1. BACKGROUND/HISTORY

Size: px
Start display at page:

Download "1. BACKGROUND/HISTORY"

Transcription

1 City Council Agenda Item Report October 21, 2014 Agenda Item No. Contact Stanley Fees, P.E., CFM, City Engineer SUBJECT: Deliberation and possible action on awarding the bid for the Downtown Wastewater Rehabilitation project and authorizing the City Manager to execute the contract. 1. BACKGROUND/HISTORY The City of Buda hired Lockwood Andrews and Newnam (LAN) to design the Downtown Wastewater Rehabilitation project. The project will replace the existing clay wastewater lines the Downtown Area bounded by Cedar Street, Main Street, Bluff Street and West Goforth Road. The project was to be designed and built in 2 Phases. The Phases were split into the areas east and west of Main Street. The City advertised Phase 1 of the project for bids in 2012 and the project came in over budget. The project was re-evaluated and it was determined a better cost could be obtained by constructing both Phase 1 & 2 of the project at the same time. This project involves replacing the existing clay wastewater pipe with High Density Polyethylene (HDPE) pipe by pipe bursting. Pipe bursting allows the new pipe to be pulled through and burst the existing pipe. If needed the new pipe bursting the existing pipe can be a larger the size pipe. This procedure is done from manhole to manhole. Once the pipe bursting has been completed between manholes and the manholes repaired, the contractor will reconnect the existing services lines to the new main and install a new cleanout at the property line. 2. FINDINGS/CURRENT ACTIVITY LAN completed the design and bids were advertised in the Hays Free Press and on the City website. A mandatory pre-bid meeting was held at City Hall on September 22, 2014 and 6 contractors attended the meeting. Bids were opened on October 6, The bids included a Base Bid and Bid Alternate No. 1. The Base Bid includes replacing the existing clay pipe with HDPE pipe, repairing the manholes and reconnecting the service lines. The Bid 64

2 Alternate is for replacing the existing manhole ring and covers with the new City Standard 32 manhole ring and covers. There were 4 bids received from T Construction, Horseshoe Construction Inc. PM Construction, LLC and Pronto Sandblasting& Coating & Oilfield Services Co., Inc. The summary of these bids is listed below. The estimated cost of the project was $1,610,000. LAN has reviewed the bids and is recommending the bid be awarded to T Construction, LLC for the Base Bid and the Alternate Bid for a total bid award of $1,435, A copy of the Certified Bid Tabulation from LAN is attached. LAN also researched the past performance of T Construction LLC and provided a copy of the Record of Performance for them. Once the bid is awarded the City will issue the Notice of Award. The contractor will then need to execute the contract and provide the Performance and Payment Bonds. Once the contract is executed and the Performance and Payment Bonds have been received, the City will be able to issue the Notice to Proceed. After the Notice to Proceed is issued, the contractor has 300 calendar days to complete the construction. 3. FINANCIAL IMPACT The City has $488,867 available from the 2011 CO issuance for this project. The remaining funding will be acquired through the issuance of the Certificates of Obligation that will occur in December The Notice to Proceed will not be issued until after the City has issued the Certificates of Obligation in December. Funding for the project will be through the wastewater fund. 4. ACTION OPTIONS/RECOMMENDATION Staff is requesting the City Council consider awarding the bid for the Downtown Wastewater Rehabilitation project and authorizing the City Manager to execute the contract. 5. ATTACHMENTS 1. LAN Bid Award Recommendation 2. Certified Bid Tabulation 3. Record of Performance 4. Owner-Contractor Agreement 65

3 October 13, 2014 City of Buda ATTN: Mr. Stanley Fees, P.E., CFM 100 Houston St., Suite A Buda, TX Via sfees@ci.buda.tx.us RE: Downtown Wastewater Rehab Recommendation of Award Mr. Fees: On October 6, 2014, the City received four (4) sealed bids for construction of the Downtown Wastewater Rehab project. LAN has performed a due diligence review of the bids, and recommend that the Alternate 1 work be included for construction. Enclosed is a Bid Tab summary, which includes bid item pricing and overall costs submitted by all responsive bidders. The lowest responsive bidder is T Construction, LLC. References were provided by the low bidder and are enclosed. Based on information provided by references, the low bidder has completed similar pipe bursting projects and appears to be capable of successfully performing the Work. Therefore, we recommend that the contract for construction of the Downtown Wastewater Rehab project be awarded to T Construction, LLC. Please contact me at (512) or tmmichel@lan-inc.com should you have any further questions. Sincerely, Travis Michel, P.E. Sr. Project Manager Enclosures Cc: Eric Nelson, P.E. (LAN) LAN Project file ( ) 102 Wonder World Drive, Suite 303 San Marcos, Texas Fax:

