SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE

Size: px
Start display at page:

Download "SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE"

Transcription

1 INVITATION FOR BID SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE TOWN OF LONGMEADOW MASSACHUSETTS June 3,

2 LEGAL NOTICE: The Town of Longmeadow, MA, is accepting sealed bids for the supply and installation of a sewer main replacement and associated work. The work consists of 2,550 feet of sewer pipe, including trench patching, and loaming/seeding on Hazardville Road from Maple Road to Leetewood Drive, and on Knollwood Circle from Knollwood Drive to Knollwood Drive.. Bid documents available from the Purchasing Department at the following address: Town of Longmeadow, Attn: Chad Thompson, Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA 01106, P , cthompson@longmeadow.org, between the hours of 8:00 a.m. and 4:30 p.m., Monday through Thursday, and 8:00 to noon on Friday. Bid documents will be mailed upon request via US mail ground service for a nonrefundable pre-paid handling and postage charge of $25.00.Bid documents may also be obtained online for no charge at select Department from the tool bar, then select Purchasing, then select the link labeled: Bid & RFP Finder. Bidders are encouraged to register with the Longmeadow Purchasing Department to get on the bid list.those that do not register with the Purchasing Department will be responsible for monitoring the website for the issuance of updates and addenda. Failure to not acknowledge addenda may result in a bid rejection. Sealed bids will be accepted at the Purchasing Department until the bid deadline of Wednesday, June 17, 2015 at 1:30pm. Bids should be labeled IFB: Sewer Main Replacement, Hazardville Road & Knollwood Circle, followed by the bidder s company name, address and contact name. Late bids will be rejected. Immediately following the bid deadline, bids will be publicly opened in the auditorium in the same building. All bidders shall furnish with their bid a mandatory bid guarantee in the form of a bid bond, certified check, treasurer s check or cashier s check issued by a responsible bank or trust company in the amount of 5% of the total amount of the bid made payable to the Town of Longmeadow. Wages are subject to Massachusetts minimum wage rates as per M.G.L. c. 149, Sec 26 to 27H, inclusive. Upon contract award, a 100% Performance and Payment bond will be required of the successful bidder.. All bids received will be evaluated and awarded in accordance with the provisions established under Massachusetts General Law Chapter 30, 39M. The Town of Longmeadow, acting through the Town Manager, the Awarding Authority reserves the right to reject any or all bids, waive informalities, and to award a contract in the best interest of the Town. 2

3 TABLE OF CONTENTS SECTION DESCRIPTION DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS Advertisement for Bids Instruction to Bidders Geotechnical Data and Boring Data Form for General Bid Agreement Forms General Conditions Supplementary Conditions Minimum Wage Rate DIVISION 1 - GENERAL REQUIREMENTS Summary of Work Work Restrictions Measurement & Payment Coordination Color Audio/Video Disk Documentation Survey Scheduling of Construction Submittal Procedures Traffic Regulation Temporary Controls Control of Materials and Equipment Product Substitution During Construction Field Engineering Preservation and Restoration of Project Features Closeout Procedures DIVISION 2 - SITE WORK Pipeline and Underground structure Abandondment Excavation, Backfilling, Compaction and Dewatering Underground Warning Tap Borrow Materials Rock Excavation Testing of Sanitary Sewer and Storm Drainage Polyvinyl Chloride (PVC) Pipe and Fittings Manholes and Catchbasins Bituminous Concrete Pavement Lawns and Grasses Television Inspection of Pipelines DIVISION 13 SPECIAL CONSTRUCTION Asbestos Cement Pipe Abatement... PLANS PAGES= 7 i 3

4 SECTION INSTRUCTIONS TO BIDDERS TABLE OF ARTICLES 1. Defined Terms 2. Copies of Bidding Documents 3. Qualifications of Bidders 4. Examination of Bidding Documents, Other Related Data and Site 5. Pre-Bid Conference 6. Site and Other Areas 7. Interpretations and Addenda 8. Bid Security 9. Contract Time 10. Liquidated Damages 11. Substitute and or equal Items 12. Preparation of Bid 13. Basis of Bid; Evaluation of Bids 14. Submission of Bid 15. Modification or Withdrawal of Bid 16. Opening of Bids 17. Disqualification of Bidders 18. Bids to Remain Open 19. Award of Contract 20. Contract Securities 21. Contract Insurance 22. Execution of Agreement 23. Sales Taxes 24. Massachusetts Wage Rates 25. Massachusetts Project Requirements ARTICLE 1 DEFINED TERMS 1.1 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. The term "Successful Bidder" means the lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 COPIES OF BIDDING DOCUMENTS 2.1 Refer to Advertisement for Bids for information on examination and procurement of documents. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use Instructions to Bidders 4

