NOTICE TO CONTRACTORS

Similar documents
SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

REQUIRED BID FORMS SECTION

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

Alabama State Port Authority

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

CITY OF GAINESVILLE INVITATION TO BID

REQUIRED BID FORMS SECTION

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

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

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

Proposal No:

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

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

Alabama State Port Authority

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

DES MOINES PUBLIC SCHOOLS WRIGHT ELEMENTARY SCHOOL KITCHEN RENOVATION BID NO. B8183 APRIL 9, 2018 ADDENDUM NO. 1

INVITATION FOR BID PLEASE MAKE AN APPOINTMENT FOR SITE VIEWING FOR ACCURATE BIDS WITH THE DETENTION SUPERINTENDENT, ADAM THOMAS.

Glenwood/Bell Street Well Pump and Piping Construction

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

INFORMATION FOR BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Alabama State Port Authority

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

REQUEST FOR FORMAL BID

Do not place more than one bid in an envelope. Envelopes containing more than one bid may not be opened in time for a bid to be considered.

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

City of Hoover, Alabama Invitation To Bid Traffic Control Striping and Markings Bid # Bid # 14-13

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

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

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

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

REQUISITION & PROPOSAL

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

REQUISITION & PROPOSAL

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

REQUISITION & PROPOSAL

BID DOCUMENTS FOR. WTP VFD Replacement Bid

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

REQUEST FOR FORMAL BID

REQUISITION & PROPOSAL

COUNTY OF JASPER, MISSOURI

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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

AGENDA. PRE-BID / SITE VISIT MEETING May 19, 2017 (10:00 AM)

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

REQUISITION & PROPOSAL

**REVISED BID PRICE FORM** October 24, 2018

CITY OF GAINESVILLE INVITATION TO BID

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

NOTICE OF REQUEST FOR BIDS

NOTICE OF INVITATION FOR BID

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

INSTRUCTIONS TO BIDDERS

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

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

ADVERTISEMENT FOR BIDS (Invitation For Bids)

Finance & Technology Administrator (815) ext 223

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

Alabama State Port Authority

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

MUST BE SIGNED TO BE VALID

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

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

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

BHP Project IFB #

CITY OF NIAGARA FALLS, NEW YORK

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

Chapter 3.24 PURCHASING PROCEDURES

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

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

Transcription:

NOTICE TO CONTRACTORS Sealed bids for the Sloss Streetscape Phase II Street Improvements, PTK 143270, under PEP129CP 003880, will be received by the City Engineer in Room 220, City Hall, Birmingham, Alabama until 2 o'clock p.m., April 8th, 2015, at which time and place they will be publicly opened and read in the Room 220 Conference Room, City Hall, Birmingham, Alabama. The approximate principal quantities are as follows: 480 SY 4 Concrete Sidewalk; 14 SY of 6 Concrete Paving; 66 LF of 18 Concrete Curb and Gutter; 5 Curb Ramps; 405 SY Sod; 22 Trees; 13 Streetlights; Pavement Markings Bid documents are open to public inspection at the Department of Planning, Engineering and Permits Architectural Division, Room 220 City Hall, 710 20th Street, North Birmingham, AL 35203 (or at ftp://ftp.ci.birmingham.al.us), and at the Plan Room of McGraw-Hill Construction Dodge, 3535 Grandview Parkway, Suite 225 Birmingham, AL 35222; at AGC/iSqFt Plan Room, 2801 5th Avenue South, Birmingham, AL 35233; at The Birmingham Construction Industry Authority, 601 37th Street South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Parkway South, Suite 500, Norcross, GA. 30092. Bid documents may be viewed and purchased through the City of Birmingham online plans room site at BirminghamBids.ALGraphics.com. Any cost for reproduction shall be the responsibility of bidders. Prospective bidders are advised to check their source of bid documents frequently for any addenda to the bid documents. It is the bidder s responsibility to bid on the correct set of bid documents. Bids shall be accompanied by a cashier s check drawn on an Alabama bank, or a bid bond executed by a surety company duly authorized and qualified to make such bonds in the State of Alabama, in an amount equal to 5% of the bid (subject to maximum of $10,000) and payable to the City of Birmingham. Bid bonds of the three (3) lowest bidders will be held for a period of ninety (90) days unless bidders agree, in writing, to a longer period of time. No bid may be withdrawn after the scheduled closing time for the receipt of the bids for a period of ninety (90) days. Only Contractors licensed as required by Chapter 8 of Title 34, Section 1-26 inclusive, Code of Alabama 1975, as may be amended, may submit bids and be considered. Bids shall be submitted in a sealed envelope marked SEALED BID Sloss Streetscape Phase II Street Improvements. Contractors shall write on the outside of the sealed bid envelope his or her State of Alabama general contractor's license number and the name of the company submitting the bid. The sealed bid envelope shall contain the following documents: (1) a copy of the State of Alabama general contractor's license, (2) bid bond, (3) the Form of Proposal, (4) the 2/17/2012 3 of 97

