CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS

Size: px
Start display at page:

Download "CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS"

Transcription

1 CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS Timber Covered Bridge Repairs: T--685 (Ardens Hill Road) over Little Fishing Creek County Bridge No. 95 Pine and Jackson Townships, Columbia County, PA Prepared for: COLUMBIA COUNTY COMMISSIONERS Columbia County Courthouse 11 West Main Street Main Street County Annex Bloomsburg, PA Prepared by: LARSON DESIGN GROUP 1000 Commerce Park Drive, Suite 201 Williamsport, PA LDG Project No January 2015 SUBMISSION QUALITY ASSURANCE Prepared By: MRK Date: 1/16/2015 Checked By: JTS Date: 1/26/2015 QA/QC d By: KAB Date: 1/28/2015

2 TABLE OF CONTENTS ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID PACKAGE AGREEMENT PACKAGE GENERAL CONDITIONS PAYMENT ITEMS SPECIAL CONDITIONS DEP GP-11 PERMIT PA PREVAILING WAGE RATES

3 ADVERTISEMENT FOR BIDS Owner: Columbia County Commissioners 11 West Main Street Main Street County Annex Bloomsburg, PA Sealed bids for the Timber Covered Bridge Repairs for T-685 (Ardens Hill Road) over Little Fishing Creek, County Bridge No. 95, will be received by the Columbia County Commissioners, 11 West Main Street, Main Street County Annex, Bloomsburg, PA 17815, until 3:00 p.m. (prevailing time), March 4, The work includes structural timber repairs and reinforced concrete abutment repairs. The bids will be publicly opened and read aloud on March 5, 2015 at the regularly scheduled Commissioners meeting held at the First Street Annex, 26 First Street, Bloomsburg, PA, beginning at 2:00 p.m. The bidders and the public are welcome to attend the meeting. The CONTRACT DRAWINGS and the CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS must be obtained from the following website; Interested parties are required to register on the website for the ability to view and/or acquire the Construction Drawings and the Contract Documents & Technical Specifications for this project. It is the responsibility of any person or organization interested in a hard copy of the Bidding Documents to pay all costs associated with printing. Contact the Engineer, Larson Design Group, 1000 Commerce Park Drive, Suite 201, Williamsport, PA 17701; (570) between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, with any questions pertaining to access and use of the website. Each BID must be accompanied by a Bid Bond payable to the Owner for ten percent (10%) of the total amount of the BID. As soon as the BID prices have been compared, the Owner will return the Bonds of all except the three lowest responsible bidders. When the Agreement is executed, the bonds of the two remaining unsuccessful bidders will be returned. Bidders must submit with their initial bid, a statement as to whether they have previously performed work subject to the President's Executive Order No (30 F.R ) "Equal Opportunity Clause". The Owner reserves the right to reject any or all bids, to waive any informalities in the bidding, or to limit the scope of work involved. No bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the Owner and the Bidder. Pennsylvania Department of Transportation prequalification is not required for this contract; however, contractor should be able to provide proof of prior experience. Bidders are advised that PA prevailing wage rates apply to contracts in excess of $100,000. February 2015 Columbia County Commissioners

4 INFORMATION FOR BIDDERS Bids will be received by the Columbia County Commissioners (herein called the "Owner") at the Main Street County Annex until 3:00 p.m., March 4, 2015 The bids will be publicly opened and read aloud on March 5, 2015 at the regularly scheduled Commissioners meeting held at the First Street Annex, 26 First Street, Bloomsburg, PA, beginning at 2:00 p.m. The bidders and the public are welcome to attend the meeting. Each Bid must be submitted in a sealed envelope, addressed to: Columbia County Commissioners 11 West Main Street Main Street County Annex Bloomsburg, PA Each sealed envelope containing a Bid must be plainly marked on the outside as BID FOR TIMBER COVERED BRIDGE REPAIRS: T-685 (ARDENS HILL ROAD) OVER LITTLE FISHING CREEK, COLUMBIA COUNTY BRIDGE NO. 95 and the envelope should bear on the outside the name of the bidder, bidder s address, license number (if applicable), and the name of the project for which the Bid is submitted. Only one copy of the Bid Form is required. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the Owner and the Bidder. Bidders must satisfy themselves of the accuracy of the estimated quantities in the Bid Schedule by examination of the site and a review of the drawings and specifications including Addenda. After bids have been submitted, the Bidder shall not assert that there was a misunderstanding concerning the quantities of work or of the nature of the work to be done. Each Bidder is required to check with the Owner for posted Addenda. The Owner shall provide to bidders prior to bidding, all information that is pertinent to, and delineates and describes, the land owned and rights-of-way acquired or to be acquired. The Contract Documents contain the provisions required for the construction of the Project. Information obtained from an officer, agent, or employee of the Owner or any other person shall not affect the risks or obligations assumed by the Contractor or relieve him from fulfilling any of the conditions of the Contract. Each Bid must be accompanied by a Bid Bond* payable to the Owner for ten percent (10%) of the total amount of the Bid. As soon as the Bid prices have been compared, the Owner will return the Bonds of all except the three lowest responsible Bidders. When the Agreement is executed, the Bonds of the two remaining unsuccessful Bidders will be returned. A certified check may be used in lieu of a Bid Bond. A Performance Bond* and Payment Bond*, each in the amount of 100% of the Contract Price, with a corporate surety approved by the Owner, will be required for the faithful performance of the contract. Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Performance Bonds must file with each Bond a certified and effective dated copy of their power of attorney. The party to whom the contract is awarded will be required to execute the Agreement and obtain the Performance Bond and Payment Bond within ten (10) calendar days from the date when Notice of Award 1.1

5 is delivered to the Bidder. The Notice of Award shall be accompanied by the necessary Agreement and Bond Forms. In case of failure of the Bidder to execute the Agreement, the Owner may at his option consider the Bidder in default, in which case the Bid Bond accompanying the proposal shall become the property of the Owner. The Owner, within ten (10) days of receipt of acceptable Performance Bond, Payment Bond, and Agreement signed by the party to whom the Agreement was awarded, shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Bidder may by written notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. The Notice to Proceed date shall be issued within thirty (30) days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period; the time may be extended by mutual agreement between the Owner and Contractor. If the Notice to Proceed has not been issued within the thirty (30) day period or within the period mutually agreed upon, the Contractor may terminate the Agreement without further liability on the part of either party. The anticipated Notice to Proceed date is April 6, The contractor will have 120 days from the date specified in the Notice to Proceed to complete all of the work. Bidders are not required to be Pennsylvania Department of Transportation prequalified for the proposed work to be done, however, contractor should be able to provide proof of prior experience relevant to the contract work. The Owner may make such investigations as he deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the Work contemplated therein. A conditional or qualified Bid will not be accepted. * Bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and the penal sum shall be within the maximum specified for such company in said Circular 570. After the proposals are opened, the total bid amount in the schedule and the name of the apparent low bidder will be publicly announced. Proposals will then be compared, on the basis of adding the products of the approximate quantities shown in the Bid Schedule, multiplied by the unit bid prices. Bid proposals will then be promptly verified and if judged by the Owner to be satisfactory, the results of the determination of the lowest responsible bidder will be made available to the public based on the corrected extensions. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the contract throughout. Each Bidder is responsible for inspecting the site and for reading and being thoroughly familiar with the Contract Document. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation in respect to his Bid. Further, the Bidder agrees to abide by the requirements under Executive Order No , as amended, including specifically the provisions of the equal opportunity clause set forth in the Supplemental General Conditions. The low Bidder shall supply the names and addresses of major material suppliers and subcontractors when requested to do so by the Owner. 1.2

6 All Construction Drawings are based on an 11 x17 ANSI B format and the Contract Documents on an 8.5 x11 letter format. Neither the Owner nor Engineer assumes the responsibility for errors or misinterpretations resulting from incomplete sets or improperly printed Bidding Documents. All requests for information or document clarifications during the bid process shall be ed through the website; In person, telephone and/or facsimile questions will not be accepted. All responses and addendums will be posted on the website. The Bidder is required to follow proper Erosion and Sediment Pollution Control measures as outlined on the E&S Plan. A GP-11 General Permit is required for this project and is in the approval process. The approved permit will be forwarded to the awarded contractor once approved by DEP. The Engineer is: Larson Design Group 1000 Commerce Park Drive, Suite 201 Williamsport, PA (570)

7 BID PACKAGE Bid Bid Schedule Bid Bond Certification of Bidder Regarding Equal Employment Opportunity Non-Collusion Bidding Certification

8 BID Proposal of (hereinafter called "Bidder"), organized and existing under the laws of the Commonwealth of Pennsylvania doing business as.* To the Columbia County Commissioners (hereinafter called "Owner"). In compliance with your Advertisement for Bids, Bidder hereby proposes to perform all work for the Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, Columbia County Bridge No. 95 in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to his own organization, that the prices in this bid have been arrived at independently without collusion, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence work under this contract on a date to be specified in the Notice to Proceed and to fully complete the project within 120 days. The Bidder further agrees to pay as liquidated damages, the sum of $ for each consecutive calendar day thereafter as provided in Section 14 of the General Conditions. Bidder acknowledges receipt of the following Addendum(s): *Insert "a corporation", "a partnership", or "an individual" as applicable. The Bidder shall submit a Unit Price Bid (except where pay items require a lump sum bid) for all work included in this contract. On the following pages, the Bidder shall break down his Unit Price Bid by each item listing the unit price and extension by which he arrived at his Unit Price Bid. These items are estimated approximate quantities provided to the Bidder to be used as a guide. The Bidder shall be satisfied to the accuracy of these quantities prior to submitting the Bid. The Unit Prices will be used to negotiate Change Orders should the Owner desire to increase or decrease the Scope of the Project. All Change Orders shall be executed on the Document provided in Section 3 and subject to the terms set forth in Sections 13 and 14 of the General Conditions. The Owner reserves the right to reject any or all Bids. 2.2