5 ARTICLE 3 QUALIFICATIONS OF BIDDERS 3.1 Bidders shall be experienced in the kind of Work to be performed, shall have the necessary equipment therefore, and shall possess sufficient capital to properly execute the Work within the time allowed. Bids received from Bidders who have previously failed to complete Work within the time required, or who have previously performed similar Work in an unsatisfactory manner, may be rejected. A Bid may be rejected if Bidder cannot show that he has the necessary ability, plant and equipment to commence the Work at the time prescribed and thereafter to prosecute and complete the Work at the rate or within the time specified. A Bid may be rejected if Bidder is already obligated for the performance of other Work which would delay the commencement, prosecution or completion of the Work. 3.2 Bidders may be investigated by OWNER to determine if they are qualified to perform the Work. All Bidders shall be prepared to submit within five days of OWNER s or ENGINEER s request, written evidence of such information and data necessary to make this determination. The investigation of a Bidder will seek to determine whether the organization is adequate in size, is authorized to do business in the jurisdiction where the project is located, has had previous experience and whether available equipment and financial resources are adequate to assure OWNER that the Work will be completed in accordance with the terms of the Agreement. OWNER reserves the right to reject any Bid if the evidence submitted by, or investigation of such Bidder fails to satisfy OWNER that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. ARTICLE 4 EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. visit the Site, become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, Instructions to Bidders 5

6 methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the Work to be performed by OWNER and others at the site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.2 On request, OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.3 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the site that ENGINEER has used in preparing the Bidding Documents. 4.4 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. 4.5 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. 4.6 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or Instructions to Bidders 6

7 revealed at the site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given OWNER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and finishing the Work. ARTICLE None Scheduled. ARTICLE 6 PRE-BID CONFERENCE SITE AND OTHER AREAS 6.1 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 INTERPRETATIONS AND ADDENDA 7.1 All questions about the meaning or intent of the Bidding Documents shall be submitted to OWNER (Town of Longmeadow, Attn: Chad Thompson-Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA 01106, fax , CTHOMPSON@LONGMEADOW.ORG ) in writing. In order to receive consideration, questions must be received by ENGINEER at least 120 hours (five days) prior to the date fixed for the opening of Bids. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed to all parties recorded by OWNER as having received the Bidding Documents not later than two days prior to the date fixed for the opening of Bids. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.2 Addenda may be issued to clarify, correct or change the Bidding Documents. Such Addenda, if any, will be issued in the manner and within the time period stated in paragraph The Bidder must acknowledge receipt of each Addendum, if any, in the space provided on the Bid Form. ARTICLE 8 BID SECURITY 8.1 Bids must be accompanied by Bid Security in an amount of 5% of the Bidder s maximum Bid price and in the form of cash, a certified check, treasurer's check or cashier's check issued by a responsible bank or trust company or a bid bond payable to OWNER Instructions to Bidders 7

8 8.2 All Bid Securities of General Bidders, except those under consideration by OWNER, will be returned within 5 days, excluding Saturdays, Sundays and legal holidays, after the opening of General Bids. Other Bid Securities will be returned upon the execution and delivery of the Agreement. The Bid Security of the Successful Bidder will be retained until such bidder has executed the Agreement and furnished the required contract security, whereupon the bid security shall be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 5 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited to OWNER as liquidated damages for such failure. ARTICLE 9 CONTRACT TIME 9.1 The number of days within which, or the dates by which, the Work is to be: A. substantially completed, and/or B. completed and ready for final payment are set forth in the Agreement. ARTICLE 10 LIQUIDATED DAMAGES 10.1 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 SUBSTITUTE AND OR EQUAL ITEMS 11.1 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or or equal items. Whenever it is specified or described in the Bidding Documents that a substitute or or equal item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the effective date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 PREPARATION OF BID 12.1 A Bid must be made on the Bid Form included with the Project Manual. The Bid Form shall not be altered in any way. Each copy of the Bidding Documents contains a separate, unbound copy of the Bid Form to be used for submittal The Bid Form must be completed. Blank spaces in the Bid Form must be filled in correctly where indicated, and the Bidder must state, both in words and numerals, the prices for which he proposes to do each and every item of Work. Ditto marks shall not be used A Bidder shall execute his Bid as stated below. A. A Bid by an individual shall show his name and official address. B. A Bid by a partnership must be executed in the partnership name and signed by a partner accompanied by evidence of authority to sign. His title must appear under this signature and the official address of the partnership shall be shown. C. A Bid by a corporation must be executed in the corporate name by an officer of the corporation and must be accompanied by a certified copy of a resolution of the board of directors authorizing the person signing the Bid to do so on behalf of the Instructions to Bidders 8

