7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING

Size: px
Start display at page:

Download "7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING"

Transcription

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

2

3 SECTION TABLE OF CONTENTS SPRINGFIELD UTILITY BOARD 7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING DIVISION 00 PROCUREMENT & CONTRACTING REQUIREMENTS No. of Pages SECTION Project Title Page... 1 SECTION Table of Contents... 1 SECTION Invitation to Bid SECTION Agreement... 9 SECTION General Conditions SECTION Supplementary Conditions TECHNICAL SPECIFICATIONS Meet all City of Springfield Standard Specifications and Standard Drawings. PROJECT DRAWINGS Sheet No. D1 Description Plan View & Details APPENDIX A Pothole Data Soil Conditions (Cobble Rock) 7575 Main ST / McKenzie Hwy 4 Directional Drilling Table of Contents 16630/ June

4

5 SPRINGFIELD UTILITY BOARD INVITATION TO BID Date Release: June 8, 2017 Project / Bid Number: / Bid Due/Opening: For: Prevailing Wage: June 15th, 2017, 2:00 p.m Main ST / McKenzie HWY 4 Directional Drilling This project is not expected to be subject to Prevailing Wage Rates. Date of First Publication: June 8, 2017 Mandatory Pre-Bid Walk-Through: June 13 th, 2017, 2 p.m. Performance Dates: Complete prior to June 30 th, 2017 Project Manager: Steven Wages stevenw@subutil.com Bid Requirements Contact: Amy Schaaf amys@subutil.com 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

6 1. SCOPE OF WORK Springfield Utility Board (SUB) seeks a contractor to directional drill a 4-inch HDPE SDR 11 sleeve for a 2-inch HDPE SDR 9 water service. The Contractor shall provide all labor and material per D1 drawing. This including but not limited to all labor and material to provide two (2) excavated pits and haul off of all material, directional drilling of 4-inch HDPE SDR 11 as a sleeve, pulling through 2-inch HDPE SDR 9 water line, and all miscellaneous material to complete work pursuant to the contract documents. A bidder breakdown is provided in item 37. Any items not itemized on the bidder breakdown but that is indicated in the plans, specs and/or city permit shall be included in the mobilization cost. The successful contractor shall complete work under this proposal with Mobilization for Directional Drilling by June 30 th, 2017 Working hours are to be Monday-Friday, 7:30 a.m. to 4:00 p.m., no holidays or weekends except as approved. 2. LIQUIDATED DAMAGES See Agreement specification item INSTRUCTIONS TO BIDDERS Mandatory Pre-Bid Walk Through All prospective bidders shall attend a mandatory pre-bid walk through on Tuesday, June 13th, 2 p.m. Participants will meet at the 7575 McKenzie Hwy Springfield, OR The purpose of this meeting will be to discuss questions relative to the bid documents, bidding procedures and project specifications. The walk through will allow prospective bidders an opportunity to inspect the field conditions and nature of work to be performed. Statements made by SUB representatives at this meeting are not binding upon SUB unless confirmed by written addendum. A BIDDER S FAILURE TO ATTEND THE PRE-BID MEETING SHALL CAUSE ANY BID SUBMITTED BY THAT BIDDER TO BE DEEMED NON-RESPONSIVE AND THE BID WILL BE RETURNED UNOPENED. Please confirm your plans to attend by contacting Steven Wages and/or Keoki Lapina at stevenw@subutil.com & keokil@subutil.com 4. MAKING A PROPOSAL Bids may be received in a sealed envelope marked with the job name and bid number and addressed to: Amy Schaaf Springfield Utility Board, Water Division Purchasing Department 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

7 202 South 18 th Street Springfield, OR The proposals will be opened and read aloud publicly on: June 15th, 2:00 pm at the Water Service Center, located at 202 South 18th Street, Springfield. Bids will not be received after this date and time. The instructions to bidders, specifications including all addendum, any required bonds and the completed price proposal must be submitted together prior to the time of opening of bids. Response shall be made on the enclosed forms. Failure to do so may result in disqualification. Proposals shall be signed by an officer or duly authorized representative of the bidder. Bidder is responsible for confirmation of delivery of offer. 5. BONDS TO SUB Bid Bond: If the Utility estimates the Public Improvement contract resulting from this bid will exceed $100,000.00, each bid must be accompanied by a Bid Bond, cash, or a certified cashier's check upon a bank in good standing, payable to SUB, in an amount equal to at least ten (10%) percent of the total amount of the bid (OAR ). Such check shall be forfeited and become the property of SUB if the bidder fails or refuses to enter into a contract and furnish satisfactory bond within ten (10) days (weekends and holidays excepted) after notification that its bid has been accepted. The check accompanying the accepted bid will be retained until the contract is signed and the contract bond of the successful bidder is approved by SUB. Payment & Performance Bond: If the contract that results from this bid exceeds $100, the successful bidder shall furnish, as part of execution of the contract, a corporate Surety Payment and Performance Bond in an amount equal to the full amount of the contract (OAR ). This bond shall be conditioned upon the faithful performance of the contract and upon payment of all persons supplying labor and materials for the construction of the work. The form and surety for the bond shall meet the approval of SUB and its attorney. 6. BIDDER QUALIFICATIONS Pursuant to ORS Chapter (2), contractors and subcontractors for construction and related work on this project must have a valid certificate of registration with the Construction Contractors Board of Oregon before they may bid on this project. Under ORS 279A.110, bidders and proposers may be disqualified from bidding for violation of the laws concerning disadvantaged, minority, women or emerging small business enterprises. Contractors deemed ineligible to receive public works contracts by the Commissioner of the Bureau of Labor and Industries shall not bid on this work. A list of ineligible contractors is maintained by the commissioner (279C.860) Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