9 TIMBER COVERED BRIDGE REPRAIRS: T-685 (ARDENS HILL RD) OVER LITTLE FISHING CREEK COLUMBIA COUNTY BRIDGE No. 95 BID SCHEDULE Bidder agrees to perform all work described in the Contract Documents for the following unit prices: Item No. Description Unit Estimated Quantity Unit Price Total 1 Mobilization LS 1 2 Construction Access LS 1 3 Solid Sawn Structural Timber Repairs LS 1 4 Abutment Repairs LS 1 5 Jacking Bridge Superstructure and Temporary Bracing LS 1 6 Solid Sawn Timber Siding LS 1 7 Painting LS 1 UNIT PRICE BID (Total of 1 through 7)... $ (Bid shall include sales tax and all other applicable taxes and fees). Bidder agrees to perform all the work described in the Contract Documents for the following sum of Pay Items 1 through 7. TOTAL UNIT PRICE BID WRITTEN IN WORDS 2.3

10 Respectfully submitted: Bidder Signature Title Address Date Telephone No. License No. (if applicable) (Seal - If Bid is by a Corporation) ATTEST (Witness) Please complete information requested below: Federal Identification No. The P.O. Address of the Bidder is: Street City, State & Zip Phone Number If a Corporation: Name Address President Secretary Treasurer If a Firm: Name Address 2.4

11 BID BOND KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the Columbia County Commissioners as Owner in the penal sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of, 20. The condition of the above obligation is such that whereas the Principal has submitted to the Columbia County Commissioners a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, Columbia County Bridge No. 95. NOW, THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a Bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood as agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and it's Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper offices, the day and year first set forth above. Principal Surety By: IMPORTANT - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. 2.5

12 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order (30 F.R ). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER Name and Address of Bidder (include zip code) 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. { } Yes { } No _ 2. Compliance reports were required to be filed in connection with such contract or subcontract. { } Yes { } No _ 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100. { } Yes { } No { } None Required _ 4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? { } Yes { } No _ 2.6

13 NAME AND TITLE OF SIGNER (Please type) SIGNATURE DATE Replaces Form HUD-238.CD-1, which is Obsolete HUD

14 NON-COLLUSION BIDDING CERTIFICATION By submission of this bid, each bidder and each person signing on behalf of any bidder, certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3. No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. Subscribed and sworn to before me this day of, 20 Title My commission expires NOTE: If Bidder is a Corporation, the corporate name and title of officer signing must be stated. 2.8

15 AGREEMENT PACKAGE Agreement Payment Bond Performance Bond Notice of Award Notice to Proceed Change Order Certificate of Substantial Completion Consent of Surety for Final Payment Affidavit of Release of Liens Punch List

16 AGREEMENT This AGREEMENT, made this of, 20, by and between the Columbia County Commissioners, hereinafter called "Owner" and doing business as (an individual), or (a partnership), or (a corporation) hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the construction of: Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, County Bridge No The Contractor will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The Contractor will commence the work required by the Contract Documents within 10 calendar days after the date of the Notice to Proceed and will complete the same not to exceed the timeframe listed in the Bid Documents unless the period for completion is extended otherwise by the Contract Documents. 4. The Contractor agrees to perform all of the work described in the Contract Documents and comply with the terms therein for the sum of $, or as shown in the Bid Schedule. 5. The term "Contract Documents" means and includes the following: a.) b.) c.) d.) e.) f.) g.) h.) i.) j.) k.) l.) m.) n.) Advertisement for Bids Information for Bidders Bid Bid Bond Agreement General Conditions Supplemental General Conditions Payment Bond Performance Bond Notice of Award Notice to Proceed Change Order Specifications and contract drawings prepared or issued by Larson Design Group, Inc. Addenda: No. dated No. dated No. dated No. dated 6. The Owner will pay to the Contractor in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 3.2

17 IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in each of which shall be deemed an original on the date first above written. OWNER: Columbia County Commissioners By Name (please type) Address (SEAL) ATTEST Name (please type) Title CONTRACTOR: By Name (please type) Address (SEAL) ATTEST Name (please type) Title 3.3

18 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS; THAT (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal. and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto Columbia County Commissioners (Name of Owner) Main Street County Annex, 11 West Main Street, Bloomsburg, PA (Address of Owner) hereinafter called Owner, in the penal sum of _ Dollars, ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of, 20, a copy of which is hereto attached and made a part hereof for the construction of: Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, County Bridge No. 95 NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 3.4

19 PROVIDED FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder or the specifications accompanying the same shall in any way affect it's obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the term of the contract or to the Work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of, 20. ATTEST: (Principal) Secretary (SEAL) (Principal) By (s) (address) Witness as to Principal (Address) ATTEST: Witness as to Surety (Address) Surety by Attorney-in-Fact (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. 3.5

20 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) (Corporation, Partnership or Individual) hereinafter called Principal and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound into Columbia County Commissioners (Name of Owner) 11 West Main Street, Main Street County Annex, Bloomsburg, PA (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of, 20, a copy of which is hereto attached and made a part hereof for the construction of: Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, County Bridge No. 95 NOW THEREFORE, if the Principal shall well, truly and faithfully perform it's duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time alteration or addition to the terms of the contract or to work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work, or to the specifications. 3.6

21 PROVIDE FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of, 20. ATTEST: (Principal) Secretary (Principal) By (SEAL) (Witness as to Principal) (Address) (Address) Surety ATTEST: (Surety) Secretary (SEAL) (Witness as to Surety) (Address) By (Attorney-in-Fact) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. 3.7

22 NOTICE OF AWARD To: Project Description: Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, County Bridge No. 95 The Owner has considered the Bid submitted by you for the above described work in response to its Advertisement for Bids dated and Information for Bidders. You are hereby notified that your Bid has been accepted for items in the amount of $. You are required by the Information for Bidders to execute the Agreement and furnish the required Contractor's Performance Bond, Payment Bond, and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of, 20. COLUMBIA COUNTY COMMISSIONERS By Title ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of, 20 By Title 3.8

23 NOTICE TO PROCEED To: Date: Project: Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, County Bridge No. 95 You are hereby notified to commence work in accordance with the Agreement dated, on or before you are to complete the work no later than. The date of completion of all work is therefore. COLUMBIA COUNTY COMMISSIONERS By Title ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this the day of, 20 By Title 3.9

24 CHANGE ORDER Change Order No. Date Owner's Project No. Engineer's Project No Project: Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Owner: Columbia County Commissioners Little Fishing Creek, County Bridge No. 95 Contractor Contract Date To: CONTRACTOR The following changes are hereby made to the Contract Documents: Enclosures: The changes result in the following adjustment of Contract Price and Time: Contract Price Prior to This Change Order... $ Net (Increase) (Decrease) Resulting From this Change Order... $ Current Contract Price Including This Change Order... $ Contract Time Prior to this Change Order... Calendar Days Net (Increase) (Decrease) Resulting from this Change Order... Calendar Days Current Contract Time Including this Change Order... Calendar Days Requested by: Owner By Date The Above Changes Are Approved: Engineer By Date The Above Changes are Accepted: Contractor By Date 3.10

25 CERTIFICATE OF SUBSTANTIAL COMPLETION To: Date of Substantial Completion Project or Specified Part Shall Include: Project Title Project No. Location: Owner: Contractor: Contract For: Contract Date: The Work performed under this contract has been inspected by authorized representatives of the Owner, Contractor, and Engineer-Architect, and the Project (or specified part of the Project, as indicated above) is hereby declared to be substantially completed on the above date. DEFINITION OF SUBSTANTIAL COMPLETION The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed, in accordance with the contract documents, as modified by any change orders agreed to by the parties, so that the Owner can occupy or utilize the project or specified area of the project for the use for which it was intended. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the Contractor to complete all the work in accordance with the contract documents. Larson Design Group By Engineer Authorized Representative Date The Contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By Contractor Authorized Representative Date 3.11

26 The Owner accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at (time), on (date). The responsibility for heat, utilities, security, and insurance under the contract documents shall be as set forth under "Remarks" below. By Owner Authorized Representative Date Remarks: 3.12

27 CONSENT OF SURETY FOR FINAL PAYMENT Project Name: Timber Covered Bridge Repairs: T-685 (Ardens Hill Rd) over Little Fishing Creek, County Bridge No. 95 Project No.: Contract No.: Type of Contract : Amount of Contract : In accordance with the provisions of the above-named contract between the Owner and the Contractor, the following named surety: on the Payment Bond of the following named Contractor: hereby approves of final payment to the Contractor, and further agrees that said final payment to the Contractor shall not relieve the Surety Company named herein of any of its obligations to the following named Owner as set forth in said Surety Company's bond: IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this day of, 20. (Affix Corporate Seal Here) (Name of Surety Company) (Signature of Authorized Representative) Title 3.13

28 AFFIDAVIT OF RELEASE OF LIENS TO ALL WHOM IT MAY CONCERN: WHEREAS, the undersigned has been employed by to furnish labor and materials for work, under a contract for the improvement of the property described as in the of County of, State of of which is the Owner. NOW THEREFORE, this day of, 20, The undersigned, as the Contractor for the above-named Contract hereby certifies that to the best of his knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of work, labor or services, who have or may have liens against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception). ATTACHMENTS: 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens for Subcontractors and material and equipment suppliers. (SEAL) Contractor (Name of sole ownership, corporation or partnership) (Affix Corporate Seal Here) (SEAL) (Signature of Authorized Representative) Title: _ 3.14

29 PUNCH LIST Project: Timber Covered Bridge Repairs:: No.: T-685 (Ardens Hill Rd) over Little Fishing Creek, County Bridge No. 95 Location Date Inspection was conducted at the above project by at o'clock on this date. REPRESENTATION CONTRACTOR-OWNER Contractor Owner ENGINEER Design Staff Spec. Job Supervisor The following items are to be corrected or completed to comply with the contract documents: Type of Inspection Check Final 1 Yr. Guar. Guar. No. Item DISTRIBUTION: 1. Project Manager 2. Contractor's Representative 3. Resident Project Representative 4. File 3.15