4 CERTIFIED BID TAB CITY OF BUDA BID TABULATION PROJECT SPONSOR: CITY OF BUDA BID OPENING DATE: 10/6/2014 PROJECT MANAGER: TRAVIS MICHEL, P.E. TIME: 3:00 PM LOCKWOOD, ANDREWS, & NEWNAM, INC. LOCATION: 121 MAIN STREET, BUDA TX BIDDER (S): LOCATION: DOWNTOWN WASTEWATER REHABILITATION T Construction, LLC Horseshoe Construction, Inc. PM Construction & Rehab Pronto Sandblasting & Coating & Oil Field Services Co. Inc. HOUSTON, TX LA PORTE, TX PASADENA, TX SAN ANTONIO, TX LINE ITEM QTY UNIT ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 1 EA. SITE RESTORATION $ 139, $ 139, $ 15, $ 15, $ 10, $ 10, $ 140, $ 140, EA. 3 3 EA VLF VLF. 6 5 EA. 7 3 EA. 8 5 EA. Service Reconnection by Excavation, 0-8 Depth, Complete in Place $ $ 4, $ 1, $ 7, $ $ 3, $ 2, $ 10, Service Reconnection by Excavation, >8 Depth, Complete in Place $ $ 2, $ 2, $ 6, $ $ 2, $ 3, $ 9, Service Replacement and Reconnection by Excavation, 0-8 Depth, Complete in Place $ $ 105, $ 1, $ 157, $ $ 94, $ 1, $ 188, Service Replacement and Reconnection by Excavation, >8 Depth, Complete in Place $ $ 68, $ 1, $ 112, $ $ 68, $ 1, $ 141, Point Repair or Obstruction Removal by Excavation for Existing 8 Sanitary Sewer, 0-8 Depth, Complete in Place $ $ 2, $ 1, $ 5, $ 1, $ 7, $ 5, $ 25, Point Repair or Obstruction Removal by Excavation for Existing 8 Sanitary Sewer, >8 Depth, Complete in Place $ $ 1, $ 1, $ 3, $ 1, $ 5, $ 10, $ 30, Combination Point Repair and Service Line Reconnection by Excavation, 0'-8' Depth, Complete in Place $ $ 3, $ 1, $ 7, $ 1, $ 8, $ 6, $ 30,

