CONTRACT PROPOSAL AND SPECIFICATIONS

Size: px
Start display at page:

Download "CONTRACT PROPOSAL AND SPECIFICATIONS"

Transcription

1 MOAB CITY 2014 ROADWAY CHIP SEAL PROJECT CONTRACT PROPOSAL AND SPECIFICATIONS April 2014 City of Moab 217 East Center Street Moab, Utah (435)

2 TABLE OF CONTENTS Page BIDDING REQUIREMENTS Advertisement for Bids... AB-1 Information for Bidders... IB-1 to IB-8 Bid Form... BF-1 to BF-6 Bid Bond... BB-1 to BB-2 Contractor's Qualification Statement... CQS-1 to CQS-2 AGREEMENT FORMS Notice of Award... NA-1 Construction Contract... C-1 to C-10 Performance Bond... PRB-1 to PRB-2 Payment Bond... PYB-1 to PYB-2 Notice to Proceed... NP-1 CONDITIONS OF THE CONTRACT General Conditions... GC-1 to GC-30 Supplemental General Conditions... SGC-1 SPECIAL REQUIREMENTS Special Provisions... SP-1 to SP-2 GENERAL REQUIREMENTS Section Submittals to Section Temporary Facilities and Controls to Section Measurement and Payment Section Material and Equipment Section Project Closeout to DETAILED SPECIFICATIONS Section Chip and Seal Coat to CONSTRUCTION DRAWINGS Construction Plans...1 i

3 ADVERTISEMENT FOR BIDS CITY OF MOAB INVITATION TO BID 2014 ROADWAY CHIP SEALANT PROJECT The City of Moab is now accepting sealed bids for the 2014 Roadway Chip Sealant Project. This project will include the installation of chip sealant on several roads throughout Moab City covering 40,000 square yards of area. Included material items are emulsified asphalt and aggregate cover material. Alternate bid item includes bituminous flush coat, covering the same chip seal area. Bid specifications, drawings and contract documents may be picked up at the Recorder s Office at the Moab City Offices, 217 East Center Street, Moab, Utah or online at: All sealed bids must be turned in to the City of Moab Recorder s Office by 2:00 p.m. on Friday, May 9, 2014 at 217 East Center Street, Moab, Utah Bids must be turned in on City of Moab s spec sheet. The City of Moab reserves the right to reject any and all bids; or waive any informality or technicality in any bid. For further information, please contact the Recorder s Office at (435) /s/ Rachel E. Stenta City Recorder/Assistant City Manager Published in the Times Independent April 24 and May 1, AB-1

4 INFORMATION FOR BIDDERS OWNER: City of Moab PROJECT: 2014 Roadway Chip Seal 217 East Center Street Project Moab, UT DEFINED TERMS. Terms used in this Information for Bidders which are defined in the General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2. COPIES OF BIDDING DOCUMENTS Complete sets of the Bidding Documents in the number and for the fee (non-refundable) stated in the Advertisement or Invitation to Bid may be obtained from Moab City Complete sets of Bidding Documents shall be used in preparing Bids; Owner shall not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents Owner in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS. To demonstrate qualifications to perform the Work, each Bidder shall submit with his bid a Qualification Statement on the form provided in the Project Manual. Each Bid shall contain evidence of Bidder's qualification and authorization to do business in the state or jurisdiction where the Project is located or covenant to obtain such qualification and authorization prior to award of the contract. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work (d) study IB-1

5 and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Owner of all conflicts, errors or discrepancies in the Contract Documents Reference is made to the Contract Documents for identification of: those reports of explorations and tests of subsurface conditions at the site which have been utilized by Owner in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction those drawings of physical conditions in or relating to existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Owner in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. Copies of such reports and drawings will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraphs and are incorporated therein by reference. Such technical data has been identified and established in the Contract Documents Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner by owners of such Underground Facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Contract Documents Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.2 and 4.3 of the General Conditions Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill IB-2