30 GENERAL CONDITIONS Definitions Additional Instructions & Detail Drawings Schedules, Reports & Records Drawings & Specifications Materials, Services & Facilities Inspection & Testing Substitutions Patents Surveys, Permits, Regulations Protection of Work, Property, Persons Supervision by Contractor Changes in the Work Changes in Contract Price Time for Completion & Liquidated Damages Correction of Work Subsurface Conditions Suspension of Work, Termination & Delay Payments to Contractor Acceptance of Final Payment as Release Insurance Contract Security Assignments Indemnification Separate Contracts Subcontracting Engineer's Authority Land and Rights-of-Way Guarantee Arbitration Taxes Compliance

31 DEFINITIONS 1.1 Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof: 1.2 ADDENDA - Written or graphic instruments issued prior to the receipt of bids which modify or interpret the Contract Documents, Drawings, and Specifications, by additions, deletions, clarifications, or corrections. 1.3 BID - The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. 1.4 BIDDER - Any person, firm, or corporation submitting a bid for the work. 1.5 BONDS - Bid, Performance, and Payment Bonds, and other instruments of security, furnished by the contractor and his surety in accordance with the Contract Documents. 1.6 CHANGE ORDER - A written order to the contractor after the acceptance of the Agreement has been signed authorizing an addition, deletion, or revision in the work within the general scope of the Contract Documents or authorizing an adjustment in the contract price or contract time. 1.7 CONTRACT DOCUMENTS - The contract, including Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Agreement, Payment Bond, Performance Bond, Notice of Award, Notice to Proceed, Change Order, Drawings, Specifications, and Addenda. 1.8 CONTRACT PRICE - The total monies payable to the contractor under the Terms and Conditions of the Contract Documents. 1.9 CONTRACT TIME - The number of calendar days stated in the Contract Documents for the completion of the work CONTRACTOR - The person, firm, or corporation named as such in the Contract Documents DRAWINGS - The part of the Contract Documents which show the characteristics and scope of the work to be performed and which have been prepared or approved by the Engineer ENGINEER - The person, firm, or corporation named as such in the Contract Documents. 4.2

32 1.13 FIELD ORDER - A written order effecting a change in the work not involving an adjustment in the Contract Price or an extension of the Contract time, issued by the Engineer to the Contractor during construction NOTICE OF AWARD - The written notice of the acceptance of the Bid from the Owner to the successful bidder NOTICE TO PROCEED - Written communication issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work OWNER - A public or quasi-public body or authority, corporation, association, partnership, or individual for whom the work is to be performed PROJECT - The undertaking to be performed as provided in the Contract Documents RESIDENT PROJECT REPRESENTATIVE - The authorized representative of the Owner who is assigned to the project site or any part thereof SHOP DRAWINGS - All drawings, diagrams, illustrations, brochures, schedules, or other data which are prepared by the Contractor, a subcontractor, manufacturer, supplier or distributor, which illustrate how specific portions of the work shall be fabricated or installed SPECIFICATIONS - A part of the Contract Documents consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards, and workmanship SUBCONTRACTOR - An individual, firm, or corporation having a direct contract with the Contractor or with any other subcontractor for the performance of a part of the work at the site SUBSTANTIAL COMPLETION - That date, as certified by the Engineer when the construction of the project or a specified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the project or specified part can be utilized for the purposes for which it is intended SUPPLEMENTAL GENERAL CONDITIONS - Modifications to General Conditions required by a federal agency for participation in the project and approved by the agency in writing prior to inclusion in the Contract Documents, or such requirements that may be imposed by applicable state laws. 4.3

33 1.24 SUPPLIER - Any person or organization who supplies materials or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site WORK - All labor necessary to produce the construction required by the Contract Documents, and all materials and equipment incorporated or to be incorporated in the project WRITTEN NOTICE - Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address, or delivered in person to said party or his authorized representative on the work. 2. ADDITIONAL INSTRUCTIONS & DETAIL DRAWINGS 2.1 The Contractor may be furnished additional instructions by the Owner or his Representative, as necessary to carry out the work required by the Contract Documents. 3. SCHEDULES, REPORTS AND RECORDS 3.1 The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records, and other data where applicable as are required by the Contract Documents for the work to be performed. 3.2 Prior to the first partial payment estimate, the Contractor shall submit construction progress schedules showing the order in which he proposes to carry on the work, including dates at which he will start the various parts of the work, estimated date of completion of each part and, as applicable: 3.3 The Contractor shall also submit a schedule of payments that he anticipates he will earn during the course of the work. 4. DRAWINGS & SPECIFICATIONS 4.1 The intent of the drawings and specifications is that the contractor shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for use, occupancy or operation by the Owner. 4.2 Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the OWNER or his representative, in writing, who shall promptly correct 4.4

34 such inconsistencies or ambiguities in writing. Work done by the contractor after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the contractor's risk. 5. MATERIALS, SERVICES & FACILITIES 5.1 It is understood that, except as otherwise specifically stated in the contract documents, the contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the work within the specified time. 5.2 Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. 5.3 Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. 5.4 Materials, supplies and equipment shall be in accordance with samples submitted by the contractor and approved by the owner or his representative. 5.5 Materials, supplies or equipment to be incorporated into the work shall not be purchased by the contractor or the subcontractor subject to a chattel mortgage or under a conditional sales contract or other agreement by which an interest is retained by the seller. 6. INSPECTION & TESTING 6.1 All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the contract documents. 6.2 The owner shall provide all inspection and testing services not required by the contract documents. 6.3 The contractor shall provide at his expense the testing and inspection services required by the contract documents. 6.4 If the contract documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested, or approved by someone other than the contractor, the contractor will give the owner or his 4.5

35 representative timely notice of readiness. The contractor will then furnish the owner or his representative the required certificates of inspection, testing or approval. 6.5 Inspections, tests or approvals by the owner or his representative or others shall not relieve the contractor from his obligations to perform the work in accordance with the requirements of the contract documents. 6.6 The owner or his representative will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. 6.7 If any work is covered contrary to the written instructions of the owner or his representative, it shall be uncovered for his observation and replaced at the contractor's expense. 6.8 If the owner or his representative considers it necessary or advisable that covered work be inspected or tested by others, the contractor, at the owner or his representative's request, will uncover, expose or otherwise make available for observation, inspection or testing as the owner or his representative may require, that portion of the work in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such work is defective, the contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such work is not found to be defective, the contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate change order shall be issued. 7. SUBSTITUTIONS 7.1 Whenever a material, article or piece of equipment is identified on the drawings or specifications by reference to brand name or catalog number, it shall be understood that this reference is for the purpose of defining the performance or other prominent requirements and that other products of equal capacities, quantity and function shall be considered. The contractor may recommend the substitution of any material, article, or piece of equipment of equal substance and function for those referred to in the contract documents by reference to brand name or catalog number, and if, in the opinion of the owner or his representative, such material, article, or piece of equipment is of equal substance and function to the specified, the owner or his representative may approve its substitution and use by the contractor. Any cost differential shall be deductible from the contract price and the contract documents shall be appropriately modified by change 4.6

36 8. PATENTS order. The contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental charges or extra component parts required to accommodate the substitute will be made by the contractor without a change in the contract price or contract time. 8.1 The contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the owner harmless from loss on account thereof, except that the owner shall be responsible for any such loss when a particular process, design, or the product of a particular manufacturer or manufacturers is specified; however, if the contractor has reason to believe that the design, process, or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the owner or his representative. 9. SURVEYS, PERMITS, REGULATIONS 9.1 The owner will furnish benchmarks and reference points. The contractor is responsible for construction stakeout. This is incidental to mobilization. The contractor shall provide the owner and engineer with all layout information prior to the start of construction. 9.2 The contractor shall carefully preserve benchmarks and reference points and in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their loss or disturbance. 9.3 Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the contractor (the owner will secure PADEP General Permits as required). Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the owner, unless otherwise specified. The contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and at variance therewith, he shall promptly notify the owner or his representative in writing, and any necessary changes shall be adjusted as provided in Section 13, Changes in the Work. 10. PROTECTION OF WORK, PROPERTY AND PERSONS 10.1 The contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the job and to other persons who may be affected thereby, all the work and all materials or equipment to be incorporated therein, 4.7

37 whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawn, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction The contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify owners of adjacent utilities when prosecution of the work may affect them. The contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the contractor, and subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, except damage or loss attributable to the fault of the contract documents or to the acts or omissions of the owner or his representative or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the contractor In emergencies affecting the safety of persons or the work or property at the site or adjacent thereto, the contractor, without special instruction or authorization for the owner or his representative, shall act to prevent threatened damage, injury or loss. He will give the owner or his representative prompt written notice of any significant changes in the work or deviations from the contract documents caused thereby, and a change order shall thereupon be issued covering the charges and deviations involved. 11. SUPERVISION BY CONTRACTOR 11.1 The contractor will supervise and direct the work. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the contractor as the contractor's representative at the site. The supervisor shall have full authority to act on behalf of the contractor and all communications given to the supervisor shall be as binding as if given to the contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. 12. CHANGES IN THE WORK 12.1 The owner may at any time, as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the contract documents, or in the time required for performance of the work, an equitable adjustment shall be authorized by change order. 4.8

38 12.2 The owner or his representative, also, may at any time, by issuing a field order, make changes in the details of the work. The contractor shall proceed with the performance of any changes in the work so ordered by the owner's representative, unless the contractor believes that such field order entitles him to a change in contract price or time, or both, in which event he shall give the owner or his representative written notice thereof within seven (7) days after the receipt of the ordered change. Thereafter the contractor shall document the basis for the change in contract price or time within thirty (30) days. The contractor shall not execute such changes pending the receipt of an executed change order or further instruction from the owner. 13. CHANGES IN CONTRACT PRICE 13.1 The value of any change shall be determined by one or more of the following methods: a. If applicable unit prices are contained in the Agreement (established as a result of a unit price bid, the owner may order the contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in Agreement by more than twenty-five percent (25%). b. By acceptance of agreed unit prices based on estimated cost plus overhead and profit as applicable. c. By estimate of the actual cost of labor and materials plus overhead and profit, cost to be determined as the work progresses. d. By actual cost of labor and materials plus overhead and profit, cost to be determined as the work progresses. e. By estimate of the value as deductible from the approved detailed estimate Overhead shall be defined as an allowance to compensate for all costs, charges and expenses, direct or indirect, except for the actual cost of labor to include, but not be limited to insurance (other than as mentioned in Paragraph 157) bond or bonds, field and office supervisors and assistants above the level of foreman, use of small tools and minor equipment, incidental job burdens, general office expenses, etc Actual cost of labor and material shall be defined as the amount paid for the following items, to the extent determined reasonable and necessary: 4.9

