COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR KIEFER LANDFILL EXTRACTION WELL 15

Size: px
Start display at page:

Download "COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR KIEFER LANDFILL EXTRACTION WELL 15"

Transcription

1 MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR KIEFER LANDFILL EXTRACTION WELL 15 Project Manager: Mike Koza, Sacramento County Department of Waste Management and Recycling (916) Bidding Documents, Contract Requirements, and Technical Specifications CONTRACT NO NOVEMBER 2015 NOTE: The County of Sacramento Standard Construction Specifications, revised January 2008 are hereby made a part of these Specifications. The Standard Construction Specifications may be downloaded at PAUL PHILLEO, DIRECTOR DEPARTMENT OF WASTE MANAGEMENT AND RECYCLING

2

3 TABLE OF CONTENTS Notice to Contractors Proposal, Designation of Subcontractors, Seven Page Bid Form Proposal Requirements and Contract Conditions 1.01 Examinations of Plans, Specifications, and Site of Work; Addenda 1.02 Project Location 1.03 Specifications and Drawings 1.04 Contract Bonds 1.05 Certificate of Insurance 1.06 Environmental Liability Insurance 1.07 Time of Completion, Liquidated Damages, Limitations on Schedule 1.08 Limitations on Contractor s Work Area, Storage of Supplies, etc Contract Specifications 1.10 Maintenance of Insurance Coverage 1.11 Builder s Risk Insurance 1.12 Subcontractors 1.13 Consideration of Bids 1.14 Conformance with Codes and Standards 1.15 [Reserved] 1.16 Labor Compliance 1.17 Protection of Work, Persons, and Property 1.18 Retention to Ensure Performance 1.19 No Waiver of Government Claim Process 1.20 to 1.23 [Reserved] 1.24 Pre-Bid Conference 1.25 Unusual Site Conditions 1.26 Disposal of Drill Cuttings and Development Water 1.27 Signs 1.28 Contractor s Field Office 1.29 Temporary Services 1.30 Traffic Safety Plan 1.31 to 1.32 [Reserved]

4 00200 Technical Specifications Project Meetings Submittals Environmental Controls Earthwork, Excavation, Backfill, and Compaction Extraction Well Rehabilitation Extraction Well Test Hole Drilling Extraction Well Drilling and Caliper Survey Well Casing and Screen Gravel Pack and Grout Seal Well Development Step Drawdown Test Television Well Survey Coating Systems Fusion-Bonded Epoxy Linings and Coatings New Submersible Pump and Motor Piping Systems Steel Pipe Plastic Pipe Piping Connections Gate Valves Globe Valves Spring-Loaded Swing-Check Valves Air Release and Vacuum Valves

5 SECCTION NOTICE TO CONTRACTORS The Board of Supervisors of Sacramento County, California, will receive sealed bids as follows: BID DATE: Thursday, November 19, 2015 SUBMIT BIDS TO: County of Sacramento, Internal Services, Contracts and Purchasing Services Division 9660 Ecology Lane, Sacramento, CA Until exactly at 2:00 P.M. (Local Time) FOR: KIEFER LANDFILL EXTRACTION WELL 15 CONTRACT NUMBER: 4290 ESTIMATED CONTRACT COST: $600,000 CONTRACTOR LICENSE REQUIRED: California A or C-57 OPTIONAL PRE-BID CONFERENCE: Thursday, November 12, 2015 at 9 AM, Kiefer Landfill, parking area south of scales at entrance. Attendance at the conference is recommended, but optional, to learn about Contract provisions. PROJECT DESCRIPTION: The work under this contract includes: 1) Drilling a test hole* to an approximate depth of 235 feet using the dual wall reverse circulation method 2) Constructing and developing a 10-inch-diameter extraction well* to a depth of about 230 feet 3) Equipping the extraction well with a 25 HP submersible pump and motor, concrete pad, aboveground piping and valves, buried pipeline, and connection to the existing buried pipeline 4) Providing and installing all electrical, control, structural and pump discharge equipment to connect to an existing pipeline. * Primary groundwater compounds identified include cis-1,2-dce; TCE, PCE, hydrogen sulfide, and methane

6 OWNER CONTACT: CONTRACT DOCUMENTS: Mike Koza, Project Manager Phone: (916) office, or Project-specific Contract Documents (including all addenda) are only available at Business-with-Us.aspx. No addenda will only be posted within 72 hours of the bid opening. Each bidder shall check the website within 72 hours of the bid opening to read and understand all addenda. All addenda must be acknowledged on the bid form or the County will reject the bid. See below on how to obtain the Standard Construction Specifications. The 2008 Sacramento County Standard Construction Specifications, which are incorporated by reference in the Contract Documents shall be downloaded from the County website at The pre-bid conference and walk-through is OPTIONAL. Any interested individual may attend. Representatives of the County will be present for questions. Award of this Contract requires a valid California contractor's license with the classification(s) identified above. Each bid must be submitted on the bid forms provided in the Contract Documents. Each bid must also be accompanied by security in the form of a bid bond issued by a corporate surety, a certified check or cashier's check payable to the Treasurer of Sacramento County, or cash for an amount not less than ten percent (10%) of the aggregate sum of the bid. The successful bidder shall be required to execute a Material and Labor Payment Bond and Performance Bond, issued by a corporate surety, acceptable to the County of Sacramento, each for not less than one hundred percent (100%) of the contract price. Pursuant to Section et seq. of the Public Contract Code, Contractor may, at its own expense, substitute securities for any money being withheld by the County to ensure performance under this contract. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section