6 all holes, clean up and restore the site to its former condition upon completion of such explorations The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. INTERPRETATIONS AND ADDENDA. All questions about the meaning or intent of the Contract Documents shall be submitted to Owner in writing no later than four days prior to the time set for receipt of bids. Replies will be issued by Addenda mailed or delivered to all parties recorded by Owner as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner. 6. BID SECURITY Bid Security shall be made payable to Owner, in an amount of five percent of the Bidder's maximum Bid price and in the form of a certified check or a Bid Bond issued by a Surety meeting the requirements of paragraph 5.1 of the General Conditions. A Bid Bond form for this purpose is provided in the Project Manual The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Contract Security, whereupon it will be returned; if the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within 15 days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. Attorneys-in-fact who sign Bid Bonds shall file with each bond a certified and effective dated copy of their power of attorney. The Bid Security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of the Construction Contract (which term is defined in the General Conditions as Agreement ) or the sixty-first day after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security of other Bidders will be returned within seven days of the Bid opening. IB-3

7 7. CONTRACT TIME. The number of days within which, or the date by which, the Work is to be substantially completed and ready for final payment as set forth in the Bid Form and in the Construction Contract. 8. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set forth in the Construction Contract. 9. SUBSTITUTE MATERIAL AND EQUIPMENT. The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "orequal" item of material or equipment may be furnished or used by Contractor if acceptable to Owner, application for such acceptance will not be considered by Owner until after the Effective Date of the Construction Contract. The procedure for submittal of any such application by Contractor and consideration by Owner is set forth in paragraphs 6.7.1, 6.7.2, and of the General Conditions which may be supplemented in the General Requirements. 10. SUBCONTRACTORS AND MANUFACTURERS Article of the General Conditions requires the identity of certain Subcontractors and other persons and organizations to be submitted to Owner. Bidders shall submit to Owner a list of all Subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for the Work. Such list shall be accompanied by evidence stating qualification for each such Subcontractor, person and organization. If Owner, after due investigation, has reasonable objection to any proposed Subcontractor, other person or organization, either may request the apparent Successful Bidder to submit an acceptable substitute, in which case the apparent Successful Bidder shall submit an acceptable substitute. That Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution and Owner may consider such price adjustment in evaluating Bids and making the contract award. If apparent Successful Bidder declines to make any such substitution, Owner may award the contract to the next lowest Bidder that proposed to use acceptable Subcontractors, Suppliers and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. Any Subcontractor, supplier, other person or organization so listed and to whom Owner does not make written objection prior to the giving of the Notice of Award will be considered acceptable to Owner subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph of the General Conditions. Not less than 50% of the value of this work shall be performed by the Prime Contractor's own forces No Contractor shall be required to employ any Subcontractor, other person or organization IB-4

8 against whom he has reasonable objection. 11. BID FORM The Bid Form shall be executed when submitted. Only one copy of the Bid Form is required. All bids shall be made only on the Bid Form furnished with the Specifications. All blank spaces for bid prices on each Bid Schedule upon which the Bidder is submitting a bid shall be filled in or it will be presumed that any such omitted entry is intentional, and the corresponding item is bid at no cost Bid Forms shall be completed in ink or by typewriter. The Bid price of each item on the form shall be stated in words and numerals; in case of a conflict, words will take precedence. In case of discrepancy between unit prices and extended totals, the unit prices shall govern unless a contrary interpretation is apparent from the information contained in the bid Bids by corporations shall be executed in the corporate name by the president or a vicepresident (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature All names shall be typed or printed below the signature The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which shall be filled in on the Bid Form) The address to which communications regarding the Bid are to be directed shall be shown. 12. SUBMISSION OF BIDS Bids shall be submitted at the time and place indicated in the Advertisement and shall be included in a sealed envelope, addressed to the Owner and marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. The envelope shall also bear the name of the Bidder, his address and his license number, if such license is required by applicable law. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face thereof. Any bid received after the time and date specified will not be considered The following shall be submitted with and included as a part of the Bid on the forms provided or as otherwise described herein: IB-5