8 The bidding is open to those Bidders who satisfy the minimum qualifications stated herein and who are available for work in the State of Oregon. 7. DISCLOSURE OF SUBCONTRACTORS Bidders shall submit a disclosure of any first-tier subcontractors on public improvements having a contract price exceeding $100, Subcontractors included on the list shall be furnishing labor or material in conjunction with the public improvement and whose contract value is equal to or greater than 5% of the total project bid or $15,000, whichever is greater; OR $350,000, regardless of the percentage of the total project bid. Disclosure shall be received by SUB within two hours of the date and time of bid closing. Disclosure shall be delivered to the address of the bid closing and shall contain: The name and address of each sub-contractor. The CCB registration number if the subcontractor is required to have registration certificate. The amount of the contract of the sub-contractor. 8. PLANS & SPECIFICATIONS SET Complete plans, specifications and any additional information relative to this project are available at SUB s website, See the table of contents for a complete list of contract documents. The bid document and specifications are considered by SUB to be complete, clear, and understandable. Any requirement indicated in either document and not in the other shall be construed to govern as though the same appeared in both documents. Bidders are notified that they are expected to examine the plans, specifications, general conditions, and thoroughly familiarize themselves with the field conditions, the character of the proposed work, the amount and quality of materials required as well as with Federal, State, and local laws, pertinent to this improvement. Bidders shall make their own investigation of said conditions and make their own tests considered necessary to determine conditions and the character of materials to be modified. Bidders shall obtain explanations and clarifications as to design and installation requirements from SUB before submitting their proposal. Prior to submitting a proposal, bidders shall contact SUB for clarification, irregularities, or apparent errors, which may be contained in the bid documents. SUB reserves the right to waive minor irregularities or errors contained in the submitted proposal, if the intent is clear. However, failure on the bidder's part to request clarification as stipulated above shall obligate the Bidder to abide by SUB's decision as to the intended meaning of any portion of the provision. SUB reserves the right to reject any or all bids Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

9 9. ACCEPTANCE OF PROPOSAL Acceptance of bids and award of contract will follow applicable procedures as provided in ORS 279A, 279B, and 279C and in accordance with applicable SUB policies. The Bidder acknowledges the right of SUB to reject all bids and to waive any informality or irregularity in any bid received. In addition, the Bidder recognizes the right of SUB to reject a bid if the Bidder failed to furnish the data required by the Bidding Documents, or if the bid is in any way incomplete or irregular. SUB may reject, for good cause, any or all bids upon a finding of SUB that it is in the public interest to do so. 10. SELECTION OF CONTRACTOR Bids or proposals are only an offer to contract, made by the bidder. A contract is formed only if SUB accepts the offer. The purchase or contract will be awarded to the lowest responsible bidder who: has substantially complied with all prescribed bidding procedures and requirements; has met the standards of responsibility; is capable of meeting the specifications and is in compliance with applicable SUB policies. In making the award the Buyer will consider the time of completion, the experience and responsibility of the bidders as well as the extension of estimated quantities at the unit prices. SUB reserves the right to reject any or all bids or to waive irregularities not affecting substantial rights. 11. CONTRACT AWARD Based upon the results of an evaluation of the bids, a recommendation will be made The successful contractor will be notified on June 19th, FINANCIAL STATEMENT During the evaluation process, bidders may be requested to submit a current corporate financial statement including income statement and balance sheet for the latest year ending period. 13. PROTEST PROCEDURE 1. Bidders protesting this procurement shall follow the procedures described herein. Protests that do not follow these procedures shall not be considered. This protest procedure constitutes the sole administrative remedy available to Bidders under this procurement. 2. All protests must be in writing and signed by the party or an authorized agent of the bidder. The protest must state all facts and arguments on which the protesting party is relying. All protests shall be addressed to the Springfield Utility Board, Buyer, 202 South 18 th Street, Springfield, Oregon Only protests stipulating an issue of fact concerning a matter of bias, discrimination or conflict of interest, or non-compliance with procedures described in the procurement document or 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

10 SUB policy shall be considered. Protests not based on procedural matters will not be considered. 4. In the event a protest may affect the interest of any bidder, such bidder(s) will be given an opportunity to submit its views and any relevant information on the protest to the Buyer. 5. Upon receipt of a protest, a protest review will be held by SUB to review the procurement process utilized. The review is to ensure agency policy and procedures were followed, all requirements were met and all bidders were treated equally and fairly. 14. PROJECT SCHEDULE Contractor shall commence and complete performance on of the following milestones as indicated by the following dates: Mobilization for Directional Drilling June 19 th thru June 23 rd,2017 Contractor shall complete all work under the Contract Documents by June 30 th, 2017 This including but not limited to all labor and material to provide two (2) excavated pits and haul off of all material, directional drilling of 4-inch HDPE SDR 11 as a sleeve, pulling through 2-inch HDPE SDR 9 water line and all miscellaneous material. Contract, insurance certificates and verification of Payment Bond (if applicable) must be signed and received before start of any work can begin. 15. PERMITS, FEES AND ADHERENCE TO CODE The Contractor shall obtain and pay for all permits, licenses and certificates of inspection necessary for the execution of the work; shall give all notices and comply with all laws, ordinances, codes, rules and regulations bearing on the conduct of the work; and shall pay all fees required by law. If the Contractor observes that the drawings and specifications are at variance therewith, SUB shall be promptly notified in writing, and any necessary changes shall be made. If the Contractor performs any work that is contrary to such laws, ordinances, codes, rules and regulations, the Contractor shall be responsible to make all changes as required to comply therewith and shall bear all costs arising therefrom. 16. INSPECTION FOR THE PROJECT The contractor will be required to maintain adequate, competent supervisory personnel on the project at all times to be responsible for all work being performed in accordance with specification, whether an inspector from SUB is available or not. SUB will not maintain full-time on-the-job inspection personnel. SUB or its authorized representative will make periodic inspections and will be available for consultation and/or inspection of specific items at any time during regular working hours or with reasonable notice from the Contractor Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