7 No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section [with limited exceptions from this requirement for bid purposes only under Labor Code section (a). LABOR COMPLIANCE PROGRAM: The County of Sacramento received final approval from the Director of California Department of Industrial Relations as a Labor Compliance Program effective March 15, All questions regarding this Labor Compliance Program and prevailing wage requirements should be directed to the Labor Compliance Section at (916) In accordance with Section of the California Labor Code, the payment of the general prevailing rate of per diem wages or the general prevailing rate of per diem wages for holiday and overtime is not required for any public works project of twenty-five thousand dollars ($25,000) or less when the project is for construction work, or for any public works project of fifteen thousand dollars ($15,000) or less when the project is for alteration, demolition, repair, or maintenance work. This is a construction/ project in accordance with Section of the California Labor Code. Pursuant to California Labor Code Section 1720 and following, and Section 1770 and following, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of the prevailing wage determinations are on file at the office of the County of Sacramento Labor Compliance Program, 9700 Goethe Road, Suite D, Sacramento, CA 95827, and are also available on the internet at The Board reserves the right to reject any or all bids, to waive any informality in any bid, and to determine which bid, in the judgment of the Board is the lowest responsive bid of a responsible bidder. Please direct pre-bid questions to the Project Manager, Mike Koza, Sacramento County Department of Waste Management and Recycling, telephone (916) , or by at kozam@saccounty.net. Responses to questions will be by only to all addresses on the Project Plan Holder List. The County will not provide responses to questions within 72 hours of the bid opening. **END OF SECTION*

8 (This page left blank intentionally.)

9 HAVE YOU: USED THE CORRECT PROPOSAL? A REVISED PROPOSAL IS SOMETIMES ISSUED BY ADDENDUM. CHECKED YOUR UNIT PRICES FOR CORRECT PLACEMENT OF DECIMAL POINTS? CHECKED YOUR ARITHMETIC? ACKNOWLEDGED RECEIPT OF ALL ADDENDA, IF ANY, IN THE SPACE PROVIDED? SIGNED THE PROPOSAL IN THE SPACE PROVIDED? INCLUDED WITH YOUR PROPOSAL A BIDDER S BOND, CERTIFIED CHECK OR CASHIER S CHECK IN AN AMOUNT NOT LESS THAN TEN PERCENT (10%) OF THE AMOUNT BID (INCLUDING ANY ALTERNATE BID)? PROVIDED ALL INFORMATION CALLED FOR IN THE ATTACHMENT A DESIGNATION OF SUBCONTRACTORS (INCLUDING % OF CONTRACT, IF SHOWN ON THE FORM)? CAUTION: FAILURE TO COMPLY WITH THESE REQUIREMENTS ON PAST PROJECTS HAS RESULTED IN THE REJECTION OF BIDS. IT IS EXTREMELY IMPORTANT THAT THE BIDDER COMPLETE ALL PORTIONS OF THE PROPOSAL AND CHECK ALL ENTRIES.

10 (This page left blank intentionally.)

11 FIRM NAME: Pg. 1 of 7 COUNTY OF SACRAMENTO Section PROPOSAL -- (SEVEN SHEETS TOTAL) CONTRACT NO KIEFER LANDFILL EXTRACTION WELL 15 SUBMIT BID TO: County of Sacramento, Internal Services, Contracts and Purchasing Services Division 9660 Ecology Lane Sacramento, CA Until 2:00 P.M. (Local Time) NO LATER THAN: 2:00 P.M. ON BID DATE BID OPENING: APPROXIMATELY 2:10 P.M. ON BID DATE TO: Board of Supervisors County of Sacramento STATE OF CALIFORNIA I. BID: Pursuant to your published NOTICE TO CONTRACTORS for the above-referenced project, and in accordance with the approved Plans and Specifications for that project, the following bid for said entire Project is hereby submitted by the firm indicated where Contractor Information is requested (Section VII) on this Proposal.

12 FIRM NAME: Pg. 2 of 7 II. ADDENDA: Acknowledgment is hereby made of receipt and incorporation of addendum number through into this Bid. III. BID GUARANTY: Bid security must be a bidders bond, a certified check or cashier s check payable to the Treasurer of Sacramento County, or cash. Bids secured by personal checks or personal guarantees will be rejected. IV. AFFIDAVIT OF NONCOLLUSION: The bidder swears and deposes that he or she is the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive for sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository or to any member or agent thereof to effectuate a collusive or sham bid. V. SUBCONTRACTOR LISTING: In accordance with the California Public Contract Code, Division 2, Part 1, Chapter 4, Section 4100, and following, the subcontractors listed on Attachment A, Designation of Subcontractors, of the Proposal will perform the indicated work of improvement on the Project.

13 FIRM NAME: Pg. 3 of 7 VI. TYPE OF BUSINESS (Check One): [ ] CORPORATION STATE OF INCORPORATION [ ] PARTNERSHIP [ ] JOINT VENTURE [ ] PRIVATE INDIVIDUAL [ ] INDIVIDUAL DOING BUSINESS UNDER A FIRM NAME VII. CONTRACTOR INFORMATION Firm Name Address Telephone ( ) Contractor s License Number Contractor s License Expiration Date Contractor s License Classification I HEREBY CERTIFY UNDER PENALTY OF PERJURY THAT THE ABOVE STATEMENTS ARE TRUE. BID AND CERTIFICATION SUBMITTED DATE SIGNATURE TITLE AUTHORIZED REPRESENTATIVE PRINT OR TYPE NAME

14 FIRM NAME: Pg. 4 of 7 Attachment A DESIGNATION OF SUBCONTRACTORS The following are the names and location of places of business of all subcontractors who will perform work or labor or render service to the bidder in or about the work, or improvement according to the plans and specifications, in an amount of one- half of one percent (0.5%) of the total bid or greater. The apparent low bidder will submit a listing of license numbers by subcontractor within ten days of bid opening. PORTION/TYPE OF WORK SUBCONTRACTOR S NAME AND LICENSE NUMBER BUSINESS ADDRESS CITY, STATE (USE ADDITIONAL SHEETS IF NECESSARY) SUBMIT THIS SHEET AS PART OF YOUR BID