Authorization to Execute form and 5) any other document(s) required by special conditions. The Construction Certification form should be included with the bid proposal; however, if it is not included it must be submitted, with the proper signatures affixed, prior to the execution of the contract. Special attention is called to the applicability of the Birmingham Plan-Construction Industry Program to this project. Under this Program the utilization of Minority Business Enterprises and Disadvantaged Business Enterprises ("MBE/DBE") is encouraged on a voluntary basis. The Construction Industry Authority establishes a system of floating MBE/DBE goals which may differ from year to year and project to project. Overall, these goals shall not be less than the historical participation of MBE/DBE's in construction projects of the City and its agencies. Additional information about this Program may be obtained from the Executive Director, Birmingham Construction Industry Authority at 3600-4th Avenue, South, Birmingham, AL, 35233; telephone (205) 324-6202. For federally funded contracts, the provisions of the President's Executive Order 11246 and federal agency regulations requiring affirmative action to achieve employment and utilization of minority persons and businesses, and the Davis-Bacon Act provisions are applicable. As a matter of public policy, the City of Birmingham agrees to make opportunities available to the maximum extent possible, to actively include Historically Underutilized Business Enterprises (HUBE s) such as architectural firms, engineering firms, investment banking firms, other professional consultant services providers, and construction contractors as part of business, economic and community revitalization programs. No pre-qualification of bidders will be conducted prior to receiving bids. A pre-bid conference will be held in the Department of Planning, Engineering and Permits, Conference Room 220, City Hall, Birmingham, Alabama on April 1 st, 2015 at 3 o'clock p.m. The pre-bid conference will acquaint potential bidders with various aspects of the project. Attendance at the pre-bid conference is recommended but not required. It is the bidder's responsibility to make sure that his bid is in the possession of the City Engineer on or before 2:00 p.m., April 8 th, 2015. Bids received after this time will not be considered. The City of Birmingham reserves the right to reject any or all bids and to waive informalities. Michael Eddington P.E., Project Manager FRED HAWKINS, P. E. CITY ENGINEER NEWSPAPERS Birmingham News, ADVERTISEMENT DATES March 20 th 2015 2/17/2012 4 of 97

CITY OF BIRMINGHAM INFORMATION TO BIDDERS 1. Bids will be opened in the Office of the City Engineer, Department of Planning, Engineering and Permits - Engineering Division Room 220 Conference Room, City Hall, at 2 o'clock p.m., April 8 th 2015. 2. A pre-bid conference will be held April 1 st 2015, in Conference Room 220, Department of Planning, Engineering and Permits Engineering Division, City Hall, Birmingham, Alabama, at 3 o'clock p. m. The pre-bid conference will acquaint potential bidders with various aspects of the project. Attendance is recommended but not required. 3. Contract will be with the City of Birmingham, Alabama under PEP129CP 003880 4. Location of work: Sloss Streetscape Phase II Street Improvements 5. Type of work: Streetscape Improvement. 6. Contract time: 90 calendar days. 7. The Contractor shall, upon authorization by the City, give notice of completion by an advertisement in a newspaper of general circulation published within the city or county in which the work has been done, for a period of four (4) consecutive weeks. A final settlement shall not be made upon the contract until the expiration of thirty (30) days after the completion of the notice. Proof of publication of the notice shall be furnished to the City. 8. Construction shall be in accordance with the City of Birmingham s Standard Specifications for the Construction of Public Works Projects, latest edition. A copy of the specifications may be downloaded free of charge from www.birminghamal.gov. 9. Hard copies of bid documents will no longer be provided by the City of Birmingham. Bid documents may be purchased from Alabama Graphics or Imaging Technologies in Birmingham, Alabama. Any cost for reproduction of the bid documents shall be the responsibility of bidders. Bid documents may also be viewed online or downloaded from the City of Birmingham s website at www.birminghamal.gov. 10. Bid documents are available for public inspection at: The Office of the City Engineer, Room 220, City Hall, 710 N. 20 th Street, Birmingham, AL 35203; Birmingham Construction Industry Authority (BCIA), 3600 4 th Avenue South, Birmingham, AL 35222; McGraw-Hill Construction Dodge 2/17/2012 5 of 97