9 corporation. The corporate seal shall be affixed and attested by the secretary. The state of incorporation and the official corporate address shall be shown. D. All names must be printed below the signature The Bid shall contain an acknowledgment of the receipt of all Addenda in the space provided on the Bid Form The address and telephone number to which communications regarding the Bid are to be directed shall be shown The following listed documents shall be submitted in addition to the Bid Form: A. Bid Security 12.7 In order to be considered for selection, the Bidder must submit a complete bid package in accordance with these Bidding Documents. Partial Bids will not be accepted Any deviations in completion of the Bid Form and accompanying documents from the instructions provided in this Article 12 may be cause for rejection of the Bid. ARTICLE Unit Price BASIS OF BID A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph of the General Conditions. ARTICLE 14 SUBMITTAL OF BID 14.1 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Advertisement for Bids and shall be enclosed in a sealed envelope plainly marked with the Project title, the name and address of Bidder, and shall be accompanied by the Bid Security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation BID ENCLOSED. A mailed Bid shall be addressed to: Town of Longmeadow, Attn: Chad Thompson - Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA. ARTICLE 15 MODIFICATION OR WITHDRAWAL OF BID 15.1 Withdrawal Prior to Bid Opening Instructions to Bidders 9

10 A. A Bidder may withdraw his Bid before the time fixed for the opening of Bids by communicating his purpose in writing to OWNER. Upon receipt of such written notice, the unopened Bid will be returned to the Bidder Modification Prior to Bid Opening A. If a Bidder wishes to modify his Bid, he must withdraw his initial Bid in the manner specified in paragraph 15.1.A and submit a new Bid. ARTICLE 16 OPENING OF BIDS 16.1 Bids will be opened as indicated in the Advertisement for Bids and publicly read aloud In order to be considered for selection, Bids must arrive at the designated location on or before the date and time specified in the Advertisement for Bids. Bidders mailing their Bids should allow for normal mail delivery time to ensure timely receipt of their Bids by OWNER Bids received by mail or otherwise after the time specified for the opening of Bids will not be accepted and will be returned to the Bidder unopened No responsibility will attach to OWNER, its employees or the ENGINEER for premature opening of a Bid not properly addressed and identified in accordance with the Bidding Documents. ARTICLE 17 DISQUALIFICATION OF BIDDERS 17.1 More than one Bid for the same Work from an individual, or a firm, partnership, corporation or an association under the same or different names will not be considered. Reasonable grounds for believing that any Bidder is interested in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder is interested. ARTICLE 18 BIDS TO REMAIN OPEN 18.1 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 19 AWARD OF CONTRACT 19.1 OWNER reserves the right to reject any and all Bids, to waive any and all informalities, and the right to disregard all nonconforming, nonresponsive or conditional Bids OWNER reserves the right to reject any Bid not accompanied by specified documentation and Bid Security OWNER reserves the right to reject any Bid if it shows any omissions, alterations of form, additions not called for, conditions or qualifications, or irregularities of any kind OWNER reserves the right to reject any Bid that, in his sole discretion, is considered to be unbalanced or unreasonable as to the amount bid for any lump sum or unit price item In evaluating Bids, discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum Instructions to Bidders 10

11 19.6 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents If a contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder who has neither been disqualified nor rejected pursuant to Article 17 or this Article Contents of the Bid of the Successful Bidder will become part of any contract awarded. ARTICLE 20 CONTRACT SECURITIES 20.1 Performance and Labor and Materials (Payment) bonds shall be furnished by the successful Bidder. The amounts for Performance and Payment Bonds is 100%. Performance and Payment Bonds submitted shall be posted by a recognized surety company having a place of business in the Commonwealth of Massachusetts. All Performance and Payment Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Additional requirements may be stated in the General or Supplementary Conditions The Successful Bidder shall within 5 days from the date of the Notice of Award deliver to OWNER and ENGINEER, for review and approval, the Performance Bond and the Payment Bond he proposes to furnish at the time of the execution of the Agreement When the Successful Bidder delivers the executed Agreement to OWNER, the Agreement shall be accompanied by the required contract securities. ARTICLE 21 CONTRACT INSURANCE 21.1 The requirements for insurance to be provided by the Successful Bidder are stated in Article 5 of the General Conditions and in the Supplementary Conditions. ARTICLE 22 EXECUTION OF AGREEMENT 22.1 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. Within ten days thereafter, OWNER shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification Instructions to Bidders 11

