GYPSUM TO DOTSERO TRAIL RETAINING WALL PROJECT

Size: px
Start display at page:

Download "GYPSUM TO DOTSERO TRAIL RETAINING WALL PROJECT"

Transcription

1 GYPSUM TO DOTSERO TRAIL RETAINING WALL PROJECT BID DOCUMENTS Issued June 20, 2013 BIDS DUE July 15, 2013 OWNER: ENGINEER: EAGLE COUNTY ECO Trails Program P.O. Box 1070 Gypsum, CO (970) CTL THOMPSON 234 Center Drive Glenwood Springs, CO (970)

2 GYPSUM TO DOTSERO TRAIL RETAINING WALL PROJECT BID DOCUMENTS INDEX 1. Invitation to Bid 2. Instructions to Bidders 3. Bid Form 4. Agreement 5. General Conditions 6. Special Provisions 7. Construction Plan Set, 11 pages 8. Supplementary Information: a. Geotechnical Engineer s Report, including i. Exploratory Boring Information ii. Stability Evaluation iii. Lab Testing Results iv. Redi-Rock Installation Manual. b. CDOT Special Use Permit issued to Eagle County c. Nationwide Permit 14 with Wetland Delineation Report 2

3 INVITATION TO BID BRIEF DESCRIPTION OF PROJECT The ECO Trails Program of Eagle County Government is requesting bids for the construction of a retaining wall with paved trail for purposes of bicycling and walking between Gypsum and Dotsero. The project includes construction of 7,091 square feet of retaining wall with 1,350 linear feet of asphalt trail in between Highway 6 and the Eagle River. The project includes an estimated 300 tons of asphalt paving and 1,100 linear feet of wood railing. BID DOCUMENTS As of June 20, 2013 Bid documents can be obtained from the ECO Trails office at 3289 Cooley Mesa Road, Gypsum, CO 81637, Monday through Friday, 8:00 a.m. to 5:00 p.m. Bid information may also be obtained at MANDATORY PRE-BID MEETING A mandatory pre-bid meeting will be held on Tuesday, July 2 at 2:00 p.m. local time at the Eagle County Maintenance Service Center, Building A meeting room, 3289 Cooley Mesa Road, Gypsum, CO Bidders are required to attend. BID SUBMITTAL All bids are to be sent or delivered to: Mailing: ECO Trails PO Box 1070 Gypsum, CO Physical: ECO Trails office 3289 Cooley Mesa Road Gypsum, CO Monday through Friday, 8:00 a.m. to 5:00 p.m. Bids for the work ARE DUE AT 2:00 P.M. LOCAL TIME ON MONDAY, JULY 15, 2013 AT 3289 COOLEY MESA ROAD, BUILDING A MEETING ROOM, IN GYPSUM and at that time will be opened and read aloud. All bids must be enclosed in a sealed envelope plainly marked: Gypsum to Dotsero Trail Retaining Wall Project Any bids received after the above specified time will be immediately returned to the Bidder unopened. Eagle County reserves the right to reject any and all bids and to waive informalities herein. Bids may not be withdrawn after opening for a period of thirty (30) days. 3

4 INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (e.g., the contract form) have the meanings assigned to them therein. 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. 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents may be obtained from Owners Project Manager, ECO Trails as stated in the Invitation to Bid. 2.2 Complete sets of the Bidding Documents shall be used in preparing bids; Owner does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner in making copies of Bidding Documents available on the above terms does so only for the purpose of obtaining bids on work, and does not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1 To demonstrate qualifications to perform the work, each bidder must be prepared to submit, within five (5) days of Owner s request, written evidence, such as financial data, additional previous experience, and evidence of authority to conduct business in the jurisdiction where the project is located. Each bid must contain evidence of the bidder s qualification to do business in Colorado, or a covenant to obtain such qualification prior to award of the contract. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 Before submitting a bid, each bidder must (a) examine the Contract Documents thoroughly; (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress, or performance of the work; (c) familiarize himself with federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, or performance of the work; and (d) study and carefully correlate Bidder s observations with the Contract Documents. 4.2 Before submitting his bid, each bidder will, at his own expense, make such investigations and tests as the bidder may deem necessary to determine his bid for performance of the work in accordance with the time, price, and other terms and conditions of the Contract Documents. 4.3 On request, Owner will provide each bidder access to the site to conduct such investigations and tests as each bidder deems necessary for submission of his bid. 4.4 The lands upon which the work is to be performed rights-of-way for access thereto, and other lands designated for use by Contractor in performing the work are identified in the Contract Documents. 4