(www.dodge.construction.com); Reed Construction Data, 30 Technology Parkway South, Suite 500, Norcross, GA 30092. 11. Prospective bidders are advised to check their source of bid documents frequently for any addenda to the bid documents. It is the bidder s responsibility to bid on the correct set of bid documents. 12. Bids shall be accompanied by a cashier s check drawn on an Alabama bank, or a bid bond executed by a surety company duly authorized and qualified to make such bonds in the State of Alabama, in an amount equal to 5% of the bid (subject to maximum of $10,000) and payable to the City of Birmingham. Bid bonds of the three (3) lowest bidders will be held for a period of ninety (90) days unless bidders agree, in writing, to a longer period of time. No bid may be withdrawn after the scheduled closing time for the receipt of the bids for a period of ninety (90) days. 13. A performance bond in an amount equal to 100% of the contract amount and a payment bond in an amount equal to 100% of the contract amount will be required of the successful bidder. Said bonds shall be executed by a surety company duly authorized and qualified to make such bonds in the State of Alabama. Failure to submit these bonds will result in the successful bidder s bid being rejected. 14. The Contractor shall include all tax in his bid and shall purchase all equipment materials and supplies as contractual agent of the City. Credit for savings resulting from sales and use tax exemptions shall be deducted by the City from the amount due the Contractor under the contract. The Sales Tax Savings Program does apply to this project. 15. Liability insurance certificates shall be required of the successful bidder and such certificates shall list the City of Birmingham, its employees and agents as additional named insured. The insurance certificate shall be submitted prior to being awarded the contract. Failure to submit this certificate will result in the successful bidder s bid being rejected. 16. Only Contractors licensed as required by Chapter 8 of Title 34, Section 1-26 inclusive, Code of Alabama 1975, as may be amended, may submit bids and be considered. 17. The successful bidder will be required to provide a copy of his or her current City of Birmingham business license prior to being awarded the contract. Failure to submit this document will result in the successful bidder s bid being rejected. 2/17/2012 6 of 97

18. Bids shall be submitted in a sealed 9.5 x 12.5 envelope marked SEALED BID Sloss Streetscape Phase II Street Improvements. Contractors shall write on the outside of the sealed bid envelope his or her State of Alabama general contractor's license number as well as the name of the company submitting the bid. The sealed bid envelope shall contain the following documents: (1) a copy of the State of Alabama general contractor's license, (2) bid bond, (3) the Form of Proposal, (4) the Authorization to Execute form and 5) any other document(s) required by special conditions. If the documents cited are not included and requested information is not provided as indicated, the bid will be considered non-responsive and will not be read. 19. The successful bidder will be required to execute and submit the Construction Certification form prior to being awarded the contract. Failure to submit this form will result in the successful bidder s bid being rejected. 20. Immigration Act Compliance. (a) Contractor represents and warrants that it does not knowingly employ, hire for employment, or continue to employ an unauthorized alien, as defined by the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, Act No. 2011-535 (H. B. 56), as amended from time to time (the Act ) and that, during the performance of this Agreement, Contractor shall participate in the E-Verify program as required under the terms of the Act. (b) Contractor agrees to comply with all applicable provisions of the Act with respect to its contractors by entering into an agreement with or by obtaining an affidavit from such contractors providing work for Contractor on the Initial Improvements that such contractors are in compliance with the Act with respect to their participation in the E-verify program. Contractor represents and warrants that Contractor shall not hire, retain or contract with any contractor to work on the Initial Improvements which Contractor knows is not in compliance with the Act. (c) By signing this contract, the contracting parties affirm, for the duration of this Agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. 21. In accordance with the bid documents, the prime contractor must submit a list of the names of the subcontractors and vendors to be used on the project to the City Engineer for review. The City Engineer's written consent must be obtained before a notice to proceed will be issued. 2/17/2012 7 of 97