15 FIRM NAME: Pg. 5 of 7 BIDDING SCHEDULE KIEFER LANDFILL EXTRACTION WELL 15 CONTRACT NO BID SCHEDULE Bid items 1 through 16 include all work set forth under the contract. Bid prices shall include everything necessary for the completion of the work including, but not limited to, providing the materials, equipment, tools, plant and other facilities, and the management, superintendence, labor and services. Bid prices shall include allowance for federal, state and local taxes. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern, and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. If the sum of two or more items in a bidding schedule does not equal the total amounts quoted, the individual item amounts shall govern and the correct total shall be deemed to be the amount bid. The total amount bid shall be determined by the addition of all price items. Abbreviations used in the Bid Schedule are defined as follows: LF -- linear feet LS -- lump sum EA -- each HR hour F&I -- furnish and install Kiefer Landfill Extraction Well 15 Item No. Estimated Quantity Description Unit Price Est. Quantity x Unit Price 1 1 Mobilization/Demobilization Lump Sum $ LF Drill Dual Wall Reverse Circulation Test Hole $ /LF $ 3 2 Obtain Water Samples from Test Hole $ /EA $ LF Drill 22-inch Borehole $ /LF $ LF F&I 10-inch x 5/16-inch Blank Casing $ /LF $ 6 25 LF F&I 10-inch x 3/16-inch Super Flo Louver Well Screen $ /LF $

16 Item No. Estimated Quantity Description Unit Price Est. Quantity x Unit Price 7 63 LF F&I Gravel Pack Filter Materials $ /LF $ LF F&I Grout Seal $ /LF $ 9 8 HR Airlift Swabbing $ /HR $ 10 1 Install/Remove Test Pump Lump Sum $ HR Development and Test Pumping $ /HR $ 12 1 F&I Well Pump and Motor Lump Sum $ 13 F&I All Wellhead Equipment, Electrical and Structures Lump Sum $ LF F&I 8 Buried PVC Pipe and Connection to Existing Pipeline $ /LF $ 15 1 Clean up Lump Sum $ 16 4 HR Standby Time $ /HR $ TOTAL COST $ A) The extraction well s construction details have been estimated for proposal purposes. Final well construction dimensions will be determined from test hole data. B) Where lump sum prices are in the bidding schedule, they shall include all labor, materials and equipment necessary to produce a complete and finished job. C) When no specific item is listed in the bidding schedule for work required, the cost of such work shall be included in the price bid for the item which most appropriately covers the work. FIRM NAME: Pg. 6 of 7

17 Pg. 7 of 7 Signature of Bidder Printed Name of Bidder Title of Bidder Date FIRM NAME:

18 (This page left blank intentionally.)

19 The 2008 Sacramento County Standard Construction Specifications (Standard Construction Specifications) are hereby incorporated by this reference into these Contract Documents, except where superseded in these provisions below. References below to document sections, unless otherwise identified are to sections within the Standard Construction Specifications SECTION PROPOSAL REQUIREMENTS AND CONTRACT CONDITIONS The 2008 Sacramento County Standard Construction Specifications are supplemented with the following provisions EXAMINATIONS OF PLANS, SPECIFICATIONS, AND SITE OF WORK; ADDENDA Section 2-3, EXAMINATIONS OF PLANS, SPECIFICATIONS, AND SITE OF WORK, of the Standard Construction Specifications is modified as follows: Entrance by bidders to the site for purposes of examining the site shall be by arrangement with the County and under conditions established by the County. Contact Mike Koza to make arrangements. If, during the course of examination, a bidder finds facts or conditions which appear to conflict with the contract documents, a written request shall be submitted to the County for additional information and explanation. Direct such requests to Mike Koza. Mike Koza, Sacramento County Department of Waste Management and Recycling, can be reached by telephone at (916) , or by at kozam@saccounty.net. By submission of bid, the bidder acknowledges acceptance of the nature and location of the work, the general and local conditions, conditions of the site, the character, quality and scope of Work to be performed, the availability of labor, electric power, water, and the kind of surface materials on the site, the materials and equipment to be furnished, all requirements of the Contract, and all other matters which may affect the Work or the cost thereof. Any failure of a bidder to become acquainted with all of the available information concerning conditions will not relieve the bidder from the responsibility for estimating properly the difficulties or cost of the Work. Section 2-9, ADDENDA, of the Standard Construction Specifications is modified as follows: The correction of any discrepancies or omissions to the plans, specifications, or other contract documents, or any interpretation thereof during the bidding period, will be made by an addendum. A copy of each addendum will be exclusively posted to and shall be incorporated into the bid. Any other interpretation or explanation of such documents will not be considered binding. Each plan holder shall be responsible for ensuring that all firms or individuals submitting bids to them are informed of each such addendum. It is the responsibility of each bidder to acknowledge all addenda on the Bid Form or the bid will be rejected.

20 1.02 PROJECT LOCATION Kiefer Landfill (see project plans for extraction well location) 1.03 SPECIFICATIONS AND DRAWINGS Note: references to the Public Works Agency, the Municipal Services Agency, and Municipal Services all refer to the Sacramento County Department of Waste Management and Recycling CONTRACT BONDS Refer to Section 3-4 of the Standard Construction Specifications with the following clarifications: A faithful Performance Bond and Payment Bond in a sum not less than 100% of the total contract price shall be provided by the Contractor. Bond forms shall be those shown in Appendix A of the Standard Construction Specifications. Questions may be directed to the Contracts Desk at (916) CERTIFICATE OF INSURANCE Before beginning any work, the Contractor shall furnish, or have on file, satisfactory certificates of insurance. The certificates must be held by the Sacramento County Internal Services Contract and Purchasing Services Division and must remain in effect for the duration of the Contract. See Section 3-9 of the Standard Construction Specifications for insurance requirements. The standard Insurance Accord Form is acceptable. Questions may be directed to the Contracts Desk at (916) ENVIRONMENTAL LIABILITY INSURANCE Environmental liability insurance will not be required for this project TIME OF COMPLETION, LIQUIDATED DAMAGES, LIMITATIONS ON CONTRACTOR S WORK SCHEDULE The Contract time is 70 working days. A liquidated damage of $450 per calendar day shall be deducted from the Contractor s compensation for failure to complete the Contract within the days allowed LIMITATIONS ON CONTRACTOR S WORK AREA, STORAGE OF SUPPLIES, MATERIALS, EQUIPMENT, ETC. The Contractor shall obtain the prior approval of the Engineer for any area or space required for Contractor s storage during construction operations.