11 The Contractor shall inform and allow SUB to make the necessary inspection before obscuring any item of work that will be concealed by subsequent construction. Should the Contractor fail to so comply, SUB will require the contractor to adequately expose such items to allow complete inspection. All restoration work related to such inspections shall be accomplished at the Contractor's own expense and to the satisfaction of Springfield Utility Board or authorized representatives. Should SUB or authorized representative find faulty work of any item at any time during the contract, the Contractor will be required to correct such work to the satisfaction of SUB. Failure by SUB or authorized representative to find and identify faulty work shall not constitute acceptance. 17. CONTRACTING AND EMPLOYMENT REGULATIONS SUB requires that all suppliers comply with "Oregon Revised Statutes" (ORS) wherever and whenever said statutes are not in conflict with requirements set forth under the Charter of the City of Springfield and the policies of SUB. The term "in accordance with Oregon Revised Statutes" shall be interpreted to mean statutes as they appear at the time of bidding. Prospective bidders should avail themselves to the frequent changes that are made in said Statutes to comply with the law. The Statutes are listed, on-line, at The Equal Opportunity Clause required by Executive Order 11246, Part II, Section 202, dated September 24, 1965, as amended and contained in the Office of the Federal Contract Compliance, Rules and Regulations, Chapter 60, Section (a) Regulation 41 CFR entitled "Sex Discrimination and Executive Order 11625, promoting the use of minority business enterprises, are incorporated herein by reference. 18. ASSIGNMENT Contractor shall not assign or sublet this contract or any part thereof without the previous written consent of the Owner. Any assignment shall be evidenced by a written subcontract which shall be subject to the approval of Owner, and shall, at a minimum, bind such assignee or other subcontractor to all of the terms and conditions of this contract. 19. LIENS All subcontractors and vendors are to be paid promptly and Contractor shall allow no liens to be placed upon the property. In the event of "Notice of Lien" is filed against SUB's property, contractor shall furnish proof of payment to all subcontractors and vendors before payment will be made to contractor. 20. INSURANCE The following insurance coverage, in the amounts stated, will be required of the successful bidder. In submitting a quote, the bidder agrees that the following requirements will be met upon award of contract. A certificate of insurance evidencing all policies required shall be delivered to the SUB prior 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

12 to the commencement of any work. A 30-day notice of cancellation clause shall be included in said certificate(s). SUB has the right to reject any certificate for unacceptable coverage and/or companies. 21. INDEMNIFICATION AND HOLD HARMLESS Contractor shall defend, indemnify and hold harmless SUB its agents, servants and employees from and against all claims, demands and judgment (including attorney fees) made or recovered against them including but not limited to damages to real or tangible personal property or for bodily injury or death to any person, arising out of, or in connection with any agreement which may come from this bid, to the extent of such damage, injury or death is caused or sustained in connection with the performance by the contractor, or its employees, servants or agents. SUB shall promptly notify contractor in writing of any such claim or demand to indemnify and shall cooperate with contractor in a reasonable manner to facilitate the defense of such claim. 22. WORKERS COMPENSATION INSURANCE Contractor shall provide its own Workers Compensation coverage (ORS ) and provide SUB with evidence of such coverage or verification of their election not to be covered. (ORS ), Sole Proprietors Exception) and assume full responsibility for any liability and exposure under law relating to Workers Compensation because of any performance of services under any agreement which may be formed subsequent to this bid and will hold SUB harmless for any industrial accidents that might occur in performance of the scope of work. SUB will not obtain any Workers Compensation Insurance for the contractor or contractor's employees and subcontractors. 23. COMMERCIAL GENERAL LIABILITY INSURANCE Contractor shall, at all times, carry a Comprehensive General Liability insurance policy for at least $1,000,000 combined single limits per occurrence and at least $2,000,000 in the aggregate, for Bodily Injury, Property Damage, and Personal Injury. Coverage shall be occurrence basis only. 24. AUTOMOBILE LIABILITY INSURANCE Contractor shall, at all times, carry Automobile Liability Insurance in the amount of $1,000,000 per occurrence for bodily injury and property damage. 25. PROFESSIONAL LIABILITY/ERRORS AND OMISSIONS INSURANCE Professional Service contractors shall, at all times, carry a Professional Liability/Errors and Omissions type policy with limits of at least $500,000. If this policy is a "claims made" type policy, the policy type and company shall be approved by the Risk Manager prior to commencement of any work which might result as an award of this bid. 26. SUB LISTED AS ADDITIONAL INSURED Springfield Utility Board, its agents, employees and officials, all while acting within their official capacity as such, shall be named as an additional insured on the Commercial General and 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

13 Automobile Liability Insurance above. This will apply to both work in progress and completed operations. This insurance will be primary over any insurance SUB may carry on its own. The additional insured endorsement shall be approved by SUB before any work may commence. 27. CONTRACTOR RESPONSIBILITY TO EMPLOYEES PREVAILING WAGE REQUIREMENTS This project is not expected to fall under Prevailing Wage Rate guidelines as determined by BOLI. A. Prevailing Wage Rates The PWR law regulates only those projects costing more than $50,000. This amount is based on the cost of the entire project, not individual contracts. The total project cost includes the value of work performed by every person paid by a contractor or subcontractor for the person s work on the project. The price of a project also includes all materials and supplies, if purchased specifically for the project. The total project cost does not include the cost of architectural and engineering services, and the value of agency personnel who design, inspect, manage, supervise or otherwise work on the project. If a project begins with a total project cost not exceeding $50,000, but change orders increase the project cost to more than $50,000, the entire project will be subject to the PWR law, including all work already performed on the project. The Contractor and any subcontractors shall comply with all applicable provisions of ORS 279C C.870 and pay all workers not less than the prevailing rate of wage as established by the Oregon Bureau of Labor and Industries (BOLI). Prevailing wage rate booklets are published twice a year, usually in January and July. Amendments to the state rates are published quarterly, but amendments to the Prevailing Wage Rates for Public Works Contracts in Oregon can be published at any time, depending on if and when the U.S. Department of Labor updates its rates. Both rate booklets and all amendments can be found on BOLI s website at Any contract resulting from this bid is subject to Prevailing Wage Rate Law. The rate in effect at the time of the original bid for work on this project is: Prevailing Wage Rates for Public Works Contracts in Oregon Effective January 1, 2017 and includes any amendments issued since that date. The document(s) are published by the Bureau of Labor & Industries and may be viewed on that agency s web site. Contractors must pay the higher of the applicable state or federal prevailing rate of wage to workers on public works projects subject to both state and federal prevailing wage laws. Before the first payment is made by or on behalf of SUB for any sums due under this contract, and at least once per month thereafter, the contractor and every subcontractor shall submit wage 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