12 ARTICLE 23 SALES TAXES 23.1 All materials provided under this Contract are exempt from the Sales and Use Taxes of the Commonwealth of Massachusetts. The tax exemption number will be provided to the Successful Bidder. ARTICLE 24 MASSACHUSETTS WAGE RATES 24.1 Minimum Wage Rates as determined by the Commissioner of Department of Workforce Development under the provision of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H, as amended, apply to this project. It is the responsibility of the contractor, before bid opening, to request if necessary, any additional information on the Minimum Wage Rates for those trades people who may be employed for the proposed work under this contract. The Wage Rate Determination is included in Part II of the Supplementary Conditions It is the responsibility of the Bidder before bid opening to request, if necessary, any additional information on Minimum Wage Rates for those trades-people who are not covered by the applicable Wage Rate Determination, but who may be employed for the proposed Work under this Contract. ARTICLE 25 MASSACHUSETTS REQUIREMENTS 25.1 Applicable provisions of Massachusetts General Laws and Regulations and/or the United States Code and Code of Federal Regulations govern this Contract and any provision in violation of the foregoing shall be deemed null, void, and of no effect. Where conflict between Code of Federal Regulations and State Laws and Regulations exist, the more stringent requirement shall apply The Contractor guarantees that the Work and Services to be performed under the Contract, and all workmanship, materials, and equipment performed, furnished, used, or installed in the construction of the same shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Drawings, Specifications, and other Contract documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the Contract shall be fulfilled. This guarantee shall be for a period of one year from after the date of completion and acceptance of the Work as stated in the final estimate. If part of the Work is accepted in accordance with that subsection of the Agreement titled Partial Acceptance, the guarantee for that part of the Work shall be for a period of one year from the date of such fixed acceptance. If at any time within the said period of guarantee any part of the Work requires repairing, correction, or replacement, the Owner may notify the Contractor in writing to make the required repairs, correction, or replacements. If the Contractor neglects to commence making such repairs, corrections, or replacements to the satisfaction if the Owner within seven days from the date of receipt of such notice, or having commenced fails to prosecute such Work with diligence, the Owner may employ other persons to make said repairs, correction, or replacements, and charge the costs, including compensation for additional professional services, to the Contractor This project is subject to the Safety and Health Regulations of the U.S. Department of Labor set forth in Title 29 CFR, Part 1926 and to all subsequent amendments, and to the Massachusetts Department f Labor and Industries, Division of Industrial Safety Rules and Instructions to Bidders 12

13 Regulations for the Prevention of Accidents in Construction Operations (Chapter 454 CMR et seq.). Contractors shall be familiar with the requirements of these regulations. END OF SECTION Instructions to Bidders 13

14 PART 1 GENERAL 1.1 SUMMARY SECTION GEOTECHNICAL DATA A. For the preparation of Bidding Documents, ENGINEER has relied upon the following reports and tests of subsurface and latent physical conditions of the site. The location of all bore holes is shown on the Drawings. 1. Soil boring data (locations of boring on plans, boring logs attached) a. The subsurface data are not guaranteed as to accuracy or completeness, nor are they a part of the Contract Documents. b. Bidders are cautioned that the subsurface data have been utilized for general design purposes only. No explicit or implicit representation is made as to the nature of the materials which may be encountered below the surface of the ground. c. The making available of this subsurface data to Bidders is not intended to relieve them from their responsibility to familiarize themselves with the subsurface and other site conditions. PART 2 PART 3 PRODUCTS NOT USED EXECUTION NOT USED END OF SECTION L175/6/8/ Geotechnical Data 14

15 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Hazardville Road DRILLING, INC. Monitor Well ID: B-2 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 18" Dry Brown Fine SAND, Trace Coarse SAND, Trace Organics. 5-7' S-2 14" Dry Brown Fine SAND. 9' ' S-3 19" Wet Brown Fine SAND, Little Silt ' S-4 15" Wet Brown Fine SAND, Little Clay. 15'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 15

16 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Hazardville Road DRILLING, INC. Monitor Well ID: B-3 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 7" Dry Brown Fine SAND, Trace Gravel, Trace Coarse SAND, 5'. 5-7' S-2 14" Wet Dry Fine SAND,Trace Coarse SAND ' S-3 24" Wet Dry Fine SAND, Trace Coarse SAND ' S-4 24" Wet Brown Silt, Trace Fine SAND. 15'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 16

17 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Hazardville Road DRILLING, INC. Monitor Well ID: B-4 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 16" Moist Brown Fine SAND, Trace Organics, Trace Coarse SAND. 5-7' S-2 17" Dry Brown Fine SAND, 9' ' S-3 19" Wet Brown Fine SAND, Trace Coarse SAND ' S-4 22" Wet Brown Fine SAND, Trace Coarse SAND. 17'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 17