39 Item 1 - Cost of materials delivered to the job site for incorporation into the contract work. Item 2 - Wage paid to workmen and foreman and wage supplements paid to labor organizations in accordance with current labor agreements. Item 3 - Premiums or taxes paid by the contractor for workmen's compensation insurance, unemployment insurance, FICA tax and other payroll taxes as required by law, net of actual and anticipated refunds and rebates. Item 4 - Sales taxes paid as required by law. Item 5 - Allowance for use of construction equipment (exclusive of hand tools and minor equipment), as approved for use by the owner or his representative. The rate on selfowned equipment used for periods of under one week will be the Rental Rate Blue Book for Construction Equipment by Nelsen/Dataquest, Inc. published rate. Equipment used for periods of 5 consecutive days or more will be billed at a rate equal to 45% of the published monthly rate. Allowance for operating costs (fuel and maintenance) shall be the Blue Book rate. In the alternative, the owner or his representative may approve for reimbursement at a rate representing the allowable costs or ownership. Self-owned equipment is defined to include equipment rented from controlled or affiliated companies. Rented equipment will be paid for at the actual rental cost. Gasoline, oil and grease required for operation and maintenance will be paid for at the actual cost. When, in the opinion of the contractor, and as approved by the owner or his representative, suitable equipment is not available on the site, the moving of said equipment to and from the site will be paid for at actual cost Regardless of the method used to determine the value of any change, the contractor will be required to submit evidence satisfactory to the owner to substantiate each and every item that constitutes his proposal of the value of the change. The amounts allowed for overhead and profit shall not exceed the applicable percentages as established in the two following paragraphs If the work is done directly by the contractor, overhead in an amount of 10% may be added if method (b), (c) or (d) is used, and to the cost of the labor and materials plus overhead there may be added 10% for profit. The percentages for overhead and profit may vary according to the nature, extent and complexity of the work involved, but in no case shall exceed the percentages set forth in this paragraph. No percentages for overhead and profit will be allowed on payroll taxes or on the premium portion of overtime pay If the work done by a subcontractor, subcontractor's overhead in the amount of 5% may be added to cost of labor and materials if method (b), (c) or (d) is used and to the cost of 4.10

40 labor and materials plus overhead there may be added 10% for the subcontractor's combined overhead and profit. No percentage for overhead and profit will be allowed on payroll taxes or on the premium portion of overtime pay In computing the value of a change order which involves additions and deductions of work and the added work exceeds the omitted work, the contractor will be allowed to retain the overhead and profit on the amount which the omitted work exceeds the added work, except that no overhead and profit shall be retained on value of work determined by method (a) The contractor may retain overhead and profit on a change order which involves deduction only, except that no overhead and profit shall be considered on value of work determined by method (a) For overruns and underruns exceeding 25% of estimated quantities, the owner will review the unit price and negotiate a new price if appropriate Change orders will be issued for overruns and underruns which change a single quantity by 25% or $25,000, or which cumulatively change the contract amount by both 25% and $25, Any change order(s) which substantially alter(s) the scope and/or quantities of the project from the bid amount shall require prior approval by the appropriate funding agency. 14. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 14.1 The date of beginning and the time for completion of the work are essential conditions of the contract documents and the work embraced shall be commenced on a date specified in the Notice to Proceed The contractor will proceed with the work at such rate of progress to insure full completion within the contract time. It is expressly understood and agreed, by and between the contractor and the owner, that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work If the contractor shall fail to complete the work within the contract time, or extension of time granted by the owner, then the contractor will pay to the owner the amount for liquidated damages as specified in the bid for each calendar day that the contractor shall be in default after the time stipulated in the contract documents. 4.11

41 14.4 The contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the contractor has promptly given written notice of such delay to the owner or his representative To any performance, priority or allocation order duly issued by the owner To unforeseeable causes beyond the control and without the fault or negligence of the contractor, including but not restricted to, acts of God, or of the public enemy, acts of the owner, acts of another contractor in the performance of a contract with the owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather; and To any delays of subcontractors occasioned by any of the causes specified in paragraphs and of this article. 15. CORRECTION OF WORK 15.1 The contractor shall promptly remove from the premises all work rejected by the owner or his representative for failure to comply with the contract documents, whether incorporated in the construction or not, and the contractor shall promptly replace and reexecute the work in accordance with the contract documents and without expense to the owner and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement All removal and replacement work shall be done at the contractor's expense. If the contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the owner may remove such work and store the materials at the expense of the contractor. 16. SUBSURFACE CONDITIONS 16.1 The contractor shall promptly, and before such conditions are disturbed, except in the event of an emergency, notify the owner by written notice of: Subsurface or latent physical conditions at the site differing materially from those indicated in the contract documents; The owner shall promptly investigate the conditions, and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the work, an equitable adjustment shall be made and the contract documents shall be modified by a change order. Any claim of the contractor for adjustment hereunder shall not be allowed unless he has given the required written notice; provided that the owner may, if he 4.12

42 determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. 17. SUSPENSION OF WORK, TERMINATION AND DELAY 17.1 The owner may suspend the work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the contractor, by written notice to the contractor and the owner or his representative which notice shall fix the date on which work shall be resumed. The contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension The owner may, without prejudice to any other right or remedy and after giving the contractor and his surety a minimum of ten (10) days from delivery of a written notice, terminate the services of the contractor and take possession of the project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the contractor, and finish the work by whatever method he may deem expedient if it is determined that the contractor has done one of the following: He is adjudged bankrupt or insolvent He makes a general assignment for the benefit of his creditors He or any of his property is appointed a trustee or receiver He files a petition to take advantage of any debtor's act He reorganizes under the bankruptcy or applicable laws He repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment He repeatedly fails to make promptly payments to subcontractors or for labor, materials, or equipment He disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the work He disregards the authority of the owner or his representative He otherwise violates any provision of the contract documents. In such case the contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price exceeds the direct and 4.13

43 indirect costs of completing the project, including compensation for additional professional services, such excess shall be paid to the contractor. If such costs exceed such unpaid balances, the contractor will pay the difference to the owner. Such costs incurred by the owner will be determined by the owner or his representative and incorporated in a change order Where the contractor's services have been so terminated by the owner, said termination shall not affect any right of the owner against the contractor then existing or which may thereafter accrue. Any retention or payment of monies by the owner due the contractor will not release the contractor from compliance with the contract documents After ten (10) days from delivery of a written notice to the contractor and the owner or his representative, the owner may, without cause and without prejudice to any other right or remedy, elect to abandon the project and terminate the contract. In such case, the contractor shall be paid for all work executed and any expense sustained plus reasonable profit If, through no act or fault of the contractor, the work is suspended for a period of more than ninety (90) days by the owner or under an order of court or other public authority, or the owner or his representative fails to act on any request for payment within thirty (30) days after it is submitted, or the owner fails to pay the contractor substantially the sum approved by the owner or his representative or awarded by arbitrators within thirty (30) days of its approval and presentation, then the contractor may, after ten (10) days from delivery of a written notice to the owner or his representative, terminate the contract and recover from the owner payment for all work executed and all expenses sustained. In addition and in lieu of terminating the contract, if the owner or his representative has failed to act on a request for payment or if the owner has failed to make any payment as aforesaid, the contractor may upon ten (10) days written notice to the owner and the owner or his representative stop the work until he has been paid all amounts then due, in which event and upon resumption of the work, change orders shall be issued for adjusting the contract price or extending the contract time or both to compensate for the costs and delays attributable to the stoppage of the work If the performance of all or any portion of the work is suspended, delayed, or interrupted as a result of a failure of the owner or his representative to act within the time specified in the contract documents, or if no time is specified, within a reasonable time, an adjustment in the contract price or an extension of the contract time, or both, shall be made by change order to compensate the contractor for the costs and delays necessarily caused by the failure of the owner or his representative. 4.14

44 18. PAYMENTS TO CONTRACTOR 18.1 At least ten (10) days before each progress payment falls due (but not more often than once a month), the contractor will submit to the owner or his representative a partial payment estimate filled out and signed by the contractor covering the work performed during the period covered by the partial payment estimate and supported by such data as the owner or his representative may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the owner, as will establish the owner's title to the material and equipment and protect his interest therein, including applicable insurance. The owner or his representative will, within ten (10) days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the owner, or return the partial payment estimate to the contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the contractor may make the necessary corrections and resubmit the partial payment estimate. The owner will, within thirty (30) days of presentation to him of an approved partial payment estimate, pay the contractor a progress payment on the basis of the approved partial payment estimate. The owner shall retain ten percent (10%) of the amount of each payment until fifty percent of the work is completed. After that five percent of the amount of each payment shall be retained until final completion and acceptance of all work covered by the contract documents. On completion and acceptance by the owner of a part of the work on which the price is stated separately in the contract documents, payment may be made in full, including retained percentages, less authorized deductions The request for payment may also include an allowance for the cost of such major materials which are suitably stored whether at or near the site less ten percent (10%) of the amount Prior to substantial completion, the owner, with the concurrence of the contractor, may use any completed or substantially completed portions of the work. Such use shall not constitute an acceptance of such portions of the work The owner shall have the right to enter the premises for the purpose of doing work not covered by the contract documents. This provision shall not be construed as relieving the contractor of the sole responsibility for the care and protection of the work area, or the restoration of any damaged work except such as may be caused by agents or employees of the owner Upon completion and acceptance of the work, the owner or his representative shall issue a certificate attached to the final payment request that the work has been accepted by him under the conditions of the contract documents. The entire balance found to be due the 4.15