14 certificate forms (BOLI Form WH-38) in accordance with applicable Oregon Revised Statute (ORS 279C.845). Forms and instructions may be obtained from SUB. Failure by the prime contractor to file certified payroll as required may result in SUB withholding 25% of the amounts due the prime contractor, in addition to any other required retainage (Senate Bill 477, Section 11). If any dispute arises as to what is the prevailing rate of wage for the same trade or occupation in the locality and if the dispute cannot be settled by the parties involved, the dispute shall be referred to the Commissioner of the Bureau of Labor. The Commissioner shall then determine the prevailing rate of wage for the same trade or occupation in the locality. Contractors and subcontractors working on public works projects subject to the prevailing wage rate (PWR) are required to post notice of wages being paid conspicuously at the work site. B. PUBLIC WORKS BOND Every Contractor and Subcontractor who works on a public works project subject to the prevailing wage rate law is required to file a $30,000 Public Works Bond with the Construction Contractor s Board (CCB), unless exempt, before starting any work. (ORS279C.836). This includes flagging and landscaping companies, temporary employment agencies, and sometimes sole proprietors. C. Length of Day's Labor on Public Works The Contractor shall employ no person for more than ten (10) hours in any one day or forty (40) hours in any one week. An exception shall be in cases of necessity or emergency, or where public policy absolutely requires it. In such cases the laborer shall be paid at least time and a half pay: 1. For all overtime in excess of eight hours a day or 40 hours in any one week when the work week is five consecutive days, Monday through Friday; or 2. For all overtime in excess of 10 hours a day or 40 hours in any one week when the work week is four consecutive days, Monday through Friday; and 3. For all work performed on Saturday and on any legal holiday specified in ORS 279C.540. An employer must give written notice to employees who work on a public contract of the number of hours per day and days per week that the employees may be required to work. This notice may be at the time of hire or before commencement of work on the contract or by posting a notice in a location frequented by employees. D. WORKER S COMPENSATION The Contractor shall promptly pay all contributions or amount due the State Accident Insurance Fund, or private carrier of accident insurance, necessary in the performance of the Contract. If a private carrier is used, the Contractor shall notify SUB as to the carrier's name and address before commencement of work. The Contractor shall promptly pay all sums of money withheld from his employees which are due the Department of Revenue pursuant to the Oregon Revised Statutes Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

15 Contractors and subcontractors working on public contract must comply with all workers' compensation laws. E. BENEFIT PLAN HEALTH & WELFARE When due, the contractor shall promptly make payment(s) to any person, co-partnership, association, or corporation medical, surgical, and hospital or other needed care and attention incidental to sickness or injury. To the employees of such contractor, of all sums which the contractor agrees to pay for such services and all moneys and sums which the contractor; 1. May or shall have deducted from the wages of his employees for such services pursuant to the terms of Oregon Revised Statutes 279C.530 and any contract entered in pursuant thereto; or 2. Collected or deducted from the wages of his employees pursu ant to any law, contract, or agreement for the purpose of providing or paying for such service. Contractors and subcontractors working on public works projects subject to the prevailing wage are required to post notice of health and welfare benefit plans and pension plans, if any, conspicuously at the work site. F. DRUG TESTING REQUIREMENTS Pursuant to ORS 279C.505(2) and OAR (d)(b), the Contractor certifies by its signature that it has a Qualifying Drug Testing program in place for its employees that includes, at a minimum, the following: 1. A written employee drug testing policy 2. Required drug testing for all new Subject Employees or, alternately, required testing of all Subject Employees every 12 months on a random selection basis, and 3. Required testing of a Subject Employee when the Contractor has reasonable cause to believe the Subject Employee is under the influence of drugs A drug-testing program that meets the above requirements will be deemed a Qualifying Employee Drug Testing Program. An employee is a Subject Employee only if that employee will be working on the Project job site. The Contractor at the time of contract execution shall represent and warrant to the Owner that its Qualifying Employee Drug Testing Program is in place and will continue in full force and effect for the duration of the contract. The Owner s performance obligation (which includes, without limitation, the Owner s obligation to make payment) shall be contingent on the Contractor s compliance with this representation and warranty. G. SAFETY In connection with performance of the work, Contractor shall abide with all current safety regulations of the Occupational Safety and Health Administration (OSHA) and those of SUB Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