5 4.5 The submission of a bid will constitute an incontrovertible representation by the bidder that he has complied with every requirement of this Article 4, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of this work. 5. INTERPRETATIONS 5.1 All questions about the meaning or intent of the Contract Documents shall be submitted to ECO Trails in writing to the physical address or mailing address listed above or to ellie.caryl@eaglecounty.us by Monday, July 8, 2013 by 3:00 p.m. 5.2 Replies will be issued in writing by Addenda mailed, delivered or ed to all parties recorded by ECO Trails as having received the Bidding Documents. Questions received after the due date for questions will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6. BID SECURITY 6.1 Bid security shall be made payable to Owner ( Eagle County) in an amount of five percent (5%) of the bidder s maximum bid price, and in the form of a certified or bank check, or a bid bond issued by a surety meeting the requirements as set forth in the General Conditions. 6.2 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 fifteen (15) days of the Notice of Award, Owner may annul the Notice of Award and the bid security of the bidder will be forfeited. 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 thirty-first (31 st ) day after the bid opening. Bid security of other bidders will be returned within seven (7) days of the bid opening. 7. CONTRACT TIME 7.1 The estimated period of the time to complete the work is six to seven weeks. Notwithstanding the foregoing, the date by which the work is to be complete (the Contract Time) is set forth in the bid form as October 1, 2013 and will be included in the Agreement. 8. LIQUIDATED DAMAGES 8.1 Provisions for liquidated damages, if any, are set forth in the Agreement. 9. SUBSTITUTE MATERIAL AND EQUIPMENT 9.1 The Contract, if awarded, will be on the basis of material and equipment described in the Drawings as specified in the Specifications without consideration of possible substitute or orequal items. Whenever it is indicated in the Drawings, or specified in the Specifications, that a substitute or or-equal 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 Agreement. 5

6 10. SUBCONTRACTORS, ETC If the Contract Documents require the identity of certain subcontractors and other persons and organizations to be submitted to Owner in advance of the Notice of Award, the apparent successful bidder, and any other bidder so requested, will, within seven (7) days after the day of the bid opening, 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 those portions of the work as to which such identification is so required. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of qualification for each such subcontractor, person and organization if requested by Owner. If Owner, after due investigation, has reasonable objection to any proposed subcontractor, other person, or organization, Owner may, before giving the Notice of Award, request the apparent successful bidder to submit an acceptable substitute without an increase in bid price. If the apparent successful bidder declines to make any such substitution, the contract shall not be awarded to such bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his bid security. Any subcontractor, other person, or organization so listed, and to whom Owner or ECO Trails does not make written objection prior to the giving of the Notice of Award, will be deemed acceptable to Owner In contracts where the contract price is on the basis of Cost-of-the Work Plus a Fee, the apparent successful bidder, prior to the Notice of Award, shall identify in writing to Owner those portions of the work that such bidder proposes to subcontract and, after the Notice of Award, may only subcontract other portions of the work with Owner s written consent No contractor shall be required to employ any subcontractor, other person, or organization against whom he has reasonable objection. 11. BID FORM The Bid Form is attached hereto; additional copies may be obtained from ECO Trails Bid Forms must be completed in ink or by typewriter Bids by corporations, must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal must be affixed and attested by the secretary, or an assistance secretary. The corporate address and state of incorporation shall be shown below the signature Bids by partnerships must 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 must be typed or printed below the signature The bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which shall be filled in on the Bid Form). 6

7 11.7 The address and telephone numbers to which communications regarding the bid are to be directed must be shown. 12. SUBMISSION OF BIDS 12.1 Bids shall be submitted not later than at the time and place indicated in the Invitation to Bid, and shall be included in an opaque, sealed envelope, marked with the project title, and name and address of the bidder, and accompanied by the bid security and other required documents. 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 Gypsum to Dotsero Trail Retaining Wall BID ENCLOSED on the face thereof. 13. MODIFICATION AND WITHDRAWAL OF BIDS 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that 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 (24) hours after bids are opened, any bidder files a fully 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. 14. OPENING OF BIDS 14.1 When bids are opened publicly, they will be read aloud, and an abstract of the amounts of the base bids and major alternates (if any) will be made available after the opening bids. 15. BIDS TO REMAIN OPEN 15.1 All bids shall remain open for thirty (30) 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 16.1 Owner reserves the right to reject any and all bids, to waive any and all informalities, to negotiate contract terms with the successful bidder, to delete or add work on the bid and adjust cost accordingly, and reserves the right to disregard all nonconforming, non-responsive, or conditional bids. 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 shall 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 the 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. 7