18 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Hazardville Road DRILLING, INC. Monitor Well ID: B-5 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 16" Dry Brown Fine SAND, Trace Coarse SAND. 5-7' S-2 12" Dry Brown Fine SAND. 9' ' S-3 16" Wet Brown Fine SAND ' S-4 24" Wet Brown Fine SAND. 15'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 18

19 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Hazardville Rd DRILLING, INC. Monitor Well ID: B-6 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 15" Dry Brown Fine SAND. 5-7' S-2 2" Dry Brown Fine SAND, 9' ' S-3 17" Wet Brown Fine SAND ' S-4 24" Wet Brown Fine SAND. 15'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 19

20 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Knollwood Circle DRILLING, INC. Monitor Well ID: B-7 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 14" Dry Brown Fine SAND, 4.5'. 5-7' S-2 15" Wet Brown Fine SAND ' S-3 15" Wet Brown Fine SAND ' S-4 24" Wet Brown Silt, Little Fine SAND. 15'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 20

21 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Knollwood Circle DRILLING, INC. Monitor Well ID: B-8 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 18" Dry Brown Fine SAND. 5-7' S-2 19" Moist Brown Fine SAND, Trace Silt, 8' ' S-3 19" 5" Wet Brown Fine SAND, 14" Wet Brown Silt, Trace Clay, Trace Fine SAND ' S-4 10" Wet Brown Silt, Trace Clay, Trace Fine SAND. 15'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 21

22 Client: Town of Longmeadow DPW SEABOARD Test Boring/ Location: Knollwood Circle DRILLING, INC. Monitor Well ID: B-9 Project: Test Borings P.O. BOX 3026 SPFLD, MA Contractor: Seaboard Drilling, Inc. DRILLING/SOIL LOG Sheet No. 1 of 1 Casing Core Barrel Hammer (Weight-lb./fall-30") Start: 5/29/2015 Type HSA SS N/A 140/30 300/24 Finish: 5/29/2015 O.D. Inch 8-1/2" Rig Type: B-53 Driller: Jeff Nitsch I.D. Inch 4-1/4" Depth (ft.) Blows Sample Recovery FIELD CLASSIFICATIONS AND REMARKS Range No. 0-2' S-1 13" Dry Brown Fine Coarse SAND, Little Gravel, 4.5'. 5-7' S-2 18" Wet Brown Fine SAND, Trace Silt ' S-3 13" Wet Brown Silt and Fine SAND ' S-4 16" Wet Brown Silt, Trace Fine SAND, Trace Clay. 15'. SAMPLE PENETRATION RESISTANCE lb. Wt. Falling 30" on 2" O.D. sampler Density Cohesive Consistence PROPORTIONS # of Hammer Blows very loose # of Hammer Blows very soft / soft trace 0 to 10% 0-4 loose med-stiff / stiff little 10 to 20% 5-9 med/dens very stiff / hard some 20 to 35% dense and 30 to 50% very dense 22

23 SECTION BID FORM PROJECT IDENTIFICATION: Sewer Main Replacement Hazardville Road & Knollwood Circle THIS BID IS SUBMITTED TO: Town of Longmeadow Purchasing Department Attn: Chad Thompson, Procurement Manager 735 Longmeadow Street, Suite 101 Longmeadow, MA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.1 Bidder accepts all of the terms and conditions of the Advertisement for Bids and Instructions to Bidders, including without limitation, those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.1 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents and the Addenda. B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Utilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, Bid form 23

24 sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.1 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ITEM NO. ESTIMATED QUANTITY ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES AMOUNT OF ITEM DOLLARS CENTS 1 Lump Sum Lump Sum (Maximum 5% of Base Bid bid price) for mobilization and demobilization to the project location, the sum of: ($ ) Lump Sum c.y. For each cubic yard of trench excavation and backfill between 0 and 10 deep, as specified herein, including all work incidental there to, the sum of: ($ ) per cubic yard Bid form 24

25 ITEM NO. ESTIMATED QUANTITY ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES AMOUNT OF ITEM DOLLARS CENTS c.y. For each cubic yard of trench excavation and backfill in excess of 10 feet, as specified herein, including all work incidental thereto, the sum of: ($ ) per cubic yard c.y. For each cubic yard of test pit excavation as specified, including all work incidental thereto, the sum of: ($ ) per cubic yard 5 50 c.y. For each cubic yard of below invert grade of unsuitable material excavated and hauled off the site to a suitable disposal area, the sum of: ($ ) per cubic yard 6 10 c.y. For each cubic yard of rock or ledge excavated and backfilled as specified herein, including all work incidental thereto, the sum of: ($ ) per cubic yard 7 50 c.y. For each cubic yard of gravel borrow complete in place as specified by the Engineer, including all work incidental thereto, the sum of: ($ ) per cubic yard 8 50 c.y. For each cubic yard of ordinary borrow complete in place as specified by the Engineer herein including all work thereto, the sum of: ($ ) per cubic yard 9 55 c.y. For each cubic yard of stone borrow complete in place in areas specified by Engineer, including all work incidental thereto, the sum of: ($ ) per cubic yard Bid form 25