16 28. ENVIRONMENTAL MATTERS The Contractor shall comply with and require its subcontractors to comply with all applicable federal, state, and local statutes, ordinances, orders, rules and regulations relating to the protection of human health and environment, including, but not limited to: the use, storage, release, spill, disposal and other handling of petroleum products and other hazardous substances. The following federal, state and local agencies have enacted ordinances or regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect or may affect the performance of this contract: Federal Agencies Bureau of Indian Affairs Bureau of Land Management Bureau of Outdoor Recreation Bureau of Reclamation Bureau of Sport Fisheries & Wildlife U.S. Army Corps of Engineers U.S. Council on Environmental Qty U.S. Department of Agriculture U.S. Department of Defense State Of Oregon Agencies Department of Agriculture Department of Environmental Qty Department of Fish and Wildlife Department of Geology and Mineral Aid Department of Human Resources U.S. Department of Interior U.S. Department of Labor U.S. Department of Transportation U.S. Environmental Protection Agency U.S. Federal Highway Administration U.S. Forest Service U.S. Occupational Safety and Health Administration U.S. Soil Conservation Service Land Conservation and Development Commission Soil and Water Conservation Commission State Engineer State Land Board State Marine Board Division of State Land Water Resources Board Lane County City of Springfield Agencies Springfield & Lane County Planning Commissions Willamalane Parks and Recreation District Springfield City Council Lane County Board of Commissioners Springfield Department of Public Safety Lane County Boundary Commission Springfield Department of Public Works Lane Regional Air Pollution Authority 29. UNIFORM COMMERCIAL CODE All items purchased under this contract shall be considered to be "goods" for the purposes of the Oregon Uniform Commercial Code. In addition to any rights and obligations established by this contract, the provisions of ORS Chapter 72 shall apply. 30. CLEAN UP 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

17 It is the Contractor's obligation to maintain his working area in a clean and professional manner and to clean up all waste or excess material, packaging or any other debris that has been created by his work each day. If Contractor does not comply with verbal request from SUB to clean his working area within 24 hours, then SUB may take the option to perform the clean-up and charge the contractor for all costs incurred. In the event a dangerous situation is left at the end of a work day, the owner may take immediate action to eliminate the hazard and charge the contractor for all costs incurred. 31. GUARANTEE The contractor warrants to SUB, that for a period of one (1) year from the date of completion, work performed by contractor will be free from defects in material and workmanship. The contractor agrees to repair or replace, at contractor expense, any material or workmanship which shall be determined by SUB, to have been thus defective. This warranty shall not apply to any work that has been subject to misuse, negligence, or accident by SUB. 32. CHANGE ORDERS The Contractor shall submit written change orders for work not covered in the Scope of Work to the Project Manager for review. The cost of any change to the scope of work shall be a quoted fixed price or an estimated cost plus price. If included on the Price Proposal, cost plus prices shall be consistent with the percentage quoted. The Board reserves the right to negotiate or reject the Contractor s cost proposals. The Owner may also initiate written change orders. Charges for changes shall be at the mutual agreement of the parties The form to be used for all change orders follows. The Contractor shall not proceed with work until both parties have signed the Change Order. The Contractor s Invoice shall detail each change order by number. The Contractor shall attach documentation of labor, materials and equipment used to perform the change order for cost plus work. 33. PAYMENTS TO CONTRACTOR For Progress of Work At a regular time, each month, the general contractor may submit request for partial payment based upon an estimate of the amount of work completed. This request may also include an estimate of the amount and value of acceptable material to be incorporated in the completed work that has been delivered and acceptably stored on the SUB job site. Upon verification and approval by SUB, the sum of these values shall be referred to as the "value of completed work". With these estimates as a base, a progress payment will be made to the contractor within 15 working days Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

18 Change Order No. Date of Issuance: Effective Date: Project: Contract: Contractor: Owner: Springfield Utility Board Owner's Project No.: Date of Contract: BID No.: The Contract Documents are modified as follows upon execution of this Change Order: Description: Attachments (list documents supporting change): CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: Work days Calendar days Substantial completion (days or date): $ Ready for final payment (days or date): [Increase] [Decrease] from previously approved [Increase] [Decrease] from previously approved Change Orders Change Orders No. to No. : No. to No. : Substantial completion (days): $ Ready for final payment (days): Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): $ Ready for final payment (days or date): [Increase] [Decrease] of this Change Order: [Increase] [Decrease] of this Change Order: Substantial completion (days or date): $ Ready for final payment (days or date): Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): $ Ready for final payment (days or date): RECOMMENDED: ACCEPTED: ACCEPTED: By: By: By: Engineer (Authorized Signature) Owner (Authorized Signature) Contractor (Authorized Date: Date: Date: 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

19 Payment shall be equal to the value of completed work, less amounts previously paid, less other amounts that may be deductible or owing and due to SUB for any cause, and less five percent, the amount to be retained in protection of SUB's interests. The amount retained from any given progress payment will be such that, when added to the sum of amounts previously retained; will equal not more than five percent of the value of completed work. Progress payments shall not be construed as an acceptance or approval of any part of the work covered thereby, and they shall in no manner relieve the contractor of responsibility for defective workmanship or material. The estimates upon which the progress payments are based are not represented to be accurate estimates, and all quantities shown therein are subject to correction in the final estimate. If the contractor uses such estimates as a basis for making payments to subcontractors, this is at the contractor's own risk, and the contractor shall bear all loss that may result. 34. FINAL PAYMENT Payment of amounts retained in accordance with Oregon Revised Statutes may be withheld for a period of 30 days after all work is completed and accepted. In the event of any assertion by any other parties of any claim or lien against SUB, arising out of contractor s performance: SUB shall have the right to retain out of any payments due or to become due contractor, an amount sufficient to completely protect SUB for any and all loss, damage or expense until the situation has been remedied or adjusted by contractor to the satisfaction of SUB. If no claims are filed against the Contractor within the specified 30 days, all amounts due to the Contractor will be promptly paid 30-day after final acceptance by SUB. The contractor, in relations with any and all subcontractors, shall comply with ORS Chapter 279C WARRANTY Vendor warrants to SUB, for a period of one (1) year from the date of acceptance, that product(s)/services will be free from defects in material and workmanship. Vendor agrees to repair or replace, at vendor expense, any material or workmanship which shall be determined by SUB, to have been thus defective Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