9 Bid Bond Contractor's Qualification Statement and Business License 13. MODIFICATION AND WITHDRAWAL OF BIDS Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids If, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw his Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided in the Contract Documents. 14. OPENING OF BIDS. Bids will be opened publicly unless stated otherwise in the Advertisement for Bids. When Bids are opened, they will be read aloud, and an abstract of the amounts of the base Bids and major alternates (if any) will be made available within ten days after the opening of Bids. 15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE. All Bids shall remain subject to acceptance for sixty days after the day of the Bid opening, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 16. AWARD OF CONTRACT Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, non-responsive, conditional or unbalanced Bids. The Owner may, unless otherwise noted on the Bid Form, award separate Contracts for the work contained in each Bid Schedule, or, in the interest of continuity, to one Contractor for two or more Bid Schedules. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. It is Owner's intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid form but Owner may accept them in any order or combination Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations (including those who are to furnish the principal items of material IB-6

10 or equipment) proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the General Conditions. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment proposed for incorporation in the Work may also be considered by Owner when such data is required to be submitted prior to the Notice of Award Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction; such rejection shall not give rise to a cause of action against the Owner, or impose a requirement upon the Owner to divulge the information upon which such rejection is based If the contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within sixty days after the day of the Bid opening unless extended by mutual agreement between Owner and the Successful Bidder. 17. CONTRACT SECURITY. Paragraph 5.1 of the General Conditions set forth Owner's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to Owner it shall be accompanied by the required Contract Security. Attorneys-in-fact who sign Payment Bonds and Performance Bonds shall file with each bond a certified and effective dated copy of their power of attorney. 18. SIGNING OF CONSTRUCTION CONTRACT. When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by at least two (2) unsigned counterparts of the Construction Contract and all other Contract Documents. Within fifteen days thereafter Contractor shall sign and deliver at least two (2) counterparts of the Agreement to Owner with all other Contract Documents attached. Within ten days thereafter Owner will deliver one (1) fully signed counterparts to Contractor. Owner will identify those portions of the Contract Documents not fully signed by Owner and Contractor and such identification shall be binding on all parties. 19. PRE-BID CONFERENCE IB-7

11 The Owner may conduct a pre-bid conference or site inspection. If conducted, details will be furnished to all plan holders of record by written notice or written addendum. 20. SALES AND USE TAXES. Owner is exempt from State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. 21. RETAINAGE. Provisions concerning retainage and Contractors' rights to deposit securities in lieu of retainage are set forth in the Construction Contract. 22. BUSINESS LICENSE. The Bidder will provide information on his current business license listing the state, license number, work classification, and bid limit. IB-8

12 BID FORM PROJECT: CITY OF MOAB 2014 ROADWAY CHIP SEAL PROJECT TO: City of Moab 217 East Center Street Moab, Utah The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Information for Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain open for sixty days after the day of Bid opening. BIDDER shall sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within fifteen days after the date of OWNER'S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following addenda (receipt of all of which is hereby acknowledged): Date Number (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions as provided in paragraph 4.2 of the General Conditions, and accepts the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing BF-1

13 of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.3 of the General Conditions. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given OWNER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by OWNER is acceptable to BIDDER. (h) This Bid is genuine and not made in the interest or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or a corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other Bidder or over OWNER. 4. In submitting this Bid, BIDDER represents that: (a) The total bid for each Bid Schedule includes all work necessary to complete that portion of the project described in each Bid Schedule, and the total of all Bid Schedules represents the entire scope of work covered by the Contract Documents. If a particular item of work is not specifically separated as a bid item, the cost therefor is to be considered included in the bid item most nearly related. (b) The total bid for each Bid Schedule is based on the quantities shown on the Bid Form and on the dimensions shown on the drawings where specific quantities are not itemized. When Bid Schedules are based upon unit prices, the Contract Amount will be adjusted by change order at the corresponding unit prices according to the actual quantities and measurement of the finished construction as determined by the Owner upon completion of construction. (c) BIDDER will complete the Work for the prices in the Bid Schedule. BF-2