21 The Contractor is generally expected to keep materials within the landfill fenced area. The Contractor is responsible to protect stored equipment and materials from theft and vandalism CONTRACT SPECIFICATIONS The County of Sacramento Standard Construction Specifications, adopted by the Board of Supervisors and effective March 2004 and revised January 2008, are hereby made part of these Specifications. A copy of the Standard Construction Specifications may be downloaded from the County website at MAINTENANCE OF INSURANCE COVERAGE Insurance requirements shall be in accordance with Section 3-9 of the Standard Construction Specifications except as modified herein: The Contractor shall maintain all insurance coverages and limits in place at all times and provide the County with evidence of each policy s renewal ten (10) days in advance of its anniversary date. Contractor is required to immediately notify County if they receive a communication from their insurance carrier or agent that any required insurance is to be cancelled, non-renewed, reduced in scope or limits, or otherwise materially changed. Contractor shall provide evidence that such cancelled, or non-renewed, or otherwise materially changed insurance has been replaced or its cancellation notice withdrawn without any interruption in coverage, scope, or limits. Failure to maintain required insurance in force shall be considered a material breach of the Contract Agreement BUILDER S RISK INSURANCE Insurance requirements shall be in accordance with Section 3-9 of the Standard Construction Specifications except as modified herein: 1. Builder s Risk Insurance: County shall procure, maintain, and keep in force at all times during the term of the Contract and until the date of transfer of the insurable interest to and acceptance by the County, at the County's sole expense, Builder's Risk insurance with limits of liability equal to one hundred percent (100%) of the replacement cost of the Work, which shall include the cost of materials and the cost of labor to install materials. The Contractor and sub-contractors shall be included under the County s Builder s Risk insurance and listed on a certificate of insurance as additional insureds. The County s Builders Risk insurance shall contain a waiver of subrogation in favor of the Contractor and sub-contractors on the project. 2. The County s Builder s Risk insurance shall cover the project for loss or damaged due to all risks of physical damage or loss, land movement and flood. 3. The Contractor shall be responsible for the first $25,000, per occurrence, of any loss caused by all risks of physical damage or loss and flood. The Contractor shall not be responsible for the deductible if the loss is caused by land movement SUBCONTRACTORS The first four sentences of Section 2-8 of the Standard Construction Specifications shall be deleted. Work of a value of not less than 30% of the total value of the bid shall be performed by the (Prime) Contractor s own employees.

22 1.13 CONSIDERATION OF BIDS The third sentence of the second paragraph of Section 3-3 of the Standard Construction Specifications shall be replaced with the following: If the bid is missing a lump sum price or a unit price, in either the base bid or any alternate, then the bid will be deemed incomplete and the bid will be rejected as non-responsive. The following provisions supplement Section 3-4 of the Standard Construction Specifications: The successful bidder shall be required to execute a Material and Labor Payment Bond and Performance Bond, issued by a corporate surety, acceptable to the County of Sacramento, each for not less than one hundred percent (100%) of the contract price. Sacramento County may delete any pay item from the Contract as per Section 4-8, Deleted Items of the Sacramento County Standard Construction Specifications CONFORMANCE WITH CODES AND STANDARDS The Applicable Standards and Regulations of Section 4-3of the Standard Construction Specifications are supplemented with, The UMC. All work shall be in conformance with the Chapter 6.28, Wells and Pumps, of the Sacramento County Code, which is incorporated by reference into these Specifications [Reserved] 1.16 LABOR COMPLIANCE Applicable wage rates for key classifications on this job may be viewed at Direct attention to Step 5 on the table appearing on the web page, then select Sacramento in the Choose a County field. Wage rates for other classifications, and all other questions regarding labor compliance regulations, should be directed to the Dept. of General Services, Labor Compliance Section, telephone (916) PROTECTION OF WORK, PERSONS, AND PROPERTY The following paragraph shall be added to Section 7-10 of the Standard construction Specifications RETENTION TO ENSURE PERFORMANCE The first sentence of the paragraph of Section of the Standard Construction Specifications shall be replaced with the following: Five percent (5%) of each progress payment will be retained until the Work has been accepted by the Board and the Contractor has signed and submitted the State of California Well Completion Report.

23 1.19 NO WAIVER OF GOVERNMENT CLAIM PROCESS The following paragraph shall be added to Section 9, Changes and Claims : 9-23 NO WAIVER OF GOVERNMENT CLAIM PROCESS - No statement in the Standard Construction Specifications or any Special Provisions for this Contract shall constitute a waiver of government claim filing requirements pursuant to Title 1, Division 3.6 of the California Government Code or as otherwise set forth in local, state, or federal law ACCURACY OF DRAWINGS AND SPECIFICATIONS [RESERVED] 1.21 RECORD DRAWINGS AND SPECIFICATIONS [RESERVED] 1.22 TESTING [RESERVED] 1.23 UTILITIES [RESERVED] 1.24 PRE-BID CONFERENCE A pre-bid conference will be held as noted in the NOTICE TO CONTRACTORS UNUSUAL SITE CONDITIONS The Contractor shall promptly, and before the site is disturbed, notify the Engineer in writing if the Contractor suspects or detects that the site contains unusual site conditions in accordance with Section 7-6 of the County Standard Specifications. In the event of a dispute regarding performance of work related to the unusual site condition, the Contractor shall not be excused from any completion date provided for in the contract, but shall proceed with all work to be performed under the contract. The Contractor shall retain any and all rights provided either by contract or by law that pertains to the resolution of disputes and protests between the contracting parties DISPOSAL (RESERVED) 1.27 SIGNS - No advertising signs of any kind will be permitted except by written permission of the Engineer CONTRACTOR S FIELD OFFICE - No provision is made for such field office. The Contractor shall establish a field office at his or her expense, or shall administer the field operation from within Contractor-owned vehicles as necessary TEMPORARY TRAILERS FOR COUNTY OPERATIONS AND OTHER TEMPORARY SERVICES - No fixed electrical or water supplies available at the Project location.