45 contractor, including the retained percentages, but except such sums as may be lawfully retained by the owner, shall be paid to the contractor within thirty (30) days of completion and acceptance of the work The contractor will indemnify and save the owner or the owner's agents harmless from all claims growing out of the lawful demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of the performance of the work. The contractor shall, at the owner's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the contractor fails to do so the owner may, after having notified the contractor, either pay unpaid bills or withhold from the contractor's unpaid compensation a sum of money deemed reasonable sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the contractor shall be resumed, in accordance with the terms of the contract documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the owner to either the contractor, his surety, or any third party. In paying any unpaid bills of the contractor, any payment so made by the owner shall be considered as a payment made under the contract documents by the owner to the contractor and the owner shall not be liable to the contractor for any such payments made in good faith If the owner fails to make payment thirty (30) days after approval, in addition to other remedies available to the contractor, there shall be added to each such payment interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the contractor. 19. ACCEPTANCE OF FINAL PAYMENT AS A RELEASE 19.1 The acceptance by the contractor of final payment shall be and shall operate as a release to the owner of all claims and all liability to the contractor other than claims in stated amounts as may be specifically excepted by the contractor for all things done or furnished in connection with this work and for every act and neglect of the owner and others relating to or arising out of this work. Any payment, however, final or otherwise, shall not release the contractor or his sureties from any obligations under the contract documents or the Performance Bond and Payment Bonds. 20. INSURANCE 20.1 The contractor shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the contractor s execution of the work, whether such execution be by himself or by a subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 4.16

46 Claims under workmen s compensation, disability benefit and other similar employee benefit acts; Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees; Claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees; Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the contractor, or (2) by another person; and Claims for damages because of injury to or destruction of tangible property, including loss of use resulting there from Certificates of insurance acceptable to the owner shall be filed with the owner prior to commencement of the work. These certificates shall contain a provision that coverage s afforded under the policies will not be cancelled unless at least fifteen (15) days prior written notice has been given to the owner. Cancellation clauses that read endeavor to but failure to mail such notice are NOT acceptable and must be crossed out. The owner and engineer shall be named as additional insured in all policies for ongoing operations and completed operations The contractor shall procure and maintain, at his own expense, during the contract time, liability insurance as hereinafter specified: The contractor shall carry Commercial General Liability Insurance with limits of not less than $1,000,000 per occurrence and $2,000,000 aggregate. The insurance includes: Products/completed operations; blanket contractual liability all written and oral contracts; premises and operation liability; explosion, collapse and underground personal injury; independent contractors; broadform property damage; severability of liability; fire damage legal liability real property; incidental malpractice (including employees); non-owned watercraft; and automatic coverage for newly acquired entities The contractor shall carry, during the life of the Contract, Commercial Automobile Liability Insurance covering all owned, hired, leased and nonowned vehicles with a minimum limit of liability of $1,000,000 per occurrence. 4.17

47 The contractor shall maintain Umbrella and Excess Liability Coverage over General Liability; Auto and Worker s Compensation in the amount of 1,000, The contractor shall procure and maintain, at his own expense, during the contract time, in accordance with the provisions of the laws of the state in which the work is performed, Workmen s Compensation Insurance, including occupational disease provisions for all of the latter s employees unless such employees are covered by the protection afforded by the contractor. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under Workmen s Compensation statue, the contractor shall provide, and shall cause each subcontractor to provide, adequate and suitable insurance for the protection of his employees not otherwise protected Unless otherwise indicated, the contractor shall secure, if applicable, All Risk type Builder s Risk Insurance for work to be performed. Limit of coverage will correspond to the amount of the contract less any agreed to uninsurable portions of the Work, as approved by the Owner. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke during the contract time, and until the work is accepted by the owner. The policy shall name as the insured the contractor and the owner. In cases of projects involving utility lines or other work on which Builder s Risk policies are normally not written, the Contractor will furnish an all-risk Installation Floater which provides coverage for all materials stored or installed. Such insurance will provide coverage until said materials have been installed, tested and placed in operation by Owner. Such insurance may have a deductible clause, but the amount of deductible shall not exceed One Thousand Dollars ($1,000.00). If Owner finds it necessary to occupy or use a portion of portions of the work prior to Substantial Completion of all the work, the insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted by lapse of account of any such partial use or occupancy When the work involves occupancy of railroad right of way, highway right of way, use of marine equipment or work in navigable waterways, or any other special hazard, adequate liability insurance shall be provided by the Contractor as required by the railroad or the regulatory agency or governmental body having jurisdiction over the work site(s). In the case of railroad protective insurance, the conditions of the License Agreement between the Owner and the railroad will be fully met by the Contractor s insurance, with such special insurance certificates or additional insureds as may be required. In the case of 4.18

48 21 CONTRACT SECURITY occupancy of PennDOT right or way, the Contractor will furnish all certificates required by PennDOT, on the forms(s) prescribed by PennDOT The contractor shall within ten (10) days after the receipt of the Notice of Award furnish the owner with a Performance Bond and a Payment Bond in penal sums equal to the amount of the contract price, conditioned upon the performance; by the contractor of all undertakings, covenants, terms, conditions and agreements of the contract documents, and upon the prompt payment by the contractor to all persons supplying labor and materials in the prosecution of the work provided by the contract documents. Such bonds shall be executed by the contractor and a corporate bonding company licensed to transact such business in the state in which the work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these bonds shall be borne by the contractor. If at any time a surety on any such BOND is declared a bankrupt or loses its right to do business in the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal bonds, contractor shall within ten (10) days after notice from the owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the owner. The premiums on such bond shall be paid by the contractor. No further payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable bond to the owner. 22. ASSIGNMENTS 22.1 Neither the contractor nor the owner shall sell, transfer, assign or otherwise dispose of the contract or any portion thereof, or of his right, title or interest therein, or his obligations thereunder, without written consent of the other party. 23. INDEMNIFICATION 23.1 The contractor will indemnify, defend, and hold harmless the owner and the engineer and their agents and employees from and against all claims, damages, losses and expenses including reasonable attorney's fees arising out of or resulting from the performance of the work, provided that any such claims, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting there from; and is caused in whole or in part by any negligent or willful act or omission of the contractor, or subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 4.19

49 23.2 In any and all claims against the owner or the engineer, or any of their agents or employees, by an employee of the contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the contractor or any subcontractor under workmen's compensation acts, disability benefit acts or other employee benefits acts The obligation of the contractor under this paragraph shall not extend to the liability of the engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications. 24. SEPARATE CONTRACTS 24.1 The owner reserves the right to let other contracts in connection with the project. The contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If the proper execution or results of any part of the contractor's work depends upon the work of any other contractor, the contractor shall inspect and promptly report to the engineer any defects in such work that render it unsuitable for such proper execution and results The owner may perform additional work related to the project by himself, or he may let other contracts containing provisions similar to these. The contractor will afford the other contractors who are parties to such Contracts (or the owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate his work with theirs If the performance of additional work by other contractors or the owner is not noted in the contract documents prior to the execution of the contract, written notice thereof shall be given to the contractor prior to starting any such additional work. If the contractor believes that the performance of such additional work by the owner or others involves him in additional expense or entitles him to an extension of the contract time, he may make a claim therefore as provided in Sections 14 and SUBCONTRACTING 25.1 The contractor may utilize the services of specialty subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty subcontractors. 4.20

50 25.2 The contractor shall not award work to subcontractor(s), in excess of fifty (50%) percent of the contract price, without prior written approval of the owner The contractor shall be fully responsible to the owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the contractor by the terms of the contract documents insofar as applicable to the work of subcontractors and to give the contractor the same power as regards terminating any subcontract that the owner may exercise over the contractor under any provision of the contract documents Nothing contained in this contract shall create any contractual relation between any subcontractor and the owner. 26. ENGINEER'S AUTHORITY 26.1 The engineer, when requested by the owner, shall act as the owner's representative during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and work performed. He shall interpret the intent of the contract documents in a fair and unbiased manner. The engineer will make visits to the site and determine if the work is proceeding in accordance with the contract documents The contractor will be held strictly to the intent of the contract documents in regard to the quality of materials, workmanship and execution of the work. Inspections may be made at the factory or fabrication plant of the source of material supply The engineer will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety The engineer shall promptly make decisions relative to interpretation of the contract documents. 27. LAND AND RIGHTS-OF-WAY 27.1 Prior to issuance of Notice to Proceed, the owner shall obtain all land and rights-of-way necessary for carrying out and for the completion of the work to be performed pursuant to the contract documents, unless otherwise mutually agreed The owner shall provide to the contractor information which delineates and describes the lands owned and rights-of-way acquired. 4.21

51 27.3 The contractor shall provide at his own expense and without liability to the owner any additional land and access thereto that the contractor may desire for temporary construction facilities, or for storage of materials. 28. GUARANTEE 28.1 The contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The contractor warrants and guarantees for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The owner will give notice of observed defects with reasonable promptness. In the event that the contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the owner may do so and charge the contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. 29. ARBITRATION 30. TAXES 29.1 All claims, disputes, and other matters in question arising out of, or relating to, the contract documents or the breach thereof, except for claims which have been waived by the making and acceptance of final payment as provided by Section 20, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association. This agreement to arbitrate shall be specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in any court having jurisdiction thereof Notice of the demand for arbitration shall be filed in writing with the other party to the contract documents and with the American Arbitration Association, and a copy shall be filed with the engineer. Demand for arbitration shall in no event be made on any claim, dispute or other matter in question which would be barred by the applicable statute of limitations The contractor will carry on the work and maintain the progress schedule during any arbitration proceedings, unless otherwise mutually agreed in writing The contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. 4.22

52 31. COMPLIANCE The work proposed in this contract complies with all current Federal, State and Municipal Building codes, regulations and laws, to the best of the engineer's knowledge. Should the contractor find any non-compliance, he should follow the stipulations of General Conditions, Section

53 PAYMENT ITEMS Project Location Map Reference to PennDOT Construction Restrictions Item 1 Mobilization Item 2 Construction Access Item 3 Solid Sawn Structural Timber Repairs Item 4 Abutment Repairs Item 5 Jacking Bridge Superstructure and Temporary Bracing Item 6 Solid Sawn Timber Siding Item 7 Painting