5 9 3 EA. Combination Point Repair and Service Line Reconnection by Excavation, >8' Depth, Complete in Place $ $ 2, $ 6, $ 20, $ 1, $ 5, $ 12, $ 36, EA. Rehabilitated Manhole - Interior Coating $ $ 61, $ $ 30, $ $ 93, $ $ 201, EA. Rehabilitated Manhole - Structural Lining $ $ 17, $ $ 15, $ $ 13, $ 1, $ 100, EA. Rehabilitated Manhole - Cone and Throat $ 2, $ 7, $ 1, $ 3, $ $ 2, $ 2, $ 6, EA. Rehabilitated Manhole - Invert $ $ 1, $ $ 2, $ $ 1, $ 3, $ 9, EA. Rehabilitated Manhole - Bench $ $ 3, $ $ 4, $ $ 2, $ 5, $ 25, LF Rehabilitated Manhole - Remove and Replace Frame and Cover $ $ 1, $ 1, $ 3, $ 1, $ 2, $ 7, $ 14, LF Rehabilitated Manhole - Resetting and Resealing Frame and Cover $ $ 1, $ 1, $ 6, $ $ 4, $ 7, $ 35, LF Rehabilitated Manhole - Grouting of Exterior Manhole Frame $ $ $ $ 1, $ 1, $ 2, $ 7, $ 14, LF Rehabilitated Manhole - Insert Dishes $ $ 2, $ $ 5, $ $ 3, $ 3, $ 51, Rehabilitated Manhole - Chemical Grout 19 7 LF Injection $ $ 5, $ 1, $ 7, $ 1, $ 11, $ 7, $ 49, LF Replacement Manholes, 48" Dia. $ 4, $ 19, $ 6, $ 27, $ 3, $ 15, $ 7, $ 28, LF Pre-Installation Cleaning Using Normal Cleaning Equipment, All Depths and Diameters $ 1.75 $ 25, $ 2.00 $ 29, $ 2.25 $ 33, $ 3.00 $ 44, LF Pre-Installation Cleaning Using Mechanical Cleaning Equipment, All Diameters and Depths $ $ 16, $ 5.15 $ 7, $ $ 14, $ 5.00 $ 7, LF EA EA EA EA. Pre-Installation Survey Television Inspection, All Depths and Diameters $ 1.50 $ 22, $ 2.00 $ 29, $ 2.25 $ 33, $ 5.00 $ 73, Pipe Bursting 4" VCP to 6" HDPE Sanitary Sewer, 0'-8' Depth, Complete in Place $ $ 4, $ $ 6, $ $ 6, $ $ 8, Pipe Bursting 6" VCP to 8" HDPE Sanitary Sewer, 0'-8' Depth, Complete in Place $ $ 210, $ $ 188, $ $ 258, $ $ 377, Pipe Bursting 6" VCP to 8" HDPE Sanitary Sewer, >8' Depth, Complete in Place $ $ 126, $ $ 116, $ $ 178, $ $ 259, Pipe Bursting 8" VCP to 8" HDPE Sanitary Sewer, 0'-8' Depth, Complete in Place $ $ 143, $ $ 128, $ $ 176, $ $ 330,

6 VLF. Pipe Bursting 8" VCP to 8" HDPE Sanitary Sewer, >8' Depth, Complete in Place $ $ 78, $ $ 74, $ $ 111, $ $ 202, LF Pipe Bursting 8" VCP to 10" HDPE Sanitary Sewer, >8' Depth, Complete in Place $ $ 14, $ $ 20, $ $ 22, $ $ 36, LF Manhole Survey and Inspection $ $ 14, $ $ 8, $ $ 28, $ $ 10, LF Manhole Inspection by Dye Testing $ $ 13, $ $ 6, $ $ 22, $ $ 13, EA. DROP MANHOLE WITH PRE-CAST BASE, 48" DIA $ 5, $ 5, $ 8, $ 8, $ 7, $ 7, $ 10, $ 10, L.F. STANDARD PRE-CAST MANHOLE WITH PRE-CAST BASE, 48" DIA. $ 4, $ 57, $ 7, $ 98, $ 5, $ 77, $ 7, $ 98, EA. EXTRA DEPTH OF MANHOLE, 48" DIA. $ $ 3, $ $ 6, $ $ 8, $ 1, $ 13, L.F. EXCAVATION SAFETY SYSTEMS, (ALL DEPTHS) $ 0.50 $ 4, $ 1.00 $ 9, $ 0.01 $ $ 1.00 $ 9, LS Pipe, 6" Dia. HDPE (all depths), including excavation and backfill $ $ 2, $ $ 4, $ $ 1, $ $ 2, L.F. Pipe, 8" Dia. HDPE (all depths), including excavation and backfill $ $ 26, $ $ 52, $ $ 25, $ $ 38, EA. END OF LINE CLEAN OUT, COMPLETE IN PLACE $ 1, $ 16, $ 2, $ 30, $ 1, $ 21, $ 1, $ 15, MO. SEDIMENT CONTAINMENT DIKES WITH FILTER FABRIC $ 3.70 $ 2, $ 5.00 $ 3, $ 6.00 $ 3, $ $ 19, MO. STABILIZED CONSTRUCTION ENTRANCE $ 4, $ 9, $ 1, $ 3, $ 2, $ 4, $ 2, $ 5, L.F. SILT FENCE FOR EROSION CONTROL $ 1.20 $ 4, $ 5.00 $ 18, $ 2.00 $ 7, $ 5.00 $ 18, LS TOTAL MOBILIZATION PAYMENT $ 106, $ 106, $ 50, $ 50, $ 30, $ 30, $ 140, $ 140, L.F. SAFETY FENCE $ 2.00 $ 3, $ $ 16, $ 3.00 $ 4, $ 5.00 $ 8, EA. CIP PROJECT SIGN $ $ 1, $ 5, $ 10, $ 1, $ 3, $ $ 1, BARRICADES, SIGNS, AND TRAFFIC MO. HANDLING $ 2, $ 22, $ 1, $ 15, $ 3, $ 30, $ 10, $ 100, MO. STEEL PLATING SYSTEM $ 2, $ 23, $ 1, $ 15, $ 2, $ 20, $ 5, $ 50, TOTAL BASE BID $ 1,413, $ 1,400, $ 1,487, $ 3,032, EA. Alternate No. 1 $ $ 21, $ 2, $ 60, $ 1, $ 33, $ 10, $ 300, TOTAL BID (BASE BID + ALTERNATE) $ 1,435, $ 1,460, $ 1,521, $ 3,332,