14 MOAB CITY 2014 ROADWAY CHIP SEAL PROJECT BID SCHEDULE Item No. Item Description Unit Quantity Unit Price Item Total 1. Chip Seal SY 40,000 TOTAL BASE BID $ TOTAL BASE BID (In Writing) The following is an additive alternate item for this project. The Owner reserves the right to award the contract based on the Total Base Bid or on the Total Base Bid plus the following alternate item. ALTERNATE ITEM BID SCHEDULE Alt. No. Item Description Unit Quantity Unit Price Total Amount 1. Bituminous Flush Coat SY 40,000 TOTAL ALTERNATE ITEM BID (In Writing) 5. BIDDER agrees that the Work will be substantially completed as follows: Start on or After- June 16, 2014 Final Completion - August 18, 2014 BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. Said amount is $500 per day. 6. The following documents are attached to and made a condition of this Bid: (a) Required Bid Security in the form of Bid Bond. BF-3

15 7. Communications from Owner to Bidder concerning this Bid may be addressed to: Address: 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract are included as part of the Contract Documents and have the meanings assigned to them in the General Conditions. BIDDER complete following as applicable. Date: An Individual By (SEAL) (Individual's Name) doing business as Business address: Phone No.: A Partnership By (SEAL) (Firm Name) (General Partner) Business address: BF-4

16 Phone No.: A Corporation By (Corporation Name) (State of Incorporation) By (Name of person authorized to sign) (Title) (Corporate Seal) Attest (Secretary) Business address: Phone No.: If a Joint Venture, each joint venturer must sign in the spaces provided as follows: A Joint Venture By (Name) (Address) By (Name) BF-5

17 (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) CURRENT BUSINESS LICENSE State No. Classification Bid Limit BF-6

18 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. Signed, this day of, 20. The condition of the above obligation is such that whereas the principal has submitted to a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Moab City 2014 Roadway Chip Seal Project NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. BB-1

19 The Surety, for value received, hereby stipulates and agrees that the obligations of said- Surety and its bond shall be in no way impaired or affected by an extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of these are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by proper officers, the day and year first set forth above. Principal Surety By: IMPORTANT - Surety Companies executing bonds for Federally assisted contracts must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. BB-2

20 CONTRACTOR'S QUALIFICATION STATEMENT THE UNDERSIGNED certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter. SUBMITTED TO: CITY OF MOAB 1. How many years has your organization been in business as a General Contractor? 2. How many years has your organization been in business under its present business name? 3. Type of organization (Corporation, partnership, etc.): 4. What percent of work do you normally perform with your own forces? 5. Have you ever failed to complete any work awarded to you? If yes, indicate when and where: 6. List construction projects (similar to that being bid) your organization has under contract on this date: Project Name Owner Engineer Contract Amount 7. List construction projects (similar to that being bid) your organization has completed during the past five years: Project Name Owner Engineer Contract Amount CQS-1

21 8. List the construction experience of the principals in your organization: Individual's Name Years of Construction Exper. Present Position & Years Exper. Prev. Position & Years Exper. 9. Subcontractors to be used: Date: By: Title: CQS-2

22 CITY OF MOAB 217 EAST CENTER STREET MOAB, UTAH PHONE: FAX: Notice of Award Date: May 12, 2014 Contractor: From: City of Moab Mayor David L. Sakrison ATTEST: Project: City Recorder 2014 Chip Seal Project The City of Moab has considered the bid submitted by the Contractor for the Project, in response to the Invitation to Bid. The Contractor is hereby notified that the bid received from the Contractor for the Project in the amount of $, was accepted by the Moab City Council on the 11 th day of May The Contractor is hereby awarded all or portions of the Project described as: 2014 Chip Seal Project The Contractor is required to execute and submit a copy each of the Performance Bond, Payment Bond and Certificates of Insurance within (10) ten calendar days of the date of this Notice of Award. If the Contractor fails to execute the Contract and furnish the bonds within the (10) ten calendar days, the City of Moab shall be entitled to consider all of the Contractor s rights arising out of acceptance of the Bid as abandoned which shall result in forfeiture of the bid Guarantee to the City of Moab. The City of Moab shall be entitled to such other rights as may be granted by law. CONTRACTOR ACKNOWLEDGEMENT: Receipt of this Notice of Award is hereby acknowledged: Contractor: By: Date: Title: The Contractor is required to return an acknowledged copy of the Notice to the City of Moab Recorder s Office. NA-1