8 16.3 Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of subcontractors and other persons or organizations must be submitted as provided in the General Conditions. Operating costs, maintenance considerations, performance data, and quantities of materials and equipment may also be considered by Owner 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, and other persons and organizations to do 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 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 the best interests of the project and to the County; Owner may accept a bid other than the lowest responsive bid if it determines that doing so is in the best interests of the project and the County When a construction contract for a public project is to be awarded to a bidder, a Colorado resident bidder shall be allowed a preference against a nonresident bidder from a state or foreign country equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident, unless this requirement is inconsistent with requirements of federal law or may cause the denial of federal moneys. See , 102, CRS for the complete provisions regarding the preference. 17. PERFORMANCE AND OTHER BONDS 17.1 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. 18. SIGNING OF AGREEMENT When Owner gives a Notice of Award to the successful bidder, it will be accompanied by at least two (2) unsigned counterparts of the Agreement and all other Contract Documents. Within fifteen (15) days thereafter, Contractor shall sign and deliver at least two (2) counterparts of the Agreement to Owner with all Contract Documents attached. Within ten (10) days thereafter, Owner will deliver a fully signed counterpart to Contractor. END INSTRUCTIONS TO BIDDERS 8

9 BID FORM PROJECT IDENTIFICATION: GYPSUM TO DOTSERO TRAIL RETAINING WALL PROJECT THIS BID IS SUBMITTED TO: Board of County Commissioners Eagle County 500 Broadway Eagle, Colorado Mailing: Physical: ECO Trails Attn: Ellie Caryl, Program Manager P. O. Box 1070 Gypsum, CO Cooley Mesa Road Gypsum, Colorado 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 Instructions to Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain open for thirty (30) days after the day of bid opening. BIDDER will sign the Agreement and submit the contract security and other documents required by the Contract Documents within fifteen (15) 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 Contract Documents and of the following addenda: Date Number 9

10 (Receipt of all of which is hereby acknowledged) and also copies of the Advertisement of Invitation to Bid and the Instructions to Bidders; (b) (c) BIDDER has examined the site and locality where the work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the work, and has made such independent investigations as BIDDER deems necessary; This bid is genuine, and not made in the interest of, 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 nor solicited any other bidder to submit a false or sham bid; BIDDER has not solicited nor induced any person, firm, or 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. BIDDER will complete the work for the following lump sum and unit prices: SEE EXHIBIT A FOR BID PRICES 5. BIDDER agrees that work will be completed on or before October 1, BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 7. The following documents are attached to and made a condition of this bid: (a) Required bid security in the form of a certified or bank check or bid bond. 8. Communication concerning this bid shall be addressed to the address of BIDDER indicated below: Phone Number 9. The terms used in this bid which are defined in the General Conditions of the construction contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED ON,

11 If BIDDER is: An Individual By: (Individual s Name) (SEAL) Doing business as: Business address: Phone Number: 11

12 A Partnership By: (SEAL) (Firm Name) (General Partner) Business Address: Phone Number: 12

13 A Corporation By: (Corporation Name) (State of Corporation) By: (Name of Person Authorized to Sign) (Title) (CORPORATE SEAL) Attest: Business Address: Phone Number: 13

14 A Joint Venture By: (Name) (Address) By: (Name) (Address) (Each joint venture 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) 14

15 EXHIBIT A GYPSUM TO DOTSERO TRAIL RETAINING WALL PROJECT Item # Description Unit Quantity 01 Mobilization LS 1 02 Clearing and Grubbing LS 1 Unclassified Excavation, wall trench 03 and trail CY 3,000 Geotextile Fabric, wall trench and 04 below trail SF 27,500 Crushed stone leveling pad and subsurface drain outlet (AASHTO 05 M43, no. 57) CY Redi-Rock block, includes embedment SF 7,091 Crushed stone wall backfill (AASHTO 07 M43, No. 57) CY 400 Common fill (On site soil free of rocks larger than 3 in diameter, organic material or other deleterious material, 08 or similar import) CY 300 CDOT Class 1 structural backfill 09 material CY 740 CDOT Class 6 aggregate base course 10 (AASHTO M147) CY HMA (GR-SX) (75) (PG58-28) TN Fence, wood with wire LF 1,100 Retaining wall boulder (rock buttress 13 wall) SF 1, Solid 4 diameter drain pipe LF Sock drain LF 1, Erosion Log (12 inch) LF 1, Silt fence, necessary locations tbd LF 500 Topsoil (place 4 ), certified weed free, 19 match topsoil to base course shoulders CY 8 Seeding (seed provided by Owner) (apply seed, provide and apply fertilizer and mulch) AC Stabilized Construction Entrance EA 2 22 Construction Surveying LS 1 Unit Price Total TOTAL BID 15