7 T CONSTRUCTION, L.L.C. RECORD OF PERFORMANCE 1 OWNER ENGINEER PROJECT / DESCRIPTION CITY OF MADISONVILLE 210 W. COTTONWOOD MADISIONVILLE, TEXAS MR. DANNY SINGLETARY PHONE: THE WALLACE GROUP 3010 ILLINOIS AVENUE, SUITE 100 KILLEEN, TEXAS MR. PAUL M. BOYER, P.E. CFM PHONE: CDBG BASIN A WASTEWATER IMPROVEMENTS TXCDBG CONTRACT / * OPEN CUT/PIPEBURST - 4,450 LF OF 10" PVC WW; 1,180 LF 6" PVC WW; 17 MH'S; SVC RECONN AND 1,195 LF HMAC SURFACE REPLACEMENT CONTRACT AMOUNT CONTRACT COMPLETION $ 780, % ON 5/ FORT BEND COUNTY MUD NO. 128 c/o ALLEN BOONE HUMPHRIES ROBINSON, LLP 3200 SOUTHWEST FREEWAY, SUIT2600 HOUSTON, TEXAS MR. JOHN WHITMORE COSTELLO, INC RICHMOND AVENUE, SUITE 450 HOUSTON, TEXAS MR.BREN PALERMO P.E. PHONE: SANITARY SEWER IMPROVEMENTS ALONG UNIVERSITY BOULEVARD / *OPEN CUT LF C-900 OF 8" PVC WW; 719 LF C-905 OF 15" PVC WW; 2,045 LF C-905 OF 24" PVC WW; 121 LF C- 905 OF 30" PVC WW; 14 MH'S $ 593, % ON 11/ CITY OF ROSENBERG 2110 FOURTH STREET ROSENBERG, TEXAS MS. MELISSA PENA PHONE: CITY OF MCALLEN P.O. BOX 220 MCALLEN, TEXAS MR. CARLOS GONZALES PHONE: CITY OF PASADENA 1211 E. SOUTHMORE PASADENA, TEXAS MR. VICTOR RENDON PHONE: CITY OF SANTA FE P.O. BOX 950 SANTA FE, TEXAS MR. TIM TURNER PHONE: KELLY R. KALUZA & ASSOCIATES, INC AVENUE I ROSENBERG, TEXAS MR. KELLY R. KALUZA PHONE: CITY OF MCALLEN P.O. BOX 220 MCALLEN, TEXAS MR. CARLOS GONZALES PHONE: LOCKWOOD, ANDREW & NEWNAM, INC BRIARPARK DRIVE HOUSTON, TEXAS MR. CHAU BAO, P.E., PM PHONE: JOHN D. MERCER & ASSOCIATES, INC. P.O. BOX 930 GALVESTON, TEXAS MR. JOHN D. MERCER, P.E. PHONE: PHASE Vll -NORTH SIDE SAN SWR IMPROVEMENTS BLOCK GRANT NO. B-11-UC * PIPE BURST - 3,150 LF OF 8" HDPE; 250 LF OF 10" OF HDPE; 6 MH'S; MH REHAB 16TH STREET & SYCAMORE STREET - SAN SWR REHAB CDBG NO C20-96 / * PIPE BURST - 14,000 + LF OF 8" HDPE; MH'S; MH REHAB; HMAC SURFACE REPLACEMENT RICHEY ROAD TRUNK SEW REHABILITATION - PHASE II CIP#WW050 / * OPEN CUT/PIPE BURST- 2,800 + LF OF 18" FORCE MAIN; 2,000 + LF OF 18" HDPE; LF OF 32" HDPE; MH'S; MH REHAB; HMAC SURFACE REPLACEMENT GALVESTON COUNTY WCID NO. 8 SANITARY SEWER REHABILITATION / * PIPE BURST - 15,000 + LF OF 8" HDPE; MH'S; MH REHAB; HMAC SURFACE REPLACEMENT $ 216, % ON 2/2013 $ 965, % ON 10/2012 $ 2,155, % ON 3/2013 $ 711, % ON 8/