23 CONSTRUCTION CONTRACT (Contractor Payment Bond and Performance Bond) This CONTRACT is made and entered into this, by and between CITY OF MOAB of Moab, Utah, a Municipal Corporation in the County of Grand, State of Utah, in the Contract Documents referred to as the "City," and herein referred to as the "Contractor". RECITALS WHEREAS, the City advertised that sealed Bids would be received for furnishing all labor, tools, supplies, equipment, materials and everything necessary and required for the Project described by the Contract Documents and known as 2014 Chip Sealant Project; and WHEREAS, the Contract has been awarded to the above named Contractor by the City, and said Contractor is now ready and able to perform the work specified in the Notice of Award, in accordance with the Contract Documents. NOW, THEREFORE, in consideration of the mutual promises and performances stated herein, the sufficiency of which all parties acknowledge, it is agreed as follows: ARTICLE 1 Contract Documents. It is agreed by the parties that the following list of instruments, drawings, and documents which are attached and incorporated by reference constitute and shall be referred to either as the Contract Documents or the Contract, and all of said instruments, drawings, and documents taken together as a whole constitute the Contract between the parties: a. Bid specifications for the Project; b. Official design prints and specifications furnished by or to the Contractor and approved by the City; c. Change orders, approved written instructions, and written contract amendments; d. Performance and Payment bonds; e. General and Supplementary Conditions; and 2014 Chip Sealant Project Page 1 of 10

24 f. Notice of Award. ARTICLE 2 Definitions. In accordance with Article 1, the definition of items provided in the General Contract Conditions applies to their usage in the Contract and other portions of the Contract Documents. ARTICLE 3 Contract Work. The Contractor agrees to furnish all labor, supervision, tools, supplies, equipment, materials, and all that is necessary and required to complete the tasks associated with or described in the Contract Documents, as limited to those items as indicated in the Notice of Award (the Work ). Contractor warrants that all construction shall be completed in a workmanlike manner and in accordance with all plans, specifications, and applicable building codes. a. Upon request, Contractor shall provide to the City a list of all subcontractors who will provide construction services under the Contract. All goods and services provided by subcontractors, material suppliers, and laborers shall be pursuant to written agreement between all such persons and the Contractor. Contractor shall be solely responsible for supervision of all of its employees and subcontractors, and assuring that work by those persons conforms to the Contract Documents. Contractor shall be solely responsible for payment to all laborers, subcontractors, and material suppliers in connection with work performed under the Contract. Any non-payment by Contractor of sums owing to laborers, material suppliers, or subcontractors is material breach of this Contract. The City, in its discretion, shall be authorized to contact subcontractors, material suppliers, and laborers working on the project for the purpose of verifying compliance with this Section. ARTICLE 4 Contract Time and Liquidated Damages. The Contractor hereby agrees to commence work under the Contract on or before the date specified in a written Notice to Proceed from the City, and to substantially and fully complete the work within the time specified in the Special Conditions. In the event that the work is not completed in the times set forth and as agreed upon, the Contractor further agrees to pay Liquidated Damages to the City as set forth in the Special Conditions. Special Conditions: The Contractor shall complete the Work no later than August 18, Liquidated damages for delay in the amount of $500 per day shall be assessed against the Contractor in the event that the Work is not finally complete and accepted by the City by the agreed completion date. Remedies under this Article 4 are cumulative to any other remedies provided in this Contract Chip Sealant Project Page 2 of 10