16 CONSTRUCTION AGREEMENT GYPSUM TO DOTSERO TRAIL RETAINING WALL PROJECT THIS CONSTRUCTION AGREEMENT is dated as of the day of, 2013, by and between Eagle County, Colorado, a body corporate and politic, acting by and through its Board of County Commissioners (hereinafter called County or "Owner") whose address for purposes hereof is P.O. Box 850, 500 Broadway, Eagle, CO 81631, and a licensed to work in the State of Colorado (hereinafter called "Contractor") whose address for purposes hereof is. Owner and Contractor, in consideration of the mutual covenants set forth, agree as follows: ARTICLE 1 THE PROJECT AND THE WORK 1.1 The construction project which is the subject matter hereof is generally described as follows: Gypsum to Dotsero Trail Retaining Wall Project (the Project ). Contractor shall supply and perform all work to complete the Project as specified in the Contract Documents ( Work ). 1.2 A more complete description of the Project and a description of the applicable Project site (the Site ) is provided by the Contract Documents. 1.3 Capitalized terms that are not defined in this Agreement shall have the meanings ascribed to them in the General Conditions and (or) the other Contract Documents as applicable. 1.4 The intent of the Contract Documents is to include all items reasonably necessary for the proper execution and completion of the Work. The Contract Documents are complementary and what is required by any one shall be binding as if required by all. Based on Contractor s careful review of the Contract Documents, Contractor acknowledges that the Contract Documents require the construction of a completed Project in accordance with the terms hereof. 1.5 Contractor shall perform all the Work required by the Contract Documents or reasonably inferable therefrom, for the complete construction of the Project in accordance with the Contract Documents. Contractor shall provide and furnish all materials, supplies, equipment, tools, implements, all other facilities, and all other labor, supervision, security, transportation, utilities, storage, appliances and all other services as and when required for or in connection with the complete construction of the Project. 1.6 If the Work is taking place on property owned by other federal, state or local governmental entities, or a public utility or other third party, Contractor shall comply with any additional terms and conditions required by applicable law and (or) applicable permits. ARTICLE 2 - OWNER'S REPRESENTATIVE 2.1 The Project is under the authority of the ECO Trails Department, the Manager of which, or his designee, shall be Owner's liaison with Contractor with respect to the performance of the Work. 2.2 Contractor s representative is. 16

17 2.3 Neither Owner s nor Contractor s representative shall be changed with less than ten (10) days prior written notice to the other party. ARTICLE 3 - CONTRACT TIME 3.1 The Work will be completed and ready for final payment in accordance with the Contract Documents on or before October 1, 2013( Contract Time ). 3.2 Contractor shall employ all such additional labor, services and supervision, including such extra shifts and over time, as may be necessary to maintain and to achieve final payment in accordance with the Contract Documents on or before October 1, 2013 all without an increase in the Contract Price. 3.3 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 substantially complete within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving at a legal or arbitration hearing, the actual loss suffered by Owner if the Work is not substantially complete on time. Accordingly, instead of requiring such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Three Hundred dollars ($300.00) for each day that expires after the time specified in paragraph 3.1 for completion until the Work is complete. ARTICLE 4 - CONTRACT PRICE 4.1 Owner shall pay Contractor, for Contractor s performance of the Work under the Contract Documents, an amount not to exceed $ ( Contract Price ). 4.2 Notwithstanding anything in the Contract Documents to the contrary, the Contract Price (which is based primarily upon unit prices) includes, without limitation, the entire amount of overhead and profit payable to Contractor in connection with the Work under the Contractor Documents. Contractor shall not have the right to, nor shall it seek to recover, any additional compensation for overhead or profit. The quantities associated with unit prices may be adjusted as set forth in the Contract Documents subject to the not to exceed Contract Price. In no event shall the unit prices set forth in Contractor s Bid Form be adjusted. 4.3 Contractor acknowledges that Owner is a tax exempt entity and that Owner has appropriated funds for this Project in a sum equal to or in excess of the Contract Price. 4.4 Owner shall pay Contractor for performance of the Work in accordance with the Contract Documents. 4.5 Pursuant to the provisions of , C.R.S., and notwithstanding anything to the contrary contained elsewhere in the Contract Documents, no change order or other form of order or directive by Owner, and no amendment to this Agreement, requiring additional compensable Work to be performed which Work causes the aggregate amount payable under the Agreement to exceed the amount appropriated for the original Agreement, shall be of any force or effect unless accompanied by a written assurance by Owner that lawful appropriations to cover the costs of 17