20 Bidders shall complete and return the following document(s) 36. REFERENCES Provide if no work has been done for SUB in the previous 24 months. Owner Project Name / Description Performance Dates Contact Name / Phone Number Owner Project Name / Description Performance Dates Contact Name / Phone Number Owner Project Name / Description Performance Dates Contact Name / Phone Number Owner Project Name / Description Performance Dates Contact Name / Phone Number 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

21 37. PRICE PROPOSAL BIDDER BREAKDOWN Return this page with your bid Bid Number Main St./McKenzie Hwy 4 Directional Drilling I have carefully examined SUB's Scope of Work, Instruction to Bidders, and Specifications. I have visited the job site and carefully examined conditions affecting the work. I propose to furnish equipment and labor for the work described in strict accordance with the specifications for the following price: ITEM DESCRIPTION UNIT RATE 1 Mobilization (includes all items in the Contract Documents not itemized below) ESTIMATED QTY EA 1 2 Excavation Pits (see Drawing D1) EA 2 UNIT COST BID AMOUNT 3 Directional Drilling 4 HDPE SDR #11 (Supply & Place) 4 2 Water Line HDPE SDR #9 (Supply & Place) LF 80 LF 85 Total Bid--- SUB reserves the right to: Order any or all items from one or more suppliers; Waive minor irregularities not affecting substantial rights; Increase or diminish quantities; Reject any or all bids 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

22 Return this page with your bid 38. PRICE PROPOSAL Bid Number Main St./McKenzie Hwy 4 Directional Drilling The undersigned having examined the Specifications and Scope of Work and being satisfied as to all conditions to be encountered hereby proposes to furnish all labor, materials, and equipment and perform all work necessary to complete the project in accordance with this Invitation to Bid, Plans, Specifications, General and Supplemental Conditions, Standard Specifications, Springfield Code, Lane County Regulations, Oregon State Regulations, The Special Provisions, and all other Contract documents. The total price for this project will include all costs for furnishing labor, materials, transportation, tools, supplies, plant equipment, and appurtenances unless otherwise specified, necessary for the completion of the project as described in the attached Specifications and as directed by the Project Manager. The Contractor agrees to comply with provisions of the Oregon Revised Statutes 279C.800 to 279C.870. TIME LIMITS OF COMPLETION As part of the proposal, the Contractor agrees to furnish and submit to SUB all documents required to be on file with SUB within 10 days of notification of award. When all documents are executed and filed with SUB, SUB will issue a Purchase Order to the Contractor for the amount of the authorized work. The Purchase Order is the Contractor s Notice to Proceed. The Contractor shall complete work under this proposal by the schedule milestones indicated in item 14. The Contractor shall apply for any extension thereof allowed in accordance with Article 12 of the General and Supplemental Conditions. TOTAL BID AMOUNT FOR PROJECT: (Amount written in words has precedence) DOLLARS CENTS I attest that my company is a resident of the State of as defined in ORS 279A120 (1)(b). By signing this, I agree to comply with and require all subcontractors to comply with current Prevailing Wage Rate laws. Contractor Date Mailing Address Signature Title City, State, Zip Cell Phone / Company Phone Tax ID# 7575 Main ST / McKenzie Hwy 4 Directional Drilling Invitation to Bid / June

23 SECTION AGREEMENT FOR 7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING SUB PROJECT NO BID NO FOR SPRINGFIELD UTILITY BOARD THIS AGREEMENT is dated as of the day of in the year 2017 by and between SPRINGFIELD UTILITY BOARD, a Municipal Corporation of the State of Oregon, (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The project and Work is generally described as follows: 7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING SPRINGFIELD, OREGON A. Provide and directional drill a 4-inch HDPE SDR 11 pipe. B. Provide and pull through a 2-inch HDPE SDR 9 waterline. C. Excavation and haul off of material for 2 pits and allowing the 4-inch HDPE sleeve and 2-inch HDPE waterline to be at elevation for SUB crews to tap the main and place meter. D. A bidder breakdown is provided in item 37, any items not itemized on the bidder breakdown but that is indicated in the plans, specs and/or city permit shall be included in the mobilization cost. E. This work is not expected to be a Prevailing Wage as determined by BOLI. Article 2. ENGINEER. The Project has been designed by Springfield Utility Board. 202 South 18 th Street, Springfield, OR 97477, phone (541) , and they are the Design Engineer-of-Record. For the purposes of this Agreement, OWNER shall assume the duties of ENGINEER during 7575 Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

24 construction and shall have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIMES Work shall be substantially completed on or before June 30, Work shall commence on 6/19/17 and be substantially complete on or before June 30, Substantially completed, as defined generally within Paragraph of the General Conditions of the Construction Contract, hereinafter termed the General Conditions, and more specifically herein, shall be when the ENGINEER and OWNER agree that the entire Work is operational following successful testing and start-up and the OWNER is able to take possession of and have full operational use of the facilities. The Work shall be completed and ready for final payment in accordance with Paragraph of the General Conditions on or before July 3, The above completion dates are based on the following: a) Notice of Award no more than 3 days after Bid Opening Date, and b) OWNER Signing of Contract and Issuance of Notice to Proceed within five (5) days after Notice of Award. Where the OWNER is prevented from signing of contract and issuing Notice to Proceed due to a delay in receiving signed agreements, bonds and insurance certificates from CONTRACTOR in the form required by the Contract Documents, the Contract Times will not be extended. Where the CONTRACTOR is prevented from starting to perform the work due to delay in issuance of Notice to Proceed beyond the control of the CONTRACTOR, the Contract Times will be extended in an amount equal to the time lost due to such delay, and such extension of the Contract Times shall be CONTRACTOR s sole and exclusive remedy for such delay. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. OWNER and CONTRACTOR also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Eight Hundred dollars ($800.00) for each day that expires after the time specified in Paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall 7575 Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

