 194728 R.J. LONGSTREET ELEMENTARY 2745 PENNINSULA DRIVE DAYTONA BEACH, FLORIDA 32118 THE SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA 200

More information

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

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

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

University of California, Riverside Barn Expansion

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

More information

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

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

More information

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2013 SESSION LAW HOUSE BILL 857

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2013 SESSION LAW HOUSE BILL 857 GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2013 SESSION LAW 2013-401 HOUSE BILL 857 AN ACT AUTHORIZING PUBLIC CONTRACTS TO UTILIZE THE DESIGN-BUILD METHOD OR PUBLIC-PRIVATE PARTNERSHIP CONSTRUCTION CONTRACTS.

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

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

More information