18 the additional Work have been made or unless such Work is covered under a remedy-granting provision in the Agreement. 4.6 Eagle County is a governmental entity and all obligations beyond the current fiscal year are subject to funds being budgeted and appropriated. Specifically, notwithstanding anything to the contrary contained in this Agreement, Owner shall have no obligations under this Agreement, nor shall any payment be made to Contractor in respect of any period after December 31 of each calendar year during the term of this Agreement, without an appropriation therefore by the Owner in accordance with a budget adopted by the Board of County Commissioners in compliance with the provisions of Article 25 of Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S et. seq.), and the TABOR Amendment (Constitution, Article X, Sec. 20). ARTICLE 5 - PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accordance with the General Conditions. Applications for Payment will be processed as provided in the General Conditions. 5.1 PROGRESS PAYMENTS: Owner shall make monthly progress payments on account of the Contract Price and as provided in the Contract Documents. All progress payments will be on the basis of the progress of the Work. Owner shall have the right to request and inspect supporting documentation for progress payments, including but not limited to receipts and invoices evidencing payments of charges associated with the Work. 5.2 The period covered by each Application for Payment shall be one calendar month beginning on the first of each month and ending on the last day of the month. 5.3 Each Application for Payment shall be based upon the unit prices, percentage of completion, and Contract Price and otherwise in accordance with the Contract Documents. Each Application for Payment shall show actual quantities incorporated into the Project for each portion of the Work as of the end of the period covered by such Application for Payment. 5.4 Prior to Completion, Owner shall authorize partial payments at the end of each calendar month or as soon thereafter as practicable if Contractor is satisfactorily performing the Agreement. Progress payments will be in an amount equal to: 95% of the Work completed. The withheld percentage of the Contract Price shall be retained until the Agreement is completed satisfactorily and finally accepted by the public entity. 5.5 Progress payments and retained funds shall occur in compliance with the General Conditions attached hereto and C.R.S In taking action on Contractor s Applications for Payment, Owner shall be entitled to rely on the accuracy and completeness of the information furnished by Contractor and shall not be deemed to represent that (i) Owner has made a detailed examination, audit or arithmetic verification of the documentation submitted by Contractor; (ii) Owner has made exhaustive or continuous onsite inspections of the Work; or (iii) Owner has made examination to ascertain how or for what purposes Contractor has used amounts previously paid on the Contract Price. 18

19 5.7 FINAL PAYMENT: Upon final completion and acceptance in accordance with the General Conditions, Owner shall pay the remainder of the Contract Price. The final payment shall not be made until after final settlement of this contract has been duly advertised at least ten days prior to such final payment by publication of notice thereof at least twice in a public newspaper of general circulation published in Eagle County, and the Board of County Commissioners has held a public hearing thereon and complied with C.R.S Final payment shall be made in accordance with the requirements of the aforesaid statute. Owner shall make a final settlement in accordance with C.R.S within sixty days after the contract is completed satisfactorily and finally accepted by Owner. 5.8 Owner may withhold payments due to Contractor, to such an extent as may be necessary to protect Owner from loss, because of defective work or material not remedied or the failure of Contractor to carry out the Work in accordance with this Agreement. 5.9 Notwithstanding the fact some of the Work may occur on property owned by third parties that are not governmental entities, the Contractor acknowledges and agrees that payment shall be made in accordance with C.R.S and C.R.S and hereby waives it right to lien the property. Contractor shall include the language of this paragraph 5.9 in any subcontracts for the Project. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 6.1 Contractor has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of the Work. 6.2 Contractor has made, or caused to be made, examinations, investigations, and tests and studies of such reports and related data as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time, and in accordance with other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are, or will be required by Contractor for such purposes. 6.3 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents. 6.4 Contractor has given Owner written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by Owner is acceptable to Contractor. 6.5 In performing the Work under this Agreement, the Contractor acts as an independent contractor and is solely responsible for necessary and adequate worker s compensation insurance, personal injury and property damage insurance, as well as errors and omissions insurance. The Contractor, as an independent contractor, is obligated to pay federal and state income tax on moneys earned. The personnel employed by the Contractor are not and shall not become employees, agents or servants of the Owner because of the performance of any work by this Agreement. 19