24 1.30 TRAFFIC CONTROL PLAN - The provisions of Section 6.14 of the Sacramento County Standard Construction Specifications are modified such that a traffic control plan is not required for this Project ENGINEER S FIELD OFFICE [RESERVED] 1.32 SPECIAL SECURITY REQUIREMENTS [RESERVED] **END OF SECTION**

25 SECTION PROJECT MEETINGS 1.01 PRECONSTRUCTION CONFERENCE The Engineer will schedule and conduct one preconstruction conference prior to the commencement of any work at the site, to which all interested agencies and utility companies will be invited to discuss their interests and requirements relating to the project. Contractor and all subcontractor representatives shall attend CONSTRUCTION PERIOD MEETINGS The Contractor will conduct construction period meetings at weekly intervals or at some other frequency if approved by the Engineer. These meetings shall be attended by the Engineer and the Contractor's Project Manager and any others that are invited by these people. The Contractor will prepare the agenda of these project meetings and will include reports on construction progress, the status of submittal reviews, the status of information requests, and any general business. The Contractor shall keep minutes of the proceedings. The minutes shall be typed and distributed to all attendees within 48 hours of each meeting. **END OF SECTION**

26

27 SECTION SUBMITTALS 1.0 GENERAL Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, requests for substitutions, and miscellaneous workrelated submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials, reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and other instructions as specifically required in the Contract Documents to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the contract documents. 2.0 CONTRACTOR'S RESPONSIBILITIES The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the specified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the County. The Contractor shall coordinate submittals with the work so that work will not be delayed. He shall coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with work related to a submittal until the submittal process is complete. The Contractor shall note the following statements typically returned for submittals requiring review, "No Exceptions Taken", "Make Corrections Noted", Amend and Resubmit, or Rejected, See Remarks, as further explained below. The Contractor shall certify on each submittal document that he has reviewed the submittal, verified field conditions, and complied with the Contract Documents. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer with regard to a submittal. These dealings shall be limited to contract interpretations to clarify and expedite the work

28 3.0 CATEGORIES OF SUBMITTALS A. GENERAL: Submittals fall into two general categories; submittals for review and comment, and submittals which are primarily for information only. Submittals which are for information only are generally specified as PRODUCT DATA in Part 2 of applicable specification sections. At the beginning of work, the Contractor will furnish the Engineer with a list of submittals and approximate date of initial transmittal. The Contractor shall note which submittals will require comment. B. SUBMITTALS FOR REVIEW AND COMMENT: All submittals except where specified to be submitted as product data for information only shall be submitted by the Contractor to the Engineer for review and comment. C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY: Where specified, the Contractor shall furnish submittals (product data) to the Engineer for Information only. Submittal requirements for operation and maintenance manuals, which are included in this category, are specified in Section TRANSMITTAL PROCEDURE A. GENERAL: Unless otherwise specified, submittals regarding material and equipment shall be accompanied by a transmittal form specified in Attachment A. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX-Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of submittal

29 B. DEVIATION FROM CONTRACT: COUNTY OF SACRAMENTO If the Contractor proposes to provide material, equipment, or method of work which deviates from the Contract Documents, he shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. C. SUBMITTAL COMPLETENESS: Submittals which do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. 5.0 REVIEW PROCEDURE A. GENERAL: Submittals are required for those features and characteristics of materials, equipment, and methods of operation which can be selected based on the Contractor's judgment of their conformance to the specified requirements. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform as specified. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the project manual) or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. When the contract documents require a submittal, the Contractor shall submit the specified information as follows: 1. Four (4) copies of all submitted information plus one reproducible original of all information shall be transmitted with submittals for review and comment. 2. Unless otherwise specified, three (3) copies of all submitted information shall be transmitted with submittals (Product Data) for information only. B. SUBMITTALS FOR REVIEW AND COMMENT: Unless otherwise specified, within twenty (20) calendar days after receipt of a submittal for review and comment, the Engineer shall review the submittal and return two (2) copies of the marked-up reproducible original noted in 1 above. The reproducible original will be retained by the Engineer. The returned submittal shall indicate one of the following actions: 1. If the review indicates that the material, equipment or work method complies with the project manual, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to

30 implement the work method or incorporate the material or equipment covered by the submittal. 2. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O&M data, the Contractor shall submit a corrected copy. 3. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "AMEND AND RESUBMIT." Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 4. If the review indicates that the material, equipment, or work method does not comply with the Contract Documents, copies of the submittal will be marked "REJECTED - SEE REMARKS." Submittals with deviations which have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY: Such information is not subject to submittal review procedures and shall be provided as part of the work under this contract and its acceptability determined under normal inspection procedures. 6.0 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS Review of contract drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of his responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer, or by any officer or employee thereof, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the Engineer has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. **END OF SECTION**