54 SITE LOCATION MAP N BRIDGE LOCATION T-685 (Ardens Hill Road) over Little Fishing Creek BMS No Latitude Longitude 5.2

55 REFERENCE TO PENNDOT All materials and workmanship to be in accordance with Standard Specifications of the Pennsylvania Department of Transportation, Publication 408 dated 2011, Change No. 7, and Supplements thereto unless otherwise noted or otherwise directed by the Specifications of this Project. Where applicable, all materials used shall be in the Pennsylvania Department of Transportation, Bulletin #15 - Approved Construction Materials. Supplemental Specifications or standard drawings listed or referred to in this proposal are available for purchase upon request from PennDOT Sales Store, P.O. Box 2730, Harrisburg, Pennsylvania, 17105, Telephone: (717)

56 CONSTRUCTION RESTRICTIONS Little Fishing Creek is listed as Approved Trout Waters and Supports Natural Trout Reproduction by the PA Fish and Boat Commission. Therefore, stream restrictions will be in place from March 1 st to June 15 th and from October 1 st to December 31 st. The Contractor will be responsible for coordinating any waivers with the PA Fish and Boat Commission that they may need for the proposed project. Contact North East Region, 5566 Main Road, Sweet Valley, PA 18656, Phone (570) to coordinate waivers. Contractor is to give the Engineer a minimum of 24 hours notice prior to placing any concrete for this project. Failure to give proper notice to the Engineer may result in the rejection of work. Do not allow the structure to be closed to traffic for more than 60 consecutive days beginning on the initial date of closure. From the time the Contractor begins work on site, to the time the timber superstructure is secured to the abutments, the Contractor shall be completely responsible for maintaining the structural integrity of the bridge at all times. This includes, but is not limited to securing the structure during flood events. 5.4

57 In accordance with Section 608 and as follows: DESCRIPTION. Add the following: PAYMENT ITEM 1 MOBILIZATION A job office is not a requirement of the Contract. Includes Maintenance and Protection of Traffic During Construction in accordance with applicable portions of Section 901 and as follows: o o This project will require closure of the structure for the duration of the project. At least two (2) weeks prior to beginning work or imposing any traffic restrictions notify Local Municipalities, Emergency Services, Local and/ or State Police, Fire Departments, Post Offices, and School District Transportation Coordinators that may be affected by the project. Close the structure and provide signing mounted on temporary Type III barricades. Place signs at structure and each advance intersection in accordance with MUTCD 2009, Revision 2, section 6F.68 and PennDOT Publication 236, R-Series signs. Applicable signs are as follows: R R11-3A R11-3 o The total time for completion of all work is 120 days. Within this time frame, do not allow the structure to remain closed for more than 60 consecutive days beginning on the initial date of closure MEASUREMENT AND PAYMENT. Lump Sum. Delete item (a) and (b) and add the following: Payment will be made for the lump sum price bid for Mobilization at seventy five percent (75%) of the lump sum amount bid at the beginning of the project. The remaining twenty five percent (25%) will be paid to the Contractor at the completion of the project as specified after a site inspection by the Engineer. The following are also required to be furnished before final payment of this item: Certified Payroll Records Final DBE/WBE/MBE Payment amounts, if necessary Material Slips, as required Material Certifications, as required Any Right to Enter forms and property release forms from property owners, if necessary Final Work Order documentation and Force Account documentation, if necessary 5.5

58 PAYMENT ITEM 2 CONSTRUCTION ACCESS DESCRIPTION: This work consists of construction access and all work associated with access to the work site and staging area including restoring the site to existing conditions and site cleanup. This item also includes implementing all necessary erosion and sediment pollution control measures in accordance with the DEP Erosion and Sediment Pollution Control Best Management Practice (BMP) Manual dated March 31, 2012 and in accordance with the approved DEP GP-11 Permit as required. MATERIAL Compost Filter Sock Section 867. Polyethylene, 6 Mil AASHTO - M171. Seeding and Soil Supplements, Formulas B & E Section Mulch, Straw Section CONSTRUCTION: Site Access as follows: Access should be constructed with minimal impacts to the existing site conditions. It is anticipated that construction access will be accomplished over the existing ground. However, if site conditions warrant, the contractor will be required to install rock and geotextile for access as outlined in the Erosion and Sediment Pollution Control plan. Cut all brush and vegetation required to be removed for access and staging flush with the ground. Do not grub brush and/or vegetation or excavate the existing ground within the limits of the temporary construction easements. Upon completion of the work, restore any areas disturbed by the Contractor s method of operations to the pre-construction conditions to the satisfaction of the Owner. Seed disturbed areas as required according to the Erosion and Sediment Pollution Control plan. Remove all excess materials, tools, equipment and rubbish created or used during the Contractor s method of operations from the project site. MEASUREMENT AND PAYMENT Lump Sum. Payment will be made for the lump sum bid price of Construction Access upon completion of this work. All labor, tools, equipment, materials, disposal of brush and any other costs associated with Construction Access is incidental to this item. 5.6

59 DESCRIPTION: PAYMENT ITEM 3 SOLID SAWN STRUCTURAL TIMBER REPAIRS This work includes the furnishing and installation of new solid sawn timber members and all associated hardware, as indicated in the contract drawings. This work also includes removing and reinstalling the lower lateral timber bracing, portions of the timber siding, existing timber running boards, deck and stringers as required to perform the far abutment repairs as indicated on the contract drawings. Additional work includes, but is not limited to, removing and reinstalling any other existing timber members as necessary to make the indicated repairs. Solid sawn structural timber members to be replaced with new timbers are as follows: RIGHT TRUSS MEMBER LOCATION SIZE QUANTITY FBM LOW CHORD END FAR RIGHT EXTERIOR 12" H x 6" W x 14' - 6 1/2" L (±) LOW CHORD END FAR RIGHT INTERIOR 12" H x 6" W x 14' - 6 1/2" L (±) END POST FAR RIGHT 9 3/4" H x 9" W x 9' - 0" L (±) 1 66 TIMBER BEARING MEMBER LOCATION SIZE QUANTITY FBM ANGLED TIMBER END POST BEARING FAR ABUTMENT 9" W x 9" H x 7' -0" L (±) 1 48 Notes: Total quantity of new timbers (For information only) = 24.2 cf (290 Fbm) All dimensions above are to be checked and verified by contractor before ordering materials or beginning work. Repair lengths shown above include length required for connections and splices. GENERAL: When structure plan dimensions differ from dimensions in PennDOT Publication 408/2011, structure plan dimensions supersede. MATERIAL Applicable parts of Section and as follows: Solid Sawn Structural Timber Southern Pine, Grade No. 1, ACQ Preservative Treatment (Water-borne) 0.4 PCF retention or approved equal. To be used for the low chord repairs and the far right end post timber replacement. Tenino Copper Napthenate Field Preservative Treatment Conform to AWPA Standard M-4, section 7.7.1, 2% Copper Napthenate in P9 oil or approved equal. To be used on all portions of field cut timbers, including drilled holes, and applied to lag screws before installation. Steel Splice Plate In accordance with Section (a)2. To be used for the splice plate for the new timber end post bearing seat at the far right. 5.7

60 50d Spiral Wire Spikes Galvanized. To be used to reinstall the existing timber running boards and the new timber running board at the far end of the deck. Lag Screws with Washers Galvanized, regular hex with coarse threads. To be used to reinstall the existing timber deck boards, the existing lower lateral bracing and to fasten the splice plate for the angled timber bearing seat. Asphalt Coated Felt Paper 30 Lb. To be used at all areas where timbers are in contact with concrete. All timber materials are required to be supplied by a PennDOT Bulletin 15 Approved Supplier. The Contractor is to submit Certifications that the timber materials meet required grade and preservative treatment in accordance with the Contract Special Provisions. Certify as specified in Section (b)3. CONSTRUCTION: Applicable parts of Section , as indicated, or as directed. All timber members are to be repaired with similar dimensions as the existing member so as to provide a best fit for field conditions. All holes and grooves for timber connections (split rings) must be precise and machined with special grooving tools for proper connector performance. Apply Tenino Copper Napthenate Field Preservative Treatment to all cut members in accordance with AWPA Standard M4. Drill holes for split rings and install in accordance with manufacturer's recommendations. The contractor shall take necessary precautions to avoid damage to existing members that are to remain in place. Damaged items shall be repaired or replaced and restored to original condition as approved by the engineer at the expense of the contractor. Providing timber spacer blocks between the low chords at the connections as indicated in the Drawings is incidental to this item. Repair any areas damaged beyond the contract removal limits at no expense to the County. Provide first class workmanship throughout and employ only competent bridge carpenters. Cut all timbers accurately, and frame to a close fit, to provide for even bearing of joints over the entire contact surface. Make joints without shimming. Temporarily remove, salvage and reinstall existing portions of both structural and non-structural timber as necessary to make the indicated repairs to the superstructure and substructure. Reattach all timbers in a manner and with materials that closely matches existing conditions to retain the historic value of the structure. Reattach bridge railing, stringers, running boards and deck planks in accordance with the contract drawings. 5.8

61 Retain portions of the timber siding removed during the Abutment Repairs to be reinstalled. Reinstall portions of the existing siding and trim as required around proposed concrete repair. Some portions of the timber siding will require replacement. Portions of timber siding that need to be replaced are covered under Payment Item 6 Solid Sawn Timber Siding. Place one layer of asphalt coated felt paper (30 lb) between the timbers and concrete contact surfaces at all the low chord bearings and far stringer seats as shown in the contract drawings. MEASUREMENT AND PAYMENT Lump Sum. Payment will be made for the lump sum bid price of Solid Sawn Structural Timber Repairs upon completion of this work. All labor, tools, equipment, hardware, materials, disposal of unsalvageable materials, and any other costs associated with Solid Sawn Structural Timber Repairs is incidental to this item. 5.9