20 6.6 Contractor represents and warrants that it holds a license, permit or other special license, as required by law, to perform the Work required under the Contract Documents and shall keep and maintain such licenses, permits and special licenses in good standing and in full force and effect at all times while Contractor is performing the Work under the Contract Documents. 6.7 Contractor shall maintain insurance as set forth in the General Conditions. Before permitting any of his subcontractors to perform any Work under this Agreement, Contractor shall require each of his subcontractors to procure and maintain such insurance as set forth in the General Conditions. ARTICLE 7 - CONTRACT DOCUMENTS The Contract Documents which comprise the entire Agreement are made a part hereof, and consist of the following: 7.1 This Agreement. 7.2 Contractor's Bid Form attached as Exhibit A. 7.3 Bid Documents including Invitation to Bid, Instructions to Bidders, Special Provisions and Supplementary Information attached as Exhibit B. 7.4 Construction Plan Set dated June 19, 2013attached as Exhibit C. 7.5 Addendum(s). 7.6 Performance and other Bonds. 7.7 Notice of Award and, if any, Notice to Proceed. 7.8 General Conditions (Pages to, inclusive) attached as Exhibit D. 7.9 Any modification, including Change Orders, duly delivered after execution of Agreement. The parties acknowledge and agree that this Agreement and the General Conditions attached hereto, shall supersede and control over any inconsistent or contrary provision in any other attachment or agreement. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended, or repealed by an executed, written amendment to this Agreement. ARTICLE 8 - BONDS 8.1 Not later than five business days following the execution of this Agreement, Contractor shall deliver to the Owner the bonds required by the Contract Documents, and, notwithstanding anything to the contrary contained in the Contract Documents, Owner shall have no liability or obligation hereunder unless and until the bonds have been so delivered. 20

21 ARTICLE 9- SUBCONTRACTS AND OTHER AGREEMENTS 9.1 Those portions of the Work that Contractor does not customarily perform with Contractor s own personnel shall be performed under subcontracts and (or) by other appropriate agreements with Contractor (individually a Subcontract and collectively Subcontracts ). 9.2 All Subcontracts shall conform to provisions of this Agreement. Owner shall have the right to review and approve each form of Subcontract. By an appropriate written agreement, Contractor shall require the subcontractor to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of the Contract Documents and to assume toward Contractor all the obligation and responsibility which Contractor, by these Documents, assumes towards Owner. Said agreement shall preserve and protect the rights of Owner under the Contract Documents with respect to the Work to be performed by the subcontractor so that the subcontracting thereof will not prejudice such rights. Contractor shall require each subcontractor to enter into similar agreements with its subcontractors. Contractor shall make available to each proposed subcontractor, prior to the execution of the subcontract, the Contract Documents to which the subcontractor will be bound by this paragraph 9.2. Each subcontractor shall similarly make copies of such Contract Documents available to its subcontractors. Owner shall have the right to review and approve each form of Subcontract. 9.3 Contractor shall be responsible to Owner for the acts and omissions of its agents, employees, suppliers, subcontractors performing Work under a contract with Contractor and such subcontractors lower-tier subcontractors, agents and employees. 9.4 Nothing contained in the Contract Documents shall be deemed to create any contractual relationship between any subcontractor of any tier and Owner. ARTICLE 10 - MISCELLANEOUS 10.1 No assignment by a party hereto of any rights under, or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in the Contract Documents ATTORNEY'S FEES: In the event of litigation between the parties hereto regarding the interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit otherwise is brought to recover damages for breach of this Agreement, or an action be brought for injunction or specific performance, then and in such events, the prevailing party shall recover all reasonable costs incurred with regard to such litigation, including reasonable attorney s fees Notwithstanding any other provision to the contrary, nothing herein shall constitute a waiver, 21