31 SECTION ENVIRONMENTAL CONTROLS 1.01 SITE MAINTENANCE The Contractor shall keep the work site clean and free from rubbish and debris. Materials and equipment shall be removed from the site when they are no longer necessary. Upon completion of the work and before final acceptance, the work site shall be cleared of equipment, unused materials, and rubbish to present a clean and neat appearance AIR POLLUTION CONTROL The Contractor shall not discharge smoke, dust, and other contaminants into the atmosphere that violate the regulations of any legally constituted authority. He shall also abate dust nuisance by cleaning, sweeping, and sprinkling with water, or other means as necessary. The use of water, in amounts which result in mud on public streets, is not acceptable as a substitute for sweeping or other methods DISPOSAL OF EXCAVATED MATERIALS Dry, clean excavated materials may be disposed of at the Kiefer Landfill as directed by the Engineer. Drill fluids, drill cuttings, and development water shall be disposed of as directed in Sections 02671, 02672, 02681, and It is the responsibility of the Contractor to coordinate with the Engineer prior to disposing of any materials WATER POLLUTION CONTROL PLAN The Contractor shall prepare a Water Pollution Control Plan (WPCP) conforming to Section 10-4 of the County s Standard Construction Specifications PAYMENT Compensation for all labor, materials, and equipment to perform the requirements of this Section at all locations (not including disposal of excavated materials, which is described in Sections and 02678), including performance of best management practices (BMP s) and preparation of the Water Pollution Control Plan to the approval of the County, shall be included in the prices paid for the various items bid, and no additional compensation will be allowed therefor. **END OF SECTION**

32 (This page left blank intentionally.)

33 SECTION EARTHWORK, EXCAVATION, BACKFILL AND COMPACTION PART 1 GENERAL 1.01 SUMMARY A. The Contractor shall perform all excavation, shoring, dewatering, backfilling, compaction and grading necessary or required for the construction of the work as covered by these Specifications and indicated on the Drawings. The excavation shall include, without classification, the removal and disposal of all materials of whatever nature encountered, including shallow groundwater seepage, hard shallow rock, and all other obstructions that would interfere with the proper construction and completion of the required work. B. The Contractor shall provide all labor, equipment and materials to perform all earthwork required for the project construction, complete as specified and shown on the Plans REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, whether or not the document has been superseded by a version with a later date, discontinued or replaced

34 Reference Title APWA American Public Works Association Standard Specifications County of Sacramento Municipal Services Agency Standard Construction Specifications CA 216 or 231 Caltrans California Test 216/Caltrans California Test 231 CA 217 Caltrans California Test 217 CA 202 Caltrans California Test 202 CA 532 and 643 California Standard Test Methods for Chlorides, Sulfate, Resistivity, and ph. ASTM C136 Standard Method for Sieve Analysis of Fine and Coarse Aggregates ASTM D422 Standardized Test Method for Particle-Size Analysis of Soils ASTM D1556 Test Method for Density of Soil in Place by the Sand-Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction of Soils Using Modified Effort (56,000 ft-lb/ft 3 (2,700 kn-m/m 3 ) ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2487 Classification of Soils for Engineering Purposes ASTM D3017 Test Method for Moisture Content of Soil and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D5971 Sampling Freshly Mixed Controlled Low Strength Material ASTM D6023 Test Method for Unit Weight, Yield, Cement Content, and Air Content (Graimetric) of Controlled Low Strength Material ASTM D6024 Ball Drop on Controlled Low Strength Material (CLSM) to Determine Suitability for Load Application ASTM D6103 Flow Consistency of Controlled Low Strength Material ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4254 Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density 1.03 SUBMITTALS A. Submittals shall be made in accordance with Section B. Hazardous Materials 1. Furnish documentation demonstrating that imported materials are freed of hazardous substances. C. Quality Control Submittals: 1. Certified Gradation Analysis: Submit not less than 30 days prior to delivery for imported materials

35 1.04 QUALITY ASSURANCE A. During the course of the Work, the Engineer may contract with a materials testing laboratory to perform periodic tests as are required to identify materials, to determine compaction characteristics, to determine moisture content, and to determine density of fill in place. These tests will be used to verify that backfill conforms to the requirements of these specifications. Such tests are not intended to provide the Contractor with information required for the proper execution of the work. Trial batch tests, field correlation tests, and test trenches, or shafts, shall establish minimum wet unit weight in order to prevent segregation and workability difficulties. B. Quality Assurance tests will be made by the Engineer. Additional tests as deemed necessary by the Engineer during the course of the work may be required. C. The Contractor shall provide safe access to the excavation for soil compaction testing technician or inspector. This shall include providing all safety equipment and temporary shoring to enable compaction testing at multiple levels in the excavation as directed by the Engineer. Should the Contractor have backfilled to an elevation above that required to be tested the Contractor shall excavate the backfill down to the necessary level for testing and provide shoring at the Contractor s cost. Subsequent backfilling shall also be at the Contractor s cost. D. The Contractor shall provide the Engineer access to the Work to perform Quality Assurance tests as the Engineers deems necessary. Contractor shall provide all safety equipment and provide surface or material preparations necessary to allow the Engineer to collect samples and perform tests in a safe and efficient manner QUALITY CONTROL A. Contractor shall contract with a qualified materials testing laboratory to provide all quality control testing under the contract. B. The Contractor shall be responsible for the Quality Control of the Work as specified in this Section. The Engineer will develop a Quality Assurance testing frequency to allow the Engineer to confirm the results of the Contractor s Quality Control testing program. C All materials and compaction testing for Quality Control will be done by a California certified testing laboratory at the Contractor s expense. D. If the first test and the re-test of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall remove and recompact the fill until subsequent tests are successful. Subsequent testing to show compliance shall be by an independent testing laboratory possessing appropriate credentials at the Contractor s expense. The amount of fill removed for recompacting shall extend