26 ITEM NO. ESTIMATED QUANTITY ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES AMOUNT OF ITEM DOLLARS CENTS 9A 50 c.y. For each cubic yard of Type 2E excavatable controlled density fill complete in place as specified herein, including all work incidental thereto, the sum of: ($ ) per cubic yard l.f. For each linear foot of haybales and siltation fencing, as specified herein including all work incidental thereto, the sum of: ($ ) per linear foot 11 3,400 s.y. For each square yard of bituminous concrete trench surface pavement repair, including gravel base, complete in place as specified herein, including all work incidental thereto, the sum of: ($ ) per square yard s.y. For each square yard of permanent bituminous concrete sidewalk and driveway repair, furnished and placed as specified herein, the sum of: ($ ) per square yard s.y. For each square yard of portland cement concrete sidewalk and driveway repair, furnished and placed as specified herein, the sum of: ($ ) per square yard l.f. For each linear foot of bituminous concrete berm, furnished and placed as specified herein, the sum of: ($ ) per linear foot each For each 48 diameter precast concrete manhole, complete to a depth of 9 feet below surface grade, as specified herein, the sum of: ($ ) each Bid form 26

27 ITEM NO. ESTIMATED QUANTITY ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES AMOUNT OF ITEM DOLLARS CENTS 16 1 each For each 48 diameter precast concrete manhole, complete to a depth of 12 feet below surface grade, as specified herein, the sum of: ($ ) per each l.f. For each linear foot of 8 SDR 35, PVC pipe, complete in place as specified herein, including trench dewatering, where required, and all work incidental thereto, the sum of: ($ ) per linear foot l.f. For each linear foot of 10 SDR 35, PVC pipe, complete in place as specified herein, including trench dewatering, where required, and all work incidental thereto, the sum of: ($ ) per linear foot l.f. For each linear foot of 12 SDR 35 PVC pipe, complete in place as specified herein, including trench dewatering, where required, and all work incidental thereto, the sum of: ($ ) per linear foot l.f. For each linear foot of 6 PVC, SDR-35 pipe, completed in place as specified herein, including trench dewatering, where required, and all work incidental thereto, the sum of: ($ ) per linear foot 21 2 each For each 12 x 6 PVC, SDR-35 wye, complete in place as specified herein, the sum of: ($ ) each Bid form 27

28 ITEM NO. ESTIMATED QUANTITY ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES AMOUNT OF ITEM DOLLARS CENTS each For each 10 x 6 PVC, SDR-35 wye, complete in place as specified herein, the sum of: ($ ) each each For each 8 x 6 PVC, SDR-35 wye, complete in place as specified herein, the sum of: ($ ) each 24 2 each For each gravity sanitary sewer service chimney, completed as specified herein, the sum of: ($ ) each 25 2 each For each sanitary service location/investigation successfully completed as specified herein, the sum of: ($ ) each $ l.f. For each linear foot of 12-inch ADS drain pipe furnished and laid as specified herein, including all work incidental thereto, the sum of: ($ ) per linear foot l.f. For each linear foot of 24-inch ADS drain pipe furnished and laid as specified herein, including all work incidental thereto, the sum of: ($ ) per linear foot s.y. For each square yard of loaming, fertilizing, fine grading and seeding, furnished and placed in the completed work as specified herein including all work incidental thereto, the sum of: ($ ) per square yard Bid form 28

29 ITEM NO. ESTIMATED QUANTITY ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES AMOUNT OF ITEM DOLLARS CENTS 29 3 each For each existing manhole broken into for reconnection including bypass pumping, where required, and all work incidental thereto, as specified, the sum of: ($ ) each 30 5 each For the sewer and manhole abandonment, complete as specified herein, including all work incidental thereto, the sum of: ($ ) each 31 1 Lump Sum Lump Sum for traffic control signage, the sum of: ($ ) Lump Sum l.f. For each foot of television inspection of new inplaced sewer main, the sum of: ($ ) per linear foot Bid form 29

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

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

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

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

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

More information

Demolition of Water Ground Storage Tanks

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

More information

City of Detroit Detroit, Oregon

City of Detroit Detroit, Oregon City of Detroit Detroit, Oregon CONTRACT DOCUMENTS BID DOCUMENTS, FORMS, AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE WATER SYSTEM IMPROVEMENTS PHASE 2A Work under this contract is funded by the