25 ARTICLE 5 Contract Price and Payment Procedures. The Contractor shall accept as full and complete compensation for the performance and completion of all of the work specified in this Contract and the Contract Documents, the sum of $ ( Contract Price ). The Contract Price has been lawfully appropriated by the City Council of the City of Moab for the use and benefit of the Project. The Contract Price shall not be modified except by written change order, as set forth below. a. Partial payments shall be made proportionate to the progress of the work according to the following schedule and (if applicable) the schedule of values in the Contract Documents, but subject to this Article Five: [insert payment schedule]. Pay Applications shall be prepared by the Contractor and subject to review and approval by the Project Manager based upon the schedule, above. In no event shall the Contractor be entitled to progress payments exceeding percentage of the Work that is completed in accordance with the Contract Documents, less retainage, inclusive of materials ordered and delivered to the site as measured against the total Contract Price. b. The City shall retain the sum of five percent (5%) of the total Contract Price, which sum shall be disbursed to Contractor no later than ten (10) days from the date when the Work is determined by the City to be finally complete and in conformity with the Contract Documents. c. In the event of default under this Contract, the City may retain and deduct from the sums owing under this Contract amounts sufficient to cure or abate the breaching condition, damages, or event. ARTICLE 6 Bonds and Insurance. a. Contemporaneous with issuance of the Notice to Proceed Contractor shall furnish to the City payment and performance bonds acknowledged by a surety licensed and authorized to do business in the State of Utah, in a form acceptable to the City, and in an amount equal to the total Contract Price. The bonds shall be attached to and incorporate by reference the Contract Documents. The bonds shall be issued pursuant to U.C.A for the use and benefit of subcontractors, laborers, and material suppliers, and for the use and benefit of the City to secure Contractor s performance of its construction obligations under this Contract. Alternately, Contractor may provide an irrevocable letter of credit in a form acceptable to the City and naming the City as beneficiary for the purpose of satisfying its payment and performance bond obligations Chip Sealant Project Page 3 of 10

26 b. Bonds in amounts of $1, or less will be made in multiples of $100.00; in amounts exceeding $5,000.00, in multiples of $1,000.00; provided that the amount of the bond shall be fixed at the lowest sum that fulfills all conditions of the Contract. c. The letter of credit, payment bond, and performance bond shall be released no later than one year from the date of award of this Contract, provided that no person has provided a demand for payment as provided by law or commenced an action seeking payment against the City or under any such instrument within that time. In the event any person described in subsection (a), above, issues a demand or commences suit against the City, the City shall be entitled to draw upon the bond or letter of credit to the extent of all sums claimed, including reasonable attorney fees and court costs that may be incurred by the City. At its option, the City may elect to interplead said funds into a court of competent jurisdiction, at which point the City will be discharged of any further liability. In the event the City declares default under this Contract, it shall be entitled to proceed against the Performance Bond. d. Contractor shall obtain written lien and payment waivers as specified in Exhibit A, attached, from all laborers, subcontractors and material suppliers contemporaneous with each payment advanced to those persons under this Contract. Upon final completion of the Contract, or upon tender of the final payment to each such subcontractor or material supplier, Contractor shall obtain a final lien and payment waiver. The waivers shall be on forms acceptable to the City, and Contractor shall deliver all such waivers contemporaneous with each disbursement pursuant to the Contract. e. Contractor shall provide a Certificate of Insurance as outlined in the following insurance requirements. The limits of liability for the insurance required by the Contractor shall provide coverage for not less the following amounts or greater where required by law: Workers Compensation 1. State: Statutory 2. Applicable Federal: Statutory 3. Employer s Liability: State Insurance Requirements Comprehensive General Liability: 1. Bodily Injury: $1,000,000 (combined single limit CSL) Each Occurrence $1,000,000 Annual Aggregate, including Products and Completed Operations Hazard 2. Property Damage: $1,000,000 CSL Each Occurrence 2014 Chip Sealant Project Page 4 of 10