62 PAYMENT ITEM 4 ABUTMENT REPAIRS DESCRIPTION: This work is the reconstruction of the upper portion of the far abutment as indicated on the contract drawings. This item includes, but is not limited to excavation and backfill, removal of portions of the existing abutment, furnishing and placement of Class A cement concrete, furnishing and placement of Class AA cement concrete, all reinforcement for the concrete, dowel bar anchorage of the proposed concrete into the existing abutments, re-pointing areas of existing stone masonry as directed, furnishing an installation of the steel support angles at the far abutment, furnishing and placement of selected material surfacing at the far approach roadway, and all associated work in accordance with applicable sections of PennDOT Pub 408/2011. Approximate Quantities (For information only) Class A Cement Concrete = ±5.0 CY Class AA Cement Concrete = ±1.0 CY MATERIAL: Structure Backfill (No. 2A) Size and Grading requirements in accordance with Section 703, Table C. Selected Material Surfacing (2RC) In accordance with Section Class A Cement Concrete In accordance with Section and Section (a). Class AA Cement Concrete - In accordance with Section and Section (a). Mortar In accordance with Section 705.7(b). Nonshrink Grout - In accordance with Section (e). Plain Reinforcement Bars In accordance with Sections 709.1(a) and (a). Concrete Bonding Compound Type 2, Grade 2 Epoxy, in accordance Section Steel Angles In accordance with Section (a) 2. Swedge Bolts with Nuts and Flat Washers ½ dia. x 6 long galvanized. CONSTRUCTION: Verify all dimensions and geometry of the existing structure in the field as necessary before the start of construction. Excavation and Backfill In accordance with applicable parts of Section 204.3, backfill as shown in PennDOT Publication 72M, RC-12M dated 6/1/10 and as follows: Excavate portions of existing stone masonry and timber to be removed at the far abutment as indicated in the contract drawings. Insure the stability of portions of the existing stone masonry abutment and portions of the wingwalls to remain during construction. 5.10

63 Repair any damage to the structure or beyond the contract removal limits at no additional cost to the County. Portions of the structure damaged by the contractor shall be replaced in kind. All backfill shall be compacted as specified in Section 206.3(b) for the type of material. Do not come closer than one foot to the face of the structure during compaction of the backfill. Concrete - Section Add the following: Place concrete and reinforcement as indicated in the contract drawings. Coat the existing stone masonry surfaces with Concrete Bonding Compound per Section (m). Trowel finish all surfaces, except apply a broom finish to the top of the back wall at the roadway. Concrete testing is not required for this project. Selected Material Surfacing In accordance with Section and as Follows: Place a minimum of 6 of Selected Material Surfacing (2RC) on the far approach roadway in accordance with Section Properly re-grade the far approach roadway to a uniform and even grade and compact in place. Place the required depth of Selected Material Surfacing necessary to bring the roadway profile back to existing conditions and match the existing roadway profile. The minimum 6 depth is measured after compacting in place. Stone Masonry Fill voids in existing stone masonry abutment as directed. Salvage and place existing stones in voids in the stone masonry abutment. Reset and point stones under the existing timber portal sills from the back of the new reinforced concrete backwall to the end of the portal. Clean and re-point areas of existing stone masonry in areas where the existing mortar is missing or deteriorated as directed. Match existing mortar in joint width, color, and joint strike profile. MEASUREMENT AND PAYMENT Lump Sum. Payment will be made for the lump sum bid price of Abutment Repairs upon completion of this work. All labor, tools, equipment, materials, curing, forming, form removal, disposal of excess materials and any other costs associated with Abutment Repairs is incidental to this item. 5.11

64 PAYMENT ITEM 5 JACKING BRIDGE SUPERSTRUCTURE AND TEMPORARY BRACING DESCRIPTION: This work is the jacking and construction of temporary supports and bracing necessary to support and brace the truss during the truss and abutment repairs, as indicated and as directed. CONSTRUCTION: Contractor is responsible for maintaining structural integrity of the bridge at all times. From the time the Contractor begins work on site, to the time the timber superstructure is secured to the abutments, the Contractor shall be completely responsible for maintaining the structural integrity of the bridge at all times. This includes, but is not limited to securing the structure during flood events. Provide written narrative describing the jacking procedure and sketches of all necessary components of the temporary jacking and support system. Include size and capacity of the supports, and catalog cuts of any manufactured products which clearly state the capacity, strength, safe working load, allowable stress, etc. for that product or material. Provide calculations for all components of the support system to show that they are stable for all required load combinations including wind, normal stream flow, and all other applicable transverse and longitudinal forces on the structure in accordance with Section 3 of AASHTO Standard Specifications for Highway Bridges. All documents must be signed and sealed by a Professional Engineer registered in the Commonwealth of Pennsylvania. Do not begin work until approved in writing by the Engineer. Provide temporary strengthening of existing timber connections as required during the Repair Sequence to maintain geometry of the truss members and to maintain joint integrity. Provide lateral bracing of the temporary supports as necessary to maintain stability of the structure at all times. Remove only a minimal amount of members at a time. Reinstall or reattach all existing truss connections or members that have been temporarily disconnected or removed in order to install new replacement members as soon as the new replacement member is in place. MEASUREMENT AND PAYMENT Lump Sum. Payment will be made for the lump sum bid price of Jacking Bridge Superstructure and Temporary Bracing upon completion of this work. All labor, tools, equipment, materials and any other costs associated with Jacking Bridge Superstructure and Temporary Bracing is incidental to this item. 5.12

65 PAYMENT ITEM 6 SOLID SAWN TIMBER SIDING DESCRIPTION This work is the furnishing and installation of solid sawn timber siding and all associated hardware, as indicated and as directed. TIMBER SIDING ITEM LOCATION SIZE QUANTITY FBM BATTEN STRIPS LEFT * 3/4" x 2 3/4" x 10' -0" (+/-) 2 4 TIMBER SIDING LEFT ** 1" x 12" x 12' - 8" (+/-) 4 51 BATTEN STRIPS LEFT ** 3/4" x 2 3/4" x 12' -8" (+/-) 4 9 BATTEN STRIPS RIGHT * 3/4" x 2 3/4" x 10' -0" (+/-) 2 4 TIMBER SIDING RIGHT ** 1" x 12" x 12' - 8" (+/-) 4 51 BATTEN STRIPS RIGHT ** 3/4" x 2 3/4" x 12' -8" (+/-) 4 9 * INDICATES AREA OF SIDING FROM PORTAL TO BACKWALL. ** INDICATES AREA OF SIDING FROM BACKWALL TO FRONT FACE OF ABUTMENT. Notes: Total quantity of new timbers (For information only) = 10.7 cf (128 Fbm) All dimensions above are to be checked and verified by contractor before ordering materials or beginning work. GENERAL When structure plan dimensions differ from dimensions in PennDOT Publication 408/2011, structure plan dimensions supersede. MATERIAL Applicable parts of Section and as follows: Solid Sawn Timber Siding Eastern Hemlock, Gr. No. 2 Asphalt Coated Felt Paper 30 Lb. To be used at all areas where timbers are in contact with concrete. Nails 8d Ring Shank All timber materials are required to be supplied by a PennDOT Bulletin 15 Approved Supplier. The Contractor is to submit Certifications that the timber materials meet required grade and preservative treatment in accordance with the Contract Special Provisions. Certify as specified in Section (b)3. CONSTRUCTION Applicable parts of Section , as indicated, or as directed. Contractor to field verify sizes and lengths of siding planks prior to ordering material. Place one layer of asphalt coated felt paper (30 lb) between the timber siding and concrete contact surfaces. Attach the timber siding planks with 8d ring shank nails. MEASUREMENT AND PAYMENT Lump Sum. 5.13

66 PAYMENT ITEM 7 PAINTING DESCRIPTION: This work includes the painting of the new and repaired structural timbers, new timber siding and painting of new hardware as indicated and as directed. MATERIAL: Timber Primer Coat Alkyd Exterior Wood Primer Special Barn Red Timber Finish Coat Exterior Latex Gloss Columbia County Special Barn Red Steel Hardware / Structural Steel Primer Coat Metal Primer Steel Hardware / Structural Steel Finish Coat Metal Finish Coat. Color Flat Brown or Columbia County Special Barn Red. Columbia County utilizes Sherwin Williams for the Special Barn Red Color (Sherwin Williams Code 13119). It is the contractor s responsibility to acquire a sample of the approved color and submit samples to the engineer for approval. Other acceptable manufactures include but are not limited to: Pratt and Lambert Duron Glidden Certify as specified in PennDOT Pub 408/2011, Section (b)3. CONSTRUCTION: Applicable parts of PennDOT Pub 408/2011, Section , in accordance with the manufacturer s recommendations, as indicated, as directed, and as follows: Submit painted timber samples to the Engineer for review and approval prior to painting timber members and purchasing the paint. Paint color and sheen samples are to include primer/paint on new timber and primer/paint on existing painted timber member. Follow manufacturer s recommended surface preparation instructions and recommended application procedure. Clean steel surfaces with a manufacturer recommended solvent before priming. Comply with manufacturer s recommendations as to environmental conditions and temperatures under which coatings can be applied. Do not apply finish coats in areas where dust is being generated. Do not prime, paint, or stain with spraying equipment in the field. Only use spraying equipment in the shop. Prime, paint, and stain with brushes and rollers only in the field. The paints applied in the shop must be mutually compatible to the paints applied in the field. 5.14

67 Keep brushes, rollers and spraying equipment clean, dry and free from contaminants and suitable for the finish required. Remove all loose or peeling paint from existing members. Finish coats to be smooth, free of brush marks, streaks, laps or pile up paints, and skipped or missed areas. Mix, thin, and apply paint materials according to the manufacturer s printed instructions. Remove spilled, splashed, or splattered paint from all surfaces. Do not apply primer or paint coatings to new timber members that have been pressure treated with ACQ preservative treatment until the moisture content of the timber surface is considered air dried and for a minimum of 60 calendar days after pressure treatment. Barn Red New Timber: Apply one coat of primer and two coats of finish to all faces of new timber visible from the deck, include associated hardware. Brown Structural Steel Hardware: Apply one coat of primer and two coats of finish to all exposed portions of truss repair hardware visible from below the bridge. MEASUREMENT AND PAYMENT Lump Sum. Payment will be made for the lump sum bid price of Painting upon completion of this work. All labor, tools, equipment, materials and any other costs associated with Painting is incidental to this item. 5.15