22 express or implied, of any of the immunities, rights, benefits, protection, or other provisions of the Colorado Governmental Immunity Act APPLICABLE LAW: This Agreement shall be governed by the laws of the State of Colorado. Jurisdiction and venue of any suit, right, or cause of action arising under, or in connection with this Agreement shall be exclusive in District Court for Eagle County, Colorado INTEGRATION: This Agreement supersedes all previous communications, negotiations and/or contracts between the respective parties hereto, either verbal or written, and the same not expressly contained herein are hereby withdrawn and annulled. This is an integrated agreement and there are no representations about any of the subject matter hereof except as expressly set forth in the Contract Documents NOTICE: Any notice and all written communications required under this Agreement shall be (i) personally delivered, (ii) mailed in the United States mails, first class postage prepaid, or (iii) transmitted by facsimile machine together with a hard copy conveyed by delivery or mail, to the appropriate party at the following addresses: County: With a copy to: Board of County Commissioners ECO Trails Eagle County, Colorado PO Box 1070 P. O. Box 850 Eagle, CO Eagle, CO Telephone: (970) Telephone: (970) Fax: (970) Fax: (970) Contractor: Notices delivered in person shall be effective as of the date of delivery, mailed notices will be deemed given three business days after the date of deposit in a regular depository of the United States Postal Service, and Fax notices will be deemed given upon transmission, if during business hours, or the next business day. Either party can change its address for notice by notice to the other in accordance with this paragraph PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES: If Contractor (hereinafter Consultant for purposes of paragraph 10.7) has any employees or subcontractors, Consultant shall comply with C.R.S , et seq., regarding Illegal Aliens Public Contracts for Services, and this Contract. By execution of this Contract, Consultant certifies that it does not knowingly employ or contract with an illegal alien who will perform under this Contract and that Consultant will participate in the E-verify Program or other Department of Labor and Employment program ( Department Program ) in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Contract. 22

23 A. Consultant shall not: (i) (ii) Knowingly employ or contract with an illegal alien to perform work under this contract for services; or Enter into a contract with a subcontractor that fails to certify to the Consultant that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the public contract for services. B. Consultant has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in the E-verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E-verify program can be found at: C. Consultant shall not use either the E-verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. D. If Consultant obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Consultant shall be required to: (i) (ii) Notify the subcontractor and the County within three days that the Consultant has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (D) the subcontractor does not stop employing or contracting with the illegal alien; except that the Consultant shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. E. The Consultant shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S (5). F. If Consultant violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Consultant shall be liable for actual and consequential damages to the County as required by law. G. The County will notify the office of the Colorado Secretary of State if Consultant violates this provision of this Contract and the County terminates the Contract for such breach Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper financial management under the Contract Documents, and all such accounting and 23

24 control systems shall be satisfactory to Owner. Owner and Owner s accountants shall be afforded access to, and shall be permitted to audit and copy Contractor s records, books, correspondence, instructions, drawings, receipts, Subcontracts, purchase orders, vouchers, memoranda and other data relating to the Contract Documents and Contractor shall preserve these documents for a period of not less than three (3) years after final payment, or for such longer period as may be required by law Any indemnity, warranty or guaranty given by Contractor to Owner under the Contract Documents shall survive the expiration or termination of the Contract Documents and shall be binding upon Contractor until any action thereunder is barred by the applicable statute of limitations or as otherwise expressly provided on the Contract Documents The signatories to this Agreement aver to their knowledge, no employee of the County has any personal or beneficial interest whatsoever in the Work or property described in this Agreement. The Contractor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of the Work and Contractor should not employ any person having such known interests In the event a change order or amendment to the Contract Documents is agreed to by the parties, the same shall be in writing and executed by both parties. Signature by Owner shall occur in compliance with Owner s contract approval policy. IN WITNESS WHEREOF, the parties have executed this Agreement this day of, ATTEST EAGLE COUNTY, COLORADO By and through its Board of County Commissioners By: Clerk of the Board of County Commissioners By: XXXXXXXX Chairman 24

25 "Contractor": STATE OF COLORADO ) ) ss: COUNTY OF EAGLE ) By: The foregoing instrument was acknowledged before me by, this, day of, My commission expires: Notary Public 25

26 1. PRE-CONSTRUCTION MEETING SPECIAL PROVISIONS 1. 1 The selected Contractor will attend a Pre-Construction meeting scheduled with Owner and other interested and affected parties, after Notice of Award but prior to Notice to Proceed and commencing construction. The following documents must be submitted prior to and for the Pre- Construction meeting: Detailed Proposed Work Schedule for Project Tasks, including Weekly Progress Meetings Methods Memorandum including size of crew assigned to all phases of the work, duties of crew, type and size of equipment to be used for the work in the retaining wall locations and areas near riparian and wetland vegetation, construction method for walls, trail, railings, barriers and all other components of the work. Methods are subject to approval by Owner and Engineer Contractor s Traffic Control Plan for all work on trail, near highway, or accessing the adjacent Highway shall be submitted prior to the Pre-Construction meeting, and at least two weeks prior to commencement of work to allow sufficient time for sufficient review and approval by Colorado Department of Transportation (CDOT) 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 those portions of the work as to which such identification is so required and experience statement for each subcontractor, unless previously requested and provided per section 10.1 of Instructions to Bidders in the Contract Documents, and no changes have occurred. 2. TRAFFIC CONTROL 2.1 Contractor shall be responsible for providing all required traffic control devices necessary to construct the project in accordance with the guidelines set forth within the Manual on Uniform Traffic Control Devices, with latest revisions and the CDOT M&S Standards. 2.2 The Traffic Control Plan (TCP) provided by Contractor shall be site specific and cover all phases of construction, daylight signage, detours and MHT s (methods of handling traffic). Owner will route Traffic Control Plan to CDOT for review. 2.3 Traffic control shall be approved and in place prior to any staging, mobilization and construction activity taking place. 2.4 Contractor shall notify Colorado State Patrol and the Eagle County Sheriff prior to starting work in the Highway right of way. This project is located in the Highway 6 right of way. Colorado State Patrol Dispatch: Eagle County ECO Trails will notify the CDOT. 2.5 The Contractor shall not have construction equipment or materials in the lane or shoulders of the highway at any time, unless approved or directed. 26