8 T CONSTRUCTION, L.L.C OWNER ENGINEER PROJECT / DESCRIPTION CITY OF TEXAS CITY 911 HWY. 146 NORTH Texas City, TEXAS MR. WAYNE SOLOMON PHONE: CITY OF HOUSTON 611 Walker, 17th Floor Houston, TEXAS Mr. David Tajadod PHONE: Arkk Engineers 7322 S.W. FRWY. STE Houston, TEXAS MR. Jose Velasquez, P.E. PHONE: City of Houston 611 Walker, 17th Floor Houston, TEXAS Mr. David Tajadod PHONE: CITY OF GALVESTON CITY OF GALVESTON 823 Rosenberg, Room Rosenberg, Room 205 Galveston, TX Mr. Galveston, TX David VanRiper, PM PHONE: Mr. David VanRiper, PM PHONE: RECORD OF PERFORMANCE TEXAS CITY, SANITARY SEWER REHAB. PH. 14 * PIPE BURST - 9,800 + LF OF 8" HDPE; MH'S; MH REHAB; HMAC SURFACE REPLACEMENT WASTEWATER COLLECTION SYSTEM- FILE NO , *SAN. SWR OPEN CUT, PIPE BURSTING, NEW SAN MH's, MH REHAB. SANITARY SEWER REHABILITATION ANNUAL CDBG SERVICE AGREEMENT *SANITARY SEWER OPEN CUT 8" 18", PIPE BURSTING 8" 12", NEW PRE CAST MH'S, MH REHAB. CONTRACT AMOUNT CONTRACT COMPLETION $ 856, % ON 5/2014 $ 1,446, % ON 3/2014 $ 2,100, % ON 1/

9 THIS AGREEMENT is dated as of the day of in the year 2014 by and between the called OWNER, and, hereinafter called CONTRACTOR., hereinafter OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: DOWNTOWN WASTEWATER REHAB Article 2. ENGINEER The Project has been designed by Lockwood, Andrews & Newnam, Inc., 102 Wonder World Dr., Suite 303, San Marcos, TX 78666, who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIMES 3.1. The Work will be substantially completed within 300 calendar days of the commencement date indicated in the Notice to Proceed as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07B of the General Conditions no later than thirty (30) days after the project is declared in writing as substantially complete Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER Three hundred dollars ($300.00) for each calendar day that expires after the time specified in paragraph 3.1. for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER one thousand dollars ($1,000.00) for each calendar day that expires after the time specified in paragraph 3.1. for completion and readiness for final payment. Article 4. CONTRACT PRICE OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs 4.1. and 4.2. below: 4.1. For all Work other than Unit Price Work, a Lump Sum of: NOT USED 4.2. For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph

10 UNIT PRICE WORK Total Contract Price for All Unit Prices: As provided in paragraph of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03B of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions Progress Payments; Retainage. OWNER shall make monthly progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, during construction as provided in paragraphs and below. All such payments will be measured by the schedule of values established in paragraph 2.05B.3 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as accordance with paragraph 14.02B.5. of the General Conditions percent of Work completed (with the balance being retainage). If Work has been 50-percent completed as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed percent (with the balance being retainage) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph of the General Conditions) Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 95 percent of the Contract Price (with the balance being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.02B. of the General Conditions Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.07B. of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.07B. Article 6. INTEREST All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the rate of four (4) percent per annum, simple interest. Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1. CONTRACTOR has thoroughly examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8.) and the other related data identified in the Bidding Documents including "technical data." 73