68 SPECIAL CONDITIONS 1. Work Area & 3. Utilities Bonding Company Contractor Verification Engineer's Role During Construction Stream Restrictions Wetlands Erosion and Sediment Pollution Control DEP Permits Miscellaneous

69 SPECIAL CONDITIONS (Items Incidental to the Contract) 1. Work Area - The Contractor shall keep the area free from accumulations of waste material or rubbish caused by his employees or work. At the completion of the work he shall remove all rubbish from and about the premises and all tools, other equipment or apparatus, and surplus material. The construction site shall be left clean to the satisfaction of the "Inspector of Work". In all locations where private or public property is disturbed or destroyed due to the construction program, it shall be replaced in its original form at the Contractor's expense. 2. Existing Above Ground Utilities - It shall be the responsibility of the Contractor to use all precautions to prevent damage to those utilities. Any utility damaged or destroyed by the Contractor shall be repaired or replaced at his expense in accordance with the requirements of the utility company involved. 3. Existing Underground Utilities - The Contractor will contact all utilities which may have facilities in the project area in accordance with the provisions of Act No. 38. Any utility facilities damaged or destroyed by the Contractor shall be repaired or replaced at his expense in accordance with the requirements of the utility company involved. 4. Bonding Company - The surety company (bonding company) for the performance bond must be listed on the Federal Register Circular Contractor Verification - The Contractor is responsible for field verifying all of the dimensions and quantities shown on the contract drawings prior to the start of construction and purchasing material. 6. Engineer's Role During Construction - It is understood that the Contractor is solely responsible for construction of the Project, and that the Owner, its Engineer, consultants, project managers and any of their officers, agents, employees, designees, and anyone acting on their behalf are not responsible for the acts or omissions of any contractor, subcontractor, or material supplier, for safety programs or enforcement, or for construction means, methods, techniques, sequences, and procedures employed by the Contractor, its agents, subcontractors, officers, employees or persons acting on their behalf. The Contractor shall be solely responsible for the construction means, methods, techniques, sequence or procedures for all safety precautions and programs in connection with the work, compliance with OSHA regulations, and for the acts or omissions of himself, all subcontractors, or any other persons performing any of the work or for the failure of any of them to carry out the work in accordance with the contract documents, statutes, laws, and ordinances, permits or regulations. Neither the Engineer, consultants, project managers, and any of their officers, agents, employees, designees, and anyone acting on their behalf have any responsibility for, or control of, the implementation of the client's safety program. Any program monitoring the performance of the work implementation of the client's safety program. Any program monitoring the performance of the work implemented by the Owner, its engineers, project managers, consultants or any of their designees shall not be deemed to be the exercise of control, or the right to control, of the Contractor's implementation of the means, methods, sequencing and oversight of the safety programs of the Contractor. This paragraph also applies to any initial submission of any Contractor safety program to the Owner, its Engineer, consultants, project managers and any of their officers, agents, employees, designees, or anyone acting on their behalf for review and 6.2

70 suggested modifications. It is the express intent of this provision that the Contractor is solely responsible for job site safety of the work. 7. Stream Restrictions Little Fishing Creek is listed as Approved Trout Waters and supports Natural Trout Reproduction by the PA Fish and Boat Commission. Therefore, stream restrictions will be in place from March 1st to June 15th and October 1st to December 31st, unless the Contractor submits a request for a stream waiver to the PA Fish and Boat Commission. 8. Wetlands A wetlands investigation was completed by an LDG environmental specialist. No wetlands are present within the project area. 9. Erosion and Sediment Pollution Control The Contractor is to implement proper Erosion and Sediment Pollution Control measures in accordance with PA Code, Title 25, Chapter 102 Regulations, the DEP Erosion and Sediment Pollution Control Program Manual dated March, 2012, and the approved DEP General Permit. 10. DEP General Permit A GP-11 Permit is under the approval process. The approved permit will be forwarded to the awarded contractor. 11. Miscellaneous Prevailing wage rates are required for this contract. The Contractor should utilize the pre-approved areas of Construction Access as shown on the Contract Drawings. Any other alternate Construction Access areas shall be obtained by the Contractor at his own expense. Alternate Construction Access areas will require written approval from the property owner. 6.3

71 DEP GP-11 PERMIT The GP-11 Permit for this project is under the approval process. The approved permit will be forwarded to the awarded contractor. 7.1

72 8.1

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

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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

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

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

More information

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

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

More information

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

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

More information

(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

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

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

More information

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

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

More information

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

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

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

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

More information

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

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

More information

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

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

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

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

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

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

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

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

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

More information

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

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

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

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

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

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

More information

CONSTRUCTION CONTRACT EXAMPLE

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

More information

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

CONSTRUCTION CONTRACT

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

More information

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

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

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

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

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

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

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

More information

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

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents.

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents. the portion of the Work affected by a material change. After the Owner furnishes the evidence, the Owner shall not materially vary such financial arrangements without prior notice to the Contractor. 2.2.2

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

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015 Boulder Creek Fire Protection District Request For Proposal s July 14, 2015 TABLE OF CONTENTS A. Notice to Contractors...3 B. Bid Documents 1. Proposal to the Boulder Creek Fire Protection District...6

More information

INSTRUCTIONS TO BIDDERS

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

More information

Request for Bids. Sardis Community Center

Request for Bids. Sardis Community Center Request for Bids C1 HVAC C2 - Generator Sardis Community Center Bid Documents and Specifications July 18, 2016 Prepared By: Swiss Valley Associates, Inc. P.O. Box 39 Hannibal, OH 43931 Set# TABLE OF CONTENTS

More information

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

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

More information

PEARL RIVER COUNTY BOARD OF SUPERVISORS CONTRACT DOCUMENTS

PEARL RIVER COUNTY BOARD OF SUPERVISORS CONTRACT DOCUMENTS PEARL RIVER COUNTY BOARD OF SUPERVISORS CONTRACT DOCUMENTS FOR EROSION CONTROL MEASURES ON SITE A 187 DERBY WHITESAND ROAD SITE B S. HAYNES STREET SITE C 173 BRADLEY ROAD EMERGENCY WATERSHED PROTECTION

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

Crack, Chip and Seal Projects 2018 April 2018

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

More information

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

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

More information

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

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

More information

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): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

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

More information

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

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

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

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

More information

TABLE OF CONTENTS 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

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

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

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

More information

NEW AIR TRAFFIC CONTROL TOWER

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

More information

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

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

More information

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

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

More information

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

University of California, Riverside Barn Expansion

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

More information

SEALED BID SPECIFICATIONS AND CONTRACT DOCUMENTS

SEALED BID SPECIFICATIONS AND CONTRACT DOCUMENTS SEALED BID SPECIFICATIONS AND CONTRACT DOCUMENTS Claremore Public Works Authority SB-2019-6 HIGHLANDS & PARKLAND LIFT STATION GENERATORS AND FENCING April 7 th, 2019 Please return bid documents to: Finance

More information

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

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

More information

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

2018 Slurry Seal Project Manual

2018 Slurry Seal Project Manual 2018 Slurry Seal Project Manual April 2018 Set TABLE OF CONTENTS NOTICE AND CALL FOR BID BID FORM BID BOND DIVISION 1: INSTRUCTIONS TO BIDDERS 101 Contract Documents 102 Definitions 103 Proposals 104 Contract

More information

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 CANOPY REPAIRS AT THE C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562 NORTH HANOVER TOWNSHIP BOARD OF EDUCATION 331 Monmouth Road Wrightstown, New Jersey 08562 CONSTRUCTION MANAGER:

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

Trailer Mounted 250KW Diesel Generator Contract # 18C

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

More information

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

SUBCONTRACT AGREEMENT GENERAL TERMS AND CONDITIONS

SUBCONTRACT AGREEMENT GENERAL TERMS AND CONDITIONS Subcontract No: Date: SUBCONTRACT AGREEMENT Genoa Construction Services, Inc., a Georgia corporation ("Contractor"), hereby enters into this Subcontract Agreement ( Subcontract ) with NAME OF SUBCONTRACTOR,

More information

BIDDING DOCUMENTS TOWN OF FORTVILLE, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am

BIDDING DOCUMENTS TOWN OF FORTVILLE, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am BIDDING DOCUMENTS, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am Deadline for Receipt of Bids Advertisement / Notice to Bidders 1 Instructions

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

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS MINIMUM SPECIFICATIONS FOR MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS FOR THE PINES HEALTHCARE AND REHABILITATION OFFICE OF THE CLERK CATTARAUGUS

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

Document A201 TM 2007 SP

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

More information

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

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

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

PROJECT MANUAL. ADA Signage and Stripe Compliance. Closing Date: 8:45 A.M. Friday, November 18, 2011

PROJECT MANUAL. ADA Signage and Stripe Compliance. Closing Date: 8:45 A.M. Friday, November 18, 2011 PROJECT MANUAL ADA Signage and Stripe Compliance Closing Date: 8:45 A.M. Friday, November 18, 2011 Project # B23913 Building and Logistics UNIFIED GOVERNMENT OF WYANDOTTE COUNTY/KANSAS CITY, KANSAS PROJECT

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

HVAC SYSTEM IMPROVEMENT for COUNTY ENGINEER OFFICE in SANDUSKY COUNT, OHIO BIDS RECEIVED APRIL 13, 2010 AT 10:30 AM ENGINEER S ESTIMATE: $128,000.

HVAC SYSTEM IMPROVEMENT for COUNTY ENGINEER OFFICE in SANDUSKY COUNT, OHIO BIDS RECEIVED APRIL 13, 2010 AT 10:30 AM ENGINEER S ESTIMATE: $128,000. HVAC SYSTEM IMPROVEMENT for COUNTY ENGINEER OFFICE in SANDUSKY COUNT, OHIO BIDS RECEIVED APRIL 13, 2010 AT 10:30 AM ENGINEER S ESTIMATE: $128,000.00 IF SUBMITTING A BID FOR THIS PROJECT PLEASE PRINT CONTRACT

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

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

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

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

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

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 DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

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

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

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

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

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

More information