27 2.6 Employee vehicle parking is prohibited where it conflicts with safety, access or flow of traffic. No employee parking will be allowed within the clear zone unless approved by the Engineer, Owner or CDOT. 2.7 Proposed lane closures are subject to review and approval by CDOT. 2. PUBLIC INFORMATION 2.1 The Contractor shall participate in a public information process on an ongoing basis throughout the duration of the project, as follows: At the Pre-Construction conference the Contractor shall introduce the designated public information contact (PIM) for the project. The PIM may or may not be the job superintendent, as determined by Contractor, but shall be available every working day, accessible and on call by cell phone or pager at all times and available upon the request of the Owner or Engineer at other than normal working hours The PIM shall communicate with the Owner daily and keep Owner informed as to work days and hours of work, work activities and traffic impacts, hours and expected traffic delays, lane closures, posted detours and project completion date. The PIM will respond to on-site public inquiries as necessary and inform Owner within 24 hours of contact. The PIM shall keep a log of all contacts including the contact name, date of contact, date responded, the contact's comments. The information in this log shall be provided to Owner at the weekly project meeting The PIM shall maintain communications with businesses and individual residences directly adjacent to and affected by the project as needed, or that express interest in being informed The Contractor shall erect 24 x 24 traffic control information signs at each major approach to the project with the dates the Contractor expects to initiate and complete construction and with the Contractor s public information office's or PIM s phone number. The signs shall be erected at least one week prior to the beginning of construction. These signs shall be updated if the project schedule changes, at no cost to the project The Contractor s participation in public information shall be incidental to the project cost. 4. EXCAVATION AND EMBANKMENT 4.1 Excess or unsuitable material, including rock and boulders that cannot be used in embankments shall be disposed of off-site. Removal and disposal of this material will not be paid for separately but shall be included in the work. 5. FUNDING SOURCE 5.1 There are no Federal Government or State of Colorado funds on this project. Therefore, Davis- Bacon wage requirements, Disadvantaged Business Enterprise or On the Job Training requirements to do not apply. 27

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

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

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

BIDDING AND CONSTRUCTION STANDARDS

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. 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

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

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

(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

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

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

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

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

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

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

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

More information

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

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

More information

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

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

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

2015 HELLWINKEL CHANNEL PROJECT

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 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

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

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

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

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

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

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

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

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

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

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

More information

AIA Document 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

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

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

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

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

More information

BID FORM. PROJECT: 2017 Water line replacement

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

More information

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

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

More information

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

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

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

CONSTRUCTION CONTRACT

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

More information

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

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

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

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

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

CONTRACT PROPOSAL AND SPECIFICATIONS

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

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

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

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

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

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

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

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

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

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

HVAC Remodel Second Floor North Center Building

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

More information

BROKER AND BROKER S AGENT COMMISSION AGREEMENT

BROKER AND BROKER S AGENT COMMISSION AGREEMENT BROKER AND BROKER S AGENT COMMISSION AGREEMENT Universal Care BROKER AND BROKER S AGENT COMMISSION AGREEMENT This BROKER AND BROKER S AGENT COMMISSION AGREEMENT (this "Agreement") is made and entered

More information

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

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

More information

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

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

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

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

REQUEST FOR QUOTATION

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

More information

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

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

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

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

More information

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

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

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

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

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

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

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

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

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

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

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

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

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

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

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

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

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

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 OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

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

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

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

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

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS SECTION 00 11 13 NOTICE TO BIDDERS 1.01 FROM: THE BOARD OF SCHOOL TRUSTEES (HEREINAFTER REFERRED TO AS OWNER): A. Monroe County Community School Corporation B. 315 E. North Drive C. Bloomington, IN 47401

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information