27 $1,000,000 Annual Aggregate 3. Property Damage Liability Insurance shall provide Explosion, Collapse, and Underground coverage where applicable. 4. Personal Injury, with employment exclusion deleted. $1,000,000 CSL Comprehensive Automobile Liability: 1. Bodily Injury: $1,000,000 CSL Each Person $1,000,000 CSL Each Accident 2. Property Damage: $1,000,000 CSL Each Occurrence Contractor shall maintain insurance covering casualty to materials purchased for the Work and stored on or off site. f. The Comprehensive liability insurance shall include completed operations hazard insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded or canceled, materially changed, or renewal refused until at least thirty days prior written notice has been given to the City by certified mail. All such insurance shall remain in effect until final acceptance of the Work by the City, and at all times thereafter when Contractor may be correcting, removing, or replacing defective work. The City shall be endorsed as an additional insured under the general liability policy. g. Contractor shall record a Notice of Commencement and Notice of Completion and, as provided under U.C.A and ARTICLE 7 Integrated Contract; Change Orders. The Contract Documents constitute the entire agreement between the City and Contractor, and shall supercede any prior representations or discussions. The Contract may only be altered, amended or repealed by a duly executed written agreement signed and lawfully approved by both parties, except as noted by subsection (b), below. This Contract shall not be assigned, in whole or in part, except upon approval in writing by both parties. a. Contractor shall not be entitled to compensation in excess of the Contract Price, nor shall additional work be undertaken, except upon approval of a change order signed by both parties. The change order shall specify the upward or downward change in 2014 Chip Sealant Project Page 5 of 10

28 the Contract Price, the scope of the work to be performed or omitted, and the change in the Contract Time, if applicable. b. In the event that budgetary, or other unforeseen circumstances, render completion of the Contract Work impracticable, the City, in its discretion, may unilaterally issue a construction change directive reducing the scope of the Work or omitting certain items from the Contract. In that event, the Contract Price will be proportionately reduced. Construction change directives may only be issued with respect to work that has not been performed as of the date of the change. ARTICLE 8 Warranties. The Contractor warrants to the City that all the construction performed under this Contract shall be constructed in a workmanlike manner, in accordance with approved plans and applicable building codes, and free from defects of workmanship, labor, and materials, for a period of one year from the date of final completion of the improvements, as certified by the Project Manager. Upon written notice from the City, Contractor agrees to repair or replace any Contract Work that is found to be defective. ARTICLE 9 Extensions. For good cause shown, the City may grant a reasonable extension of time for the completion of improvements pursuant to this Contract. Good cause may include acts of God, severe weather disturbances (beyond those conditions which are typical to the Moab climate), floods, strikes, riots, or other acts or causes which are unforeseen and beyond the Contractor's control. Extensions of time or change orders for additional compensation shall not be authorized for inexcusable delay, which shall be defined to include, but not be limited to, inadequate crewing; inadequate supervision; late ordering of materials; failure to properly coordinate work; or similar events which could have been avoided with proper foresight, care, or planning by Contractor. All extensions shall be approved in the manner provided for change orders ARTICLE 10 Legal Compliance, Safety, Indemnity. Contractor hereby warrants that it is licensed and authorized to do business in the State of Utah; that it maintains complying policies for workers compensation coverage and that said coverage shall be in place for the duration of its performance under this Contract; that it maintains insurance coverage as described in this Contract; and that all such policies shall be in place for the duration of this Contract. Contractor further warrants that it shall perform this Contract in compliance with all applicable City, state, and federal laws, including all applicable regulations governing workplace safety, including but not limited to those promulgated by the Occupational Safety and Health Administration (OSHA). With respect to workplace safety, Contractor shall at all times employ properly trained individuals and subcontractors, who shall work under appropriate supervision. Contractor shall also hold regular safety meetings as necessary and appropriate, given the particular safety issues presented by the Work Chip Sealant Project Page 6 of 10