36 1.06 DEFINITIONS COUNTY OF SACRAMENTO vertically and horizontally to the nearest successful density test. All remedial grading and recompaction shall be provided at no cost to the County. A. Pipe Bedding: Bedding material placed in an even compacted layer on the bottom of the smoothed dry trench bottom. B. Final Backfill: Backfill material from the top of the pipe bedding to the ground surface in unpaved areas. The final backfill shall consist of base material or suitable native backfill. C. Imported Material: Material obtained by the Contractor from source(s) offsite. D. Lift: Loose layer of material spread, but not compacted. E. Prepared Trench Bottom: Graded and smooth trench bottom prior to installation of pipe bedding material. F. Relative Compaction: The ratio, in percent, of the as-compacted field dry density to the laboratory maximum dry density as determined by ASTM D6938. Corrections for oversize material may be applied to either the as-compacted field dry density or the maximum dry density, as determined by the Engineer. G. Well-Graded: A mixture of particle sizes that has no specific concentration or lack thereof of one or more sizes producing a material type that, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. Well-graded does not define any numerical value that must be placed on the coefficient of uniformity, coefficient of curvature, or other specific grain size distribution parameters. H. Optimum Moisture Content: The optimum moisture content of a specified material is determined by ASTM D1557, to obtain the maximum dry density of that material when compacted. Field moisture content shall be determined on the basis of the fraction passing the ¾-inch sieve WEATHER LIMITATIONS A. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently or has been blended with other suitable material to achieve proper moisture content that allows for proper compaction

37 PART 2 PRODUCTS 2.01 MATERIALS A. Materials supplied for the Work shall be approved for each place of manufacture. Each quarry used to supply materials required in this specification shall be tested and submitted in accordance with paragraph 1.03 of this section SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS A. Only materials defined in the Standard Specifications and the Contract Specifications as suitable materials may be used in fills and backfilling construction subject to the indicated limitations. Materials listed as unsuitable shall not be used for the Work. In addition, when acceptable to the Engineer, some of the material listed as unsuitable may be used when thoroughly mixed with suitable material to form a stable composite. B. Fill and backfill materials shall be selected or processed clean, fine earth, rock, or sand, free from organic matter (grass, roots, brush, or other vegetation). C. Suitable materials may be obtained from on-site excavations, may be processed onsite materials, or may be imported. If imported materials are required by this section to meet the quantity requirements of the project, the Contractor shall provide the imported materials as part of the work for that bid item. D. Fill and backfill materials to be placed within 6 inches of any structure or pipe shall be free of rocks or unbroken masses of earth materials having a maximum dimension larger than 3 inches. E. The following types of suitable materials are defined: 1. Graded Sand: Graded sand shall be free from vegetable matter, lumps, balls of clay, or adherent films of clay. The percentage composition by weight of graded sand shall conform to Section of the Standard Specifications UNSUITABLE MATERIAL A. Unsuitable materials include: 1. Soils which, when classified under ASTM D Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System), fall in the classifications of PT, OH, CH, MH, or OL. 2. Materials that contain hazardous or designated waste materials including petroleum hydrocarbons, pesticides, heavy metals, and any material which may be classified as hazardous or toxic according to applicable regulations. 3. Soils that contain greater concentrations of chloride or sulfate ions, or have a soil resistively or ph less than the existing on-site soils

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: $ Date: / / Receipt No: Demolition Permit (including Right of

More information

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA Pu6lic Works works for the Public N., ICDPW DEPARTMENT OF PUBLIC WORKS S. 11th Street Centro, CA 92243 Tel: (442) 265-1818 Fax: (442) 265-1858 COUNTY OF IMPERIAL PUBLIC WORKS 155 S. 11 th Street El Centro,

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director July 23, 2013 TO: ALL PROSPECTIVE RESPONDERS FROM: REQUEST

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

SECTION 31 20 00 EARTH MOVING

SECTION 31 20 00 EARTH MOVING SECTION 31 20 00 PART 1 - GENERAL 1.01 DESCRIPTION A. This Section describes the requirements for excavating, filling, and grading for earthwork at Parking Structure, new exit stair and as required to

More information

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT University of Nevada, Las Vegas Purchasing Department 4505 Maryland Parkway Las Vegas, Nevada 89154-1033

More information

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued)

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued) BIDDER'S PROPOSAL (continued) Item Estimated No. Description Quantity Unit Unit Cost Total Cost BASE BID 1 Traffic Control 1 LS $ $ 2 Construction Area Signs 1 LS $ $ 3 Excavation Safety 1 LS $ $ 4 Reset

More information

C. Section 014510 TESTING LABORATORY SERVICE.

C. Section 014510 TESTING LABORATORY SERVICE. SECTION 014500 QUALITY CONTROL PART 1 GENERAL 1.01 RELATED REQUIREMENTS A. Drawings and General Provisions of Contract, including General and Special Conditions and other Division 1 Specification Sections,

More information

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS TEMPO PARK IMPROVEMENTS PROJECT # 2012-3-4202-86 1.01 SCOPE OF WORK DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS The Contractor shall perform, furnish and complete the following

More information

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131 SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY

More information

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD The contactor shall possess a California contractor s license, Class A,

More information

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

NOTICE TO POTENTIAL BIDDERS

NOTICE TO POTENTIAL BIDDERS NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

How To Bid On A Building Project In San Jose

How To Bid On A Building Project In San Jose NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the CIVIC AUDITORIUM BOILER SYSTEM REPLACEMENT PROJECT ( Project ), located

More information

PROJECT MANUAL. Oakland Unified School District Division of Facilities Planning and Management 955 High Street Oakland, CA 94601

PROJECT MANUAL. Oakland Unified School District Division of Facilities Planning and Management 955 High Street Oakland, CA 94601 PROJECT MANUAL Oakland Unified School District Division of Facilities Planning and Management 955 High Street Oakland, CA 94601 1000 BROADWAY, SUITE 150 FURNITURE INSTALLATION 1000 Broadway Oakland, CA

More information

CONSTRUCTION PERMIT REQUIREMENTS

CONSTRUCTION PERMIT REQUIREMENTS CONSTRUCTION PERMIT REQUIREMENTS Any work to be done in the City right-of-way (ROW), in a utility easement, and certain work on private property, requires an Engineering Inspection Permit from the Department

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

NOTICE TO CONTRACTORS INVITATION FOR BIDS

NOTICE TO CONTRACTORS INVITATION FOR BIDS NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the FOUNTAIN ALLEY PEDESTRIAN WALK PROJECT ( Project ), located in the Century