11 7.2. CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work CONTRACTOR is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work CONTRACTOR 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 4.02A. of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents NOT USED 7.6. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies in the Contract Documents and the written resolution thereof by ENGINEER through issued addendum or addenda is acceptable to CONTRACTOR, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. When said conflicts, etc., have not been resolved through interpretation or clarification by ENGINEER, because of insufficient time or otherwise, CONTRACTOR has included in the Bid the greater quantity or better quality of Work, or compliance with the more stringent requirement resulting in a greater cost; and said greater cost is included in the Contract Price. Article 8. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 1 to 5, inclusive) Exhibits to this Agreement (not included). 74

12 8.3. Performance Bond, Payment Bond, Certificate of Insurance, and other Bonds as exhibits in Sections and Notice to Proceed Standard General Conditions (pages 1 to 56, inclusive) Supplementary Conditions (pages 1 to 4, inclusive). 8.7 Special Conditions (pages 1 to 4, inclusive) Governing Specifications bearing the title Downtown Wastewater Rehab and 1 appendix, as listed in table of contents thereof Drawings consisting of a cover sheet and sheets numbered 1 through 19, inclusive with each sheet bearing the following general title: DOWNTOWN WASTEWATER REHAB Addenda (if applicable) CONTRACTOR's Proposal and Bid Schedule Documentation submitted by CONTRACTOR prior to Notice of Award (Bid Bond; Statement of Materials) The following which may be delivered or issued after the Effective Date of the Agreement and are not attached thereto: All written amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.04 of the General Conditions. The documents listed in paragraphs 8.2. et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs of the General Conditions. Article 9. MISCELLANEOUS 9.1. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 75

13 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. This Agreement will be effective on, 2014 (which is the Effective Date of the Agreement). OWNER By: [CORPORATE SEAL] CONTRACTOR By: [CORPORATE SEAL] Attest Attest Address for giving notices Agent for service of process: Address for giving notices Agent for service of process: License No. NOTE: If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement. NOTE: If CONTRACTOR is a corporation, attach evidence of authority to sign. 76

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Project No ITB No

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

More information

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

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

More information

Demolition of Water Ground Storage Tanks

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

More information

Job No 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

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

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

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

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

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Ordinance No. 2016-12 CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION THIS CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION ( Agreement ) is dated as of the day of August, 2016 by and between Village

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

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

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

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

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

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

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

More information

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

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

More information

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

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

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

More information

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

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

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

More information

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

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

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL Solicitation No. B-11-030-BB Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations

More information

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

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

More information

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

CONTRACT DOCUMENTS Hutton Street Sanitary Sewer Repair Project City of Northville Oakland and Wayne County, Michigan

CONTRACT DOCUMENTS Hutton Street Sanitary Sewer Repair Project City of Northville Oakland and Wayne County, Michigan CONTRACT DOCUMENTS Hutton Street Sanitary Sewer Repair Project City of Northville Oakland and Wayne County, Michigan City of Northville 215 West Main Street Northville, Michigan 48167-1540 James P. Gallogly

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

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 QUOTATION

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

More information

AGREEMENT BETWEEN OWNER AND 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

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

(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

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

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

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

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at. Homeowner Contractor HomeStyle Renovation Contract Loan Number: Date: Borrower Name(s): Phone #: Phone #: THIS CONSTRUCTION CONTRACT ( Contract ) dated as of by and between ( Owner ) and ( Contractor )

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

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

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

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

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

More information

City of 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

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

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

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

BID FORM. PROJECT: 2017 Water line replacement

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

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

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

Pflugerville, TX St. Hedwig, TX 78152

Pflugerville, TX St. Hedwig, TX 78152 Pesado Construction Co., Inc. 7054 Pipestone Schertz, TX 78154 Lewis Contractors, Inc. P.O. Box 1623 Bertram, TX 78605 Wauters Engineering, LLC 12870 Adkins St. Hedwig Rd. St. Hedwig, TX 78152 Cash Construction