25 neglect, refuse or fail to complete the remaining Work within the time specified in Paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Four Hundred dollars ($400.00) for each day that expires after the time specified in Paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. TOTAL BID AMOUNT SCHEDULE: OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents a sum of ( )($ ). (use words) (use figures) Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions Progress Payments; Retainage. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER monthly during construction as provided in Paragraphs and below. All such payments will be measured by the schedule of values established in Paragraph 2.05 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Paragraph of the General Conditions. a) 95% of Work completed (with the balance of 5% being retainage). b) 90% (with the balance of 10% being retainage) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in Paragraph of the General Conditions) Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

26 If the project is subject to state or federal prevailing rates of wages, the retained amount shall be increased to 25% of Work completed until CONTRACTOR has filed with OWNER certified statements as required by ORS 279C.845. OWNER will pay the excess amount retained under this requirement within fourteen (14) days after CONTRACTOR files with OWNER said certified statements Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price (with the balance of 5% being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Paragraph of the General Conditions Final Payment. Upon final completion and acceptance of the Work in accordance with Paragraph of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Paragraph Article 6. INTEREST. All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Paragraph 8) and the other related data identified in the Bidding Documents CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, performance or furnishing of the Work CONTRACTOR is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work CONTRACTOR has carefully studied (or assumes responsibility for having done so) all reports of explorations and tests of subsurface conditions at or contiguous to the Site, all drawings of physical conditions in or relating to existing surface or 7575 Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

27 subsurface structures at or contiguous to the Site, all examination, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement 7575 Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

28 8.2. Payment, Performance, and Bid Bonds - N/A 8.3. Notice to Proceed 8.4. General Conditions 8.5. Supplementary Conditions 8.6. Invitation to Bid 8.7. Drawings for the 7575 Main ST / McKenzie Hwy 4 Directional Drilling Attached D Addenda numbers to, inclusive CONTRACTOR's Bid Proposal Documentation submitted by CONTRACTOR prior to Notice of Award (pages to inclusive) The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to Paragraph 3.04 of the General Conditions. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.04 of the General Conditions. Article 9. MISCELLANEOUS Terms used in this Agreement which are defined in Article l of the General Conditions will have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

29 9.3 Subject to Paragraph 9.2 above, OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, in respect of all covenants, agreements, and obligations contained in the Contract Documents. 9.4 The CONTRACTOR agrees to protect, indemnify and hold harmless OWNER and its Council members, officers, agents, attorneys and employees, from every kind and character of damages, losses, expenses, demands, claims and causes of action arising against OWNER, its Council members, officers, agents, attorneys and employees, on account of bodily injuries, death claims or damages to property or any other loss from any cause whatsoever arising out of or incident to the work performed and operations conducted by the CONTRACTOR or its permitted subcontractor s under this Contract, including such injuries, death, damages or other loss which results from or it is claimed to have resulted from, the negligence of OWNER, its Council members, officers, agents, attorneys or employees. CONTRACTOR shall defend the interest of OWNER, its Council members, officers, agents, attorneys and employees arising or alleged to arise out of CONTRACTOR s or its permitted subcontractor s performance of this Contract and shall indemnify OWNER from any loss, expense or settlement payment incurred by OWNER as a result of CONTRACTOR s or its permitted subcontractor s performance and or failure to perform any provisions of this Contract, including all attorney fees and court costs arising prior to litigation or in court or arbitration proceeding and on any appeal therefrom. 9.5 Any provision or part of the Contract Documents held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.6 Entire Agreement. The Contract Documents represent the entire agreement of the parties with respect to the subject matter hereof, and supersede and replaces all prior and contemporaneous oral and written agreements with respect to such subject matter. No amendment, modification or variation of the terms and conditions of the Contract Documents shall be valid unless it is in writing and signed by all parties hereto. 9.7 Governing Law, Jurisdiction and Venue. The parties acknowledge that the Contract Documents have been negotiated and entered into in the State of Oregon. The parties expressly agree that the Contract Documents shall be governed by, interpreted under, and construed and enforced in accordance with the laws of the State of Oregon. Venue and jurisdiction for any action at law or in equity relating to this Agreement shall lie exclusively in the Circuit Court of the State of Oregon for Lane County, and not in any other state or federal court that may have concurrent jurisdiction Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

30 9.8 Attorney Fees. In the event action is instituted to enforce any term of the Contract Documents, the prevailing party shall recover from the losing party reasonable attorney s fees incurred in such action as set by the Trial Court and, in the event of an appeal, as set by the Appellate Court Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

31 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. This Agreement will be effective on of the Agreement). OWNER: SPRINGFIELD UTILITY BOARD By: (which is the Effective Date CONTRACTOR: CONTRACTOR NAME By: Attest: Attest: Address for giving notices: Address for giving notices: Water Division 202 South 18th Street Springfield, Oregon (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement. Contractor License No.: Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign) Main ST / McKenzie Hwy 4 Directional Drilling Agreement / June

32

33 SECTION GENERAL CONDITIONS FOR 7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING SUB PROJECT NO BID NO FOR SPRINGFIELD UTILITY BOARD The applicable General Conditions are contained in the attached publication EJCDC C-700, Standard General Conditions of the Construction Contract, prepared by the Engineer s Joint Contract Documents Committee, dated EJCDC C-700 are part of the Contract Documents and are available at SUB s website, under Bid No Main ST / McKenzie Hwy 4 Directional Drilling General Conditions / June

34

35 SECTION SUPPLEMENTARY CONDITIONS FOR 7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING SUB PROJECT NO BID NO FOR SPRINGFIELD UTILITY BOARD These Supplementary Conditions make additions, deletions or revisions to the Section General Conditions of the Contract Documents. All provisions which are not so added to, deleted or revised remain in full force and effect. Terms used in these Supplementary Conditions which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Supplementary Conditions are part of the Contract Documents and are available at SUB s website, under Bid No Main ST / McKenzie Hwy 4 Directional Drilling Supplementary Conditions / June