More information

BIDDING AND CONSTRUCTION STANDARDS

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS and CONTRACT PLANS FOR Bridge No. 114 carrying US Route 7 over Neshobe River STONE ARCH EMERGENCY REHABILITATION for the Town of Brandon,

More information

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

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

More information

2015 HELLWINKEL CHANNEL PROJECT

2015 HELLWINKEL CHANNEL PROJECT 2015 HELLWINKEL CHANNEL PROJECT CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Town of Gardnerville Douglas County, Nevada Town Contract No. 2015-03 Engineer Project No. 1115 SIP#00763 July 2015 Thomas

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

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

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

More information

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA Commissioners Keith Sheffie Jamie Boudreaux Charles Brown

More information

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

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

More information

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

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

More information

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

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

More information

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

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

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

More information

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services. PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: E-Rate Eligible Category 2 Products and Services District Wide VOLUME 1 of 1 February 06, 2018 TITLE PAGE DOCUMENT 00 01 01-1 DOCUMENT 00 01 10 TABLE

More information

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

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

More information

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

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT PREPARED FOR: THE CITY OF JONESTOWN, TEXAS MS. DEANE ARMSTRONG, MAYOR MR. PAUL JOHNSON, MAYOR PRO-TEM MS. DONNA JO PRIEM, ALDERMAN MR. JOE

More information

PROJECT MANUAL. Bid Number: B

PROJECT MANUAL. Bid Number: B PROJECT MANUAL PROJECT NUMBER: F35-052-009 Bid Number: B-37-16-17 Realignment Remove Fuel Station and VOLUME 1 May 4, 2017 TITLE PAGE DOCUMENT 00 01 01-1 Bid #: B-37-16-17 Adopted: 01/19/2017 DOCUMENT

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

BID DOCUMENTS & SPECIFICATIONS

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

More information

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: 18-6362-14B CITY OF LAUDERDALE LAKES Financial Services Department 4300 NW 36 th Street Lauderdale

More information

LAURINBURG-MAXTON AIRPORT COMMISSION (LMAC) LEAD TRACK REACTIVATION AND PROPOSED CROSSING PROJECT SCOTLAND COUNTY, NORTH CAROLINA

LAURINBURG-MAXTON AIRPORT COMMISSION (LMAC) LEAD TRACK REACTIVATION AND PROPOSED CROSSING PROJECT SCOTLAND COUNTY, NORTH CAROLINA CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS LAURINBURG-MAXTON AIRPORT COMMISSION (LMAC) LEAD TRACK REACTIVATION AND PROPOSED CROSSING PROJECT SCOTLAND COUNTY, NORTH CAROLINA CIVIL-SITE DEVELOPMENT SEA

More information

AIA Document A701 TM 1997

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

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

CITY OF CAPE CORAL INVITATION TO BID. Weir 15 Bladder & Controls Improvements ITB-UT18-41/KR

CITY OF CAPE CORAL INVITATION TO BID. Weir 15 Bladder & Controls Improvements ITB-UT18-41/KR CITY OF CAPE CORAL INVITATION TO BID Weir 15 Bladder & Controls Improvements CITY OF CAPE CORAL Finance/Procurement Division 1015 Cultural Park Blvd., 2 ND Floor Cape Coral, FL 33990 February 2018 Issue

More information

HARLAN MUNICIPAL UTILITIES

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

More information

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

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

More information

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

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

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

2017 CDM Smith All Rights Reserved 6/19/2017

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

More information

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2

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

More information

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

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

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

Document A701 TM. Instructions to Bidders

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

More information

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

Glenn Road US 36 to Mill Run Crossing Improvements Delaware, Ohio Bid Number 06-15

Glenn Road US 36 to Mill Run Crossing Improvements Delaware, Ohio Bid Number 06-15 Glenn Road US 36 to Mill Run Crossing Improvements Delaware, Ohio Bid Number 06-15 CITY OF DELAWARE GLENN ROAD US 36 TO MILL RUN CROSSING IMPROVEMENTS DELAWARE, OHIO BID NUMBER 06-15 CITY OFFICIALS Carolyn

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

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

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

More information

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

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS ITB 16-028 LAKE JOSEPHINE DRIVE IMPROVEMENTS HIGHLANDS COUNTY PROJECT No. 13008 FDOT FINANCIAL MANAGEMENT NO. 430107 1 58 01 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE

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

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

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

More information

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

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

More information

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

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

More information

PROJECT MANUAL VILLAGE EAST NEIGHBORHOOD PARK GUIDELINES AND STANDARDS FOR CONSTRUCTION WINDSOR, COLORADO

PROJECT MANUAL VILLAGE EAST NEIGHBORHOOD PARK GUIDELINES AND STANDARDS FOR CONSTRUCTION WINDSOR, COLORADO PROJECT MANUAL GUIDELINES AND STANDARDS FOR CONSTRUCTION VILLAGE EAST NEIGHBORHOOD PARK WINDSOR, COLORADO Date: October 2018 INTENTIONALLY LEFT BLANK Village East Neighborhood Park 00001-2 VILLAGE EAST

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

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

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

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

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

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

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

FIRE PUMP TEST FACILITY

FIRE PUMP TEST FACILITY CITY OF CHANDLER, ARIZONA CONTRACT DOCUMENTS FOR FIRE PUMP TEST FACILITY CITY PROJECT NO.: FI1301-401 MAYOR Jay Tibshraeny VICE MAYOR Jack Sellers COUNCIL Kevin Hartke Rick Heumann Nora Ellen Jeff Weninger

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS ITB 15-047 SEBRING PARKWAY PHASE II & SEBRING HIGH SCHOOL DRAINAGE IMPROVEMENTS HIGHLANDS COUNTY PROJECT No. 01101 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING,

More information

BID INSTRUCTIONS / BID FORMS. For DSA REQUIRED ADA IMPROVEMENTS LEONARDO DA VINCI K-8 SCHOOL

BID INSTRUCTIONS / BID FORMS. For DSA REQUIRED ADA IMPROVEMENTS LEONARDO DA VINCI K-8 SCHOOL Business Services Contracts Office 5735 47th Avenue Sacramento, CA 95824 (916) 643-2464 Gerardo Castillo, Chief Business Officer Kimberly Teague, Contract Specialist BID INSTRUCTIONS / BID FORMS For DSA

More information

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231) Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: BIOSOLIDS MANAGEMENT Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

SALT AND SAND STORAGE FACILITY

SALT AND SAND STORAGE FACILITY Contract No. E16-013 File No. 1884 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

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

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

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS MARTIN LUTHER KING JR. BOULEVARD SIDEWALK EXTENSION HIGHLANDS COUNTY PROJECT NO. 15005 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING, FLORIDA (863) 402-6877 August

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

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

INVITATION FOR BID TOWN OF BARNSTABLE

INVITATION FOR BID TOWN OF BARNSTABLE INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS PAINE BLACK HOUSE WINDOW AND DOOR RESTORATION PROJECT DATE ISSUED: January 14, 2016 BID DUE DATE February 12, 2016, NO LATER

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

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

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

More information

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

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

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

More information

TABLE OF CONTENTS CONTRACT PROVISIONS

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

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS ITB 14-053 SEBRING PARKWAY PHASE II DRAINAGE IMPROVEMENTS AND INSTALLATION OF DRAINAGE PIPE PER JACK AND BORE HIGHLANDS COUNTY PROJECT No. 01101 ENGINEERING DEPARTMENT 505

More information

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB SEBRING PARKWAY EMS STATION PROJECT NO For. Highlands County Board of County Commissioners

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB SEBRING PARKWAY EMS STATION PROJECT NO For. Highlands County Board of County Commissioners BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB 17-014 SEBRING PARKWAY EMS STATION PROJECT NO. 13061 For Highlands County Board of County Commissioners Polston Engineering, Inc. P. O. Box 588 Sebring, Florida

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

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

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

More information

HVAC Remodel Second Floor North Center Building

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

More information

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events EVENT INVITATION TO BID ITB# 17-276-G FOR MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events DATE ITB Issue Date... 10/3/2017 Pre-bid Conference not mandatory, attendance highly encouraged... 10/12/2017,

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

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

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

More information

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT CONTRACT DOCUMENTS FOR SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT (Notice Inviting Bids, Instructions to Bidders, Bid Forms, General Conditions, Special Provisions, Technical Specifications, Construction

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

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

CONTRACT PROPOSAL AND SPECIFICATIONS

CONTRACT PROPOSAL AND SPECIFICATIONS MOAB CITY 2014 ROADWAY CHIP SEAL PROJECT CONTRACT PROPOSAL AND SPECIFICATIONS April 2014 City of Moab 217 East Center Street Moab, Utah 84532 (435) 259-5121 www.moabcity.org TABLE OF CONTENTS Page BIDDING

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

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

More information

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014 Community Development Department Engineering Division 2014 SEWER REHABILITATION PROJECT Cameron and Henderson Area Sewer Project #: 2014-03 Bid Date: Tuesday, October 28, 2014 1. Notice Inviting Bids 2.

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

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

More information