29 a. Contractor hereby agrees to indemnify and hold the City, its officers, employees, and agents harmless from all demands, claims, suits, or liabilities, including reasonable attorney fees, as result of damages, losses, or injuries, including death, to persons not a party to this agreement and deriving, directly or indirectly, from the actions, omissions, or breaches of duties by the Contractor, its officers, agents, employees, subcontractors, or suppliers in the performance of the Contract or in discharging its legal duties, generally. This duty to indemnify shall apply to all claims by Contractor s employees, subcontractors, or material suppliers with respect to any liabilities incurred by Contractor in the performance of this Contract. ARTICLE 11 Remedies. The failure by either party to perform or carry out any of the obligations in this Contract or to perform the construction in accordance with the Contract Documents shall be grounds to declare default. In the event of default, the non-breaching party shall be entitled to recover all actual damages resulting from breach, in addition to the other remedies specified in this Contract. Actual damages shall include reasonable and necessary costs of completion of the Work or repair or replacement of Work which does not conform to the Contract Documents. In no event shall either party be liable to the other for consequential damages. In addition to any other remedies, in any legal action arising from this Contract the substantially prevailing party shall be entitled to recover its reasonable attorney fees and court costs. ARTICLE 12 Venue, Choice of Law, Interpretation. The place of performance under this Contract is Grand County, Utah. In the event of any legal dispute concerning the subjects of this agreement the parties stipulate to jurisdiction and venue in the District Court, Grand County, Utah. This contract shall be construed in accordance with the laws of the state of Utah. a. There are no known or intended third party beneficiaries to this Contract. b. This Contract is the product of mutual bargaining. It shall be construed in accordance with its plain meaning, regardless of the extent to which either party participated in the drafting Chip Sealant Project Page 7 of 10

INSTRUCTIONS TO BIDDERS

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

More information

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

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

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

BIDDING AND CONSTRUCTION STANDARDS

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

More information

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

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

More information

2015 HELLWINKEL CHANNEL PROJECT

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

More information

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

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

Project Manual. For Glenloch Splash Pad And Pool Renovations

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

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

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

More information

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT

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

More information

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

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

More information

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

PROPOSAL REQUIREMENTS AND CONDITIONS

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

More information

(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

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

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

More information

CONTRACT DOCUMENTS 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

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

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

More information

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

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

More information

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

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

More information

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

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

More information

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

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

More information

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

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

More information

City of Detroit Detroit, Oregon

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

More information

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

Crack, Chip and Seal Projects 2018 April 2018

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

More information

BID FORM (Lump Sum or Unit Price)

BID FORM (Lump Sum or Unit Price) BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal

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

TABLE OF CONTENTS CONTRACT PROVISIONS

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

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

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

More information

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

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

More information

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

AIA Document A701 TM 1997

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

More information

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

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

More information

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

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

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

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

More information

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

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

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

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

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

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

More information

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

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

GOLD CREEK FLUME CONCRETE PATCHING

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

More information

CONSTRUCTION CONTRACT DOCUMENTS MANUAL

CONSTRUCTION CONTRACT DOCUMENTS MANUAL CONSTRUCTION CONTRACT DOCUMENTS MANUAL Published by CIRSA 3665 Cherry Creek North Drive Denver, Colorado 80209 800.228.7136 FAX 303.757.8950 www.cirsa.org CIRSA 1997/2016 CIRSA CONSTRUCTION CONTRACT DOCUMENTS

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

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

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

NOTICE INVITING BIDS

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

More information

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

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

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

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

REQUEST FOR SEALED BID PROPOSAL

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

More information

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

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

More information

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

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

More information

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

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

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

More information

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

DOWNTOWN LIBRARY SERVER ROOM

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

More information

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

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

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

More information

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

University of California, Riverside Barn Expansion

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

More information

Document A701 TM. Instructions to Bidders

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

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

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

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

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

More information

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

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

More information

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

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

More information

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

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

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

REQUEST FOR SEALED BID PROPOSAL

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

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

More information

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

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

More information

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

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

More information

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

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

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

More information

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

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

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

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

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

More information

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

SALT AND SAND STORAGE FACILITY

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

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

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

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

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

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

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

More information

AIA Document A201 TM 2007

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

More information

Table of Contents Unit Prices Submittal Procedures Selective Demolition

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

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