36

37 75th STREET GENERAL NOTES PROJECT WILL PROVIDE A 2" SERVICE AND METER FOR WILLAMALANE PARK & RECREATION DISTRICT AND THEIR UPCOMING TRAILHEAD IMPROVEMENTS PROJECT AT PROPERTY 7575 MAIN STREET. CONTRACTOR TO DIRECTIONAL DRILL APPROXIMATELY 80 LINEAR FEET OF 4" HDPE SDR #11 PIPE ACROSS MCKENZIE HIGHWAY. CONTRACTOR SHALL PROVIDE AND PULL 2" POLY SDR #9 PIPE WITH TRACER WIRE THROUGH DRILLED 4" HDPE SDR #11 PIPE. NO EXPECTED UTILITY CROSSINGS. WATER ENGINEERING DIVISION SPRINGFIELD, OREGON SPRINGFIELD UTILITY BOARD MCKENZIE HIGHWAY CONTRACTOR SHALL MAINTAIN 3-FEET MINIMUM CLEARANCE BELOW EXISTING STORM DITCH ON THE SOUTH SIDE OF MCKENZIE HIGHWAY (SEE DETAIL 1 ON THIS SHEET) CONTRACTOR SHALL GASKET SEAL CONDUIT ENDS AND PLACE BOTH ENDS WITH A MINIMUM COVER OF 3-FEET. SUB WILL PERFORM BACKFILL AND RESTORATION FOLLOWING COMPLETION OF CONTRACTOR WORK. NOTIFY SUB A MINIMUM OF 48 HOURS PRIOR TO COMPLETING CONTRACTOR WORK. CONTRACTOR SHALL PROVIDE ORANGE CONSTRUCTION FENCING AROUND THE EXCAVATED PIT AREAS CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING A CLEAN SITE. CONTRACTOR SHALL NOT IMPACT TRAFFIC ON MCKENZIE HIGHWAY. PLAN VIEW SUB WATER HAS APPROVAL FROM PROPERTY 147 MAIN STREET (BEREAN ASSEMBLY OF GOD) TO USE THEIR FRONT LAWN DURING CONSTRUCTION. MCKENZIE HIGHWAY DIRECTIONAL DRILL TRENCH SECTION 7575 MAIN ST/MCKENZIE HWY 2" SERVICE PLAN VIEW AND DETAILS DETAIL PROFILE D1 1 1

38

39 APPENDIX A FOR 7575 MAIN ST / MCKENZIE HWY 4 DIRECTIONAL DRILLING SUB PROJECT NO BID NO FOR SPRINGFIELD UTILITY BOARD Potholing Data Soil Conditions (Cobble Rock) 7575 Main ST / McKenzie Hwy 4 Directional Drilling Appendix A / June 2017

40

41

42

SPRINGFIELD UTILITY BOARD REQUEST FOR PROPOSAL

SPRINGFIELD UTILITY BOARD REQUEST FOR PROPOSAL SPRINGFIELD UTILITY BOARD REQUEST FOR PROPOSAL 5/14/18 RFP Number: 06.18 RFP Title: RFP Due: Questions / Clarifications Due: Issuance of Intent to Award: Substation Consultant Glenwood Substation 5-31-18

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

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

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

More information

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

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

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

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

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

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

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

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

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

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

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

More information

CONSTRUCTION AGREEMENT/CONTRACT

CONSTRUCTION AGREEMENT/CONTRACT Contract Number: Office Use Only 2233 Citygate Drive Columbus, Ohio 43219 614.418.7725 tel 614.418.7720 fax www.creativehousing.org CONSTRUCTION AGREEMENT/CONTRACT Between: For the Project: Creative Housing,

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

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

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

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

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

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

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

More information

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

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer CONTRACTOR: 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 DATE AGREEMENT PREPARED: BEGINNING

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

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

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

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

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

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

More information

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

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

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

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

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

More information

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

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

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

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

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

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

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

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

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

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

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

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

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

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

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 Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

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

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

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

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

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

More information

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

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

1.0 INVITATION TO BID INSTRUCTIONS TO BIDDERS... 4

1.0 INVITATION TO BID INSTRUCTIONS TO BIDDERS... 4 Table of Contents 1.0 INVITATION TO BID... 2 2.0 INSTRUCTIONS TO BIDDERS... 4 3.0 PUBLIC WORKS CONTRACT... 14 ARTICLE ONE - DESCRIPTION OF WORK... 15 ARTICLE TWO CONTRACT PRICE... 17 ARTICLE THREE - STARTING

More information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

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

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

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

More information

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

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

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

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information

INSTRUCTIONS TO BIDDERS

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

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

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

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

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

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition Document A232 2009 SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address)

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work. CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

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

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

More information

REQUEST FOR COMPETITIVE BIDS. Wallowa County Health Care District. Medical Office Building Addition 603 Medical Parkway, Enterprise, Oregon

REQUEST FOR COMPETITIVE BIDS. Wallowa County Health Care District. Medical Office Building Addition 603 Medical Parkway, Enterprise, Oregon REQUEST FOR COMPETITIVE BIDS Wallowa County Health Care District Medical Office Building Addition 603 Medical Parkway, Enterprise, Oregon Sealed Competitive Bids to provide Construction Services for the

More information

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

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

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

HARLAN MUNICIPAL UTILITIES

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

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

Proposal and Agreement for Construction on Purchaser s Lot

Proposal and Agreement for Construction on Purchaser s Lot Proposal and Agreement for Construction on Purchaser s Lot This Proposal and Agreement is made this day of, 200, by and between The Company, (hereinafter referred to as The Company), and (hereinafter referred

More information