More information

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

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

More information

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

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

More information

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

SUBDIVISION IMPROVEMENTS AGREEMENT

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

More information

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

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

STABLER POINT ROCK QUARRY EXPANSION

STABLER POINT ROCK QUARRY EXPANSION STABLER POINT ROCK QUARRY EXPANSION Contract No. BE17-245 File No. 1962 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS

More information

City of San Juan Capistrano Agenda Re~rt

City of San Juan Capistrano Agenda Re~rt City of San Juan Capistrano Agenda Re~rt 5/7/2013 016 TO: FROM: DATE: SUBJECT: Karen P. Brust, City Manage;p, Keith Van Der Maaten, Utilities Direct~~ Prepared by: Stephen Liao, Engine~A/1.-t...--1 '-f'rfi./'jf/(

More information

BID TABULATION BID REQUEST NO

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

More information

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

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

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

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

7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING

7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING CONTRACT DOCUMENTS SPRINGFIELD UTILITY BOARD 7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING VOLUME No. 1 SUB PROJECT NO. 16630 June 2017 202 South 18 th Street Springfield, OR 97477 SET NO. SECTION

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

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

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

More information

GOLD CREEK FLUME CONCRETE PATCHING

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

More information

DOWNTOWN LIBRARY SERVER ROOM

DOWNTOWN LIBRARY SERVER ROOM Contract No. E11-173 File No. 1721 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT

More information

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

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

More information

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

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

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

NOTICE INVITING BIDS

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

More information

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

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

More information

Bartlett &West Driv<ng Community and Industry Forward, Together

Bartlett &West Driv<ng Community and Industry Forward, Together PROJECT MANUAL FOR 2018 WATER DISTRIBUTION SYSTEM IMPROVEMENTS PUBLIC WATER SUPPLY DISTRICT NO.4 OF COLE COUNTY, MISSOURI Water System No. M03024163 GARY WILLIAM DAVIS- PROFESSIONAL ENGINEER LICENSE NO.

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

DZANTIK I HEENI MIDDLE SCHOOL ROOF REPAIR REBID

DZANTIK I HEENI MIDDLE SCHOOL ROOF REPAIR REBID DZANTIK I HEENI MIDDLE SCHOOL ROOF REPAIR REBID Contract No. BE 17-205 File No. 1930 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS,

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

SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE

SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE INVITATION FOR BID SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE TOWN OF LONGMEADOW MASSACHUSETTS June 3, 2015 1 LEGAL NOTICE: The Town of Longmeadow, MA, is accepting sealed bids for the

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

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

Alabama State Port Authority

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

More information

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

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

CONTRACT FOR THE CONSTRUCTION OF TW-3/17 WEST TRANSMISSION MAIN CONTRACT 1-17 INVITATION FOR BIDDER S PROPOSALS

CONTRACT FOR THE CONSTRUCTION OF TW-3/17 WEST TRANSMISSION MAIN CONTRACT 1-17 INVITATION FOR BIDDER S PROPOSALS DUPAGE WATER COMMISSION CONTRACT FOR THE CONSTRUCTION OF TW-3/17 WEST TRANSMISSION MAIN CONTRACT 1-17 INVITATION FOR BIDDER S PROPOSALS OWNER: ENGINEER: DuPage Water Commission AECOM Technical Services,

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

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

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

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted, ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT

More information

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

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

More information

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

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

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

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

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

More information

BOARD OF COUNTY COMMISSIONERS. Jorge Quintas I Joe Lauro

BOARD OF COUNTY COMMISSIONERS. Jorge Quintas I Joe Lauro Consent Agenda BOARD OF COUNTY COMMISSIONERS Regular Agenda D DATE: January 15, 2013 AGENDA ITEM NO. /.;2_.R. Public Hearing D County Administrator's Signature Subject: Award of Bid: Park Street Bridge

More information

SILVER STREET PAVING

SILVER STREET PAVING Contract No. BE17-086 File No. 1882 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT

More information

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO. 3-49-0024-048-2018 MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah

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

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS 12835 NEWCASTLE WAY, SUITE 200 DECEMBER 18, 2012 SPECIAL MEETING 12:00 P.M. 1. CALL TO ORDER 2. GENERAL BUSINESS a. AB 12 077 Resolution Authorizing

More information