22. Compliance with 24 CFR, Part 135.3, is required by all contractors/subcontractors who perform work on projects involving over $200,000 in housing and community development assistance and are awarded a contract/subcontract in excess of $100,000. 23. Minimum wages specified in the applicable wage determination issued under the Davis-Bacon and Related Acts, if applicable, and included as a part of the bid specifications must be paid all laborers and mechanics employed or working the construction or development of the project. Also required by all contractors and subcontractors is compliance with the Federal Labor Standards Provisions (HUD 4010) included as a part of the bid specifications. 24. Special attention is called to the applicability of the Birmingham Plan- Construction Industry Program to this project. Under this Program the utilization of Minority Business Enterprises and Disadvantaged Business Enterprises ("MBE/DBE") is encouraged on a voluntary basis. The Construction Industry Authority establishes a system of floating MBE/DBE goals which may differ from year to year and project to project. Overall, these goals shall not be less than the historical participation of MBE/DBE's in construction projects of the City and its agencies. Additional information about this Program may be obtained from the Executive Director, Birmingham Construction Industry Authority at 3600-4th Avenue, South, Birmingham, AL, 35233; telephone (205) 324-6202. For federally funded contracts, the provisions of the President's Executive Order 11246 and federal agency regulations requiring affirmative action to achieve employment and utilization of minority persons and businesses, and the Davis- Bacon Act provisions are applicable. 25. As a matter of public policy, the City of Birmingham agrees to make opportunities available to the maximum extent possible, to actively include Historically Underutilized Business Enterprises (HUBE s) such as architectural firms, engineering firms, investment banking firms, other professional consultant services providers, and construction contractors as part of business, economic and community revitalization programs. 26. In accordance with Alabama Act 94-487 (Alabama Underground Utilities Damage Prevention Act), all contractors are required to contact all underground facility owners directly if said owners are not members of Alabama One Call (www.al1call.com)) A copy of the act can be reviewed in the Office of the City Engineer, Room 220, City Hall. 27. A Weekly Payroll affidavit (certified payroll), Form No. WH347 Department of Labor Wage Hour Division, will be required on all contracts. 28. As per Act No. 97-225, the amount due the Contractor under the terms of the contract shall be paid upon the Contractor's presentation of: (1) a properly 2/17/2012 8 of 97

executed and duly certified voucher for payment; (2) a release, if required, of all claims and claims of lien against the municipality arising under and by virtue of the contract, other than such claims of the Contractor, if any, and; (3) proof of advertisement as provided by law. 29. All work contemplated by this project shall comply with the American with Disabilities Act. 30. The following documents shall be considered part of the contract and shall be submitted at the time the successful bidder returns the bonded and signed contracts to the City: (a) (b) (c) (d) (e) Performance Bond. Payment Bond. Agency Agreement. Construction Certification Form. An ORIGINAL and four (4) copies of your liability insurance certificate. All liability certificates of insurance shall name the City of Birmingham, its officers, agents and employees include the following statement: The City of Birmingham, its officers, agents and employees shall be additional named insured. Liability insurance certificates without this statement will be considered unacceptable. (f) (g) One (1) copy of the Subcontractor Vendor List on company letterhead. City of Birmingham Business License. The bonded and signed contracts, along with the documents listed above, shall be returned to the Department of Planning, Engineering and Permits within ten (10) days of being received by the successful bidder. If you have any questions, please contact Tonya Adams at (205) 254-2347 or email: tonya,adams@birminghamal.gov. 31. The contract includes the bid specifications and proposal, contract forms and contract bonds, specifications, supplemental specifications (if any), special provisions (if any), general and detailed plans, notice to proceed, any change orders and supplemental agreements that are required to complete the construction of the work in an acceptable manner, including authorized extensions thereof, and such other documents as by law or references are made a part thereof, all of which constitute one instrument. 2/17/2012 9 of 97

32. The successful bidder shall acknowledge and agree that the City has the right to deduct from the total amount of consideration to be paid, if any, to the successful bidder under the contract all unpaid, delinquent, or overdue license fees, taxes fines, penalties and other amounts due the City from the successful bidder. 33. All estimates, after the first one, shall be accompanied by a Partial Release of Lien Form, in the form provided in the contract, signed and attested by all subcontractors that received payments on the previous estimate. 2/17/2012 10 of 97