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service Original RFP posted on our Webpage (www.cintitechacademy.com) DUE DATE: January 17,

More information

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991 Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA Bid Package Contracting Officer: Joshua Longmore, District Manager 570-674-7991 1. PROPOSALS INSTRUCTIONS TO BIDDERS A. The Drawings

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

SECTION 02401 SHEETING, SHORING AND BRACING

SECTION 02401 SHEETING, SHORING AND BRACING SECTION 02401 SHEETING, SHORING AND BRACING This section should be edited to reflect soil conditions specific to the project site and the recommendations of a Geotechnical Engineer licensed in the State

More information

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT

LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT INFORMAL BID PACKAGE NO. 12-38 CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND

More information

Civil. 2. City of Seattle Supplement to the Specification for Road, Bridge and Municipal Construction, most current addition.

Civil. 2. City of Seattle Supplement to the Specification for Road, Bridge and Municipal Construction, most current addition. Design Guide Basis of Design This section applies to the design and installation of earthwork and backfill. Design Criteria No stockpiling of excavation materials is allowed unless the Geotechnical Engineer

More information

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address:

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address: City of Woodland Park Internet Service Provider (IPS) Permit for Installation of Telecommunication Infrastructure within City Owned Rights-of-Way (up to five locations per single permit) Permit No. Permit

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

REQUEST FOR BIDS. Electrical Contracting Services for

REQUEST FOR BIDS. Electrical Contracting Services for REQUEST FOR BIDS Electrical Contracting Services for [Retrofitting to LED Bulbs and installing new LED Fixtures at Tri City Medical Center and Satellite Campuses] Date of Issuance: December 3, 2015 Mandatory

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

LA MESA-SPRING VALLEY SCHOOL DISTRICT

LA MESA-SPRING VALLEY SCHOOL DISTRICT LA MESA-SPRING VALLEY SCHOOL DISTRICT Purchasing Department 4750 Date Avenue La Mesa CA 91942 BID NUMBER FB3-15/16 Asphaltic Bid Submittal / Opening Date: December 10, 2015 at 2:00 PM La Mesa-Spring Valley

More information

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal

More information

SECTION 55 PIPE FOR STORM DRAINS AND CULVERTS (FAA D-701)

SECTION 55 PIPE FOR STORM DRAINS AND CULVERTS (FAA D-701) SECTION 55 PIPE FOR STORM DRAINS AND CULVERTS (FAA D-701) 55-1 GENERAL The Contractor shall perform all work required by the plans for construction of pipe for storm drains, precast polymer trench drains

More information

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator scarroll@cityofconway.com 843 248 1760 LEC Security Camera System

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

CITY OF POMONA. Request for Qualifications and Proposals. For

CITY OF POMONA. Request for Qualifications and Proposals. For CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification

More information

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

SECTION 02100 SITE PREPARATION

SECTION 02100 SITE PREPARATION SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General Conditions and Supplementary Conditions and Division 1 through Division

More information

INVITATION TO BID. Contractor Services Associated with:

INVITATION TO BID. Contractor Services Associated with: INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND

More information

SECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS

SECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS SECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS Section Page 36-1 GENERAL... 36.1 36-2 PIPEMAKING EQUIPMENT... 36.1 36-3 TRENCH EXCAVATION... 36.1 36-4 SPECIAL FOUNDATION TREATMENT...

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

Bidding and Contract Requirements:

Bidding and Contract Requirements: CITY OF LAREDO, TEXAS WATER UTILITIES DEPARTMENT 24-INCH TRANSMISSION MAIN ADDENDUM 7 June 10, 2016 To Bidder of Record: The following changes, additions, and/or deletions are hereby made a part of the

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

SUPPLEMENTAL TECHNICAL SPECIFICATIONS BI-DIRECTIONAL STATIC LOAD TESTING OF DRILLED SHAFTS

SUPPLEMENTAL TECHNICAL SPECIFICATIONS BI-DIRECTIONAL STATIC LOAD TESTING OF DRILLED SHAFTS July 14, 2015 1.0 GENERAL BI-DIRECTIONAL STATIC LOAD TESTING OF DRILLED SHAFTS This work shall consist of furnishing all materials, equipment, labor, and incidentals necessary for conducting bi-directional

More information

PROPOSAL. To The. Alameda County Office of Education. Emailed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, 2015 4:00 PM

PROPOSAL. To The. Alameda County Office of Education. Emailed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, 2015 4:00 PM PROPOSAL Of Name of Bidder: To The Alameda County Office of Education Emailed Bid for Palo Alto Network Next Gen Firewall Schedule #1610 Bid Open September 29th, 2015 4:00 PM Email to jallen@acoe.org Alameda

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS General Information: The work includes the construction of a new three story elementary

More information

BID PACKAGE NO. 14-09 CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210

BID PACKAGE NO. 14-09 CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 BID PACKAGE NO. 14-09 CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED ROXBURY PARK FIELD RENOVATION

More information

CHAPTER 7 PUBLIC WORKS LAW

CHAPTER 7 PUBLIC WORKS LAW 7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information. TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

The work of this Section includes furnishing and installing Reinforced Concrete Pressure Pipe as shown on the Drawings and as specified.

The work of this Section includes furnishing and installing Reinforced Concrete Pressure Pipe as shown on the Drawings and as specified. Section 33 0200- Page 1 of 4 PART 1 - GENERAL 1.1 DESCRIPTION OF WORK The work of this Section includes furnishing and installing Reinforced Concrete Pressure Pipe as shown on the Drawings and as specified.

More information

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

GREENFIELD MIDDLE SCHOOL ROOF PROJECT CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.

More information

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS NOTICE TO BIDDERS CITY OF BEVERLY HILLS CONTRACT DOCUMENTS FOR CONSTRUCTION OF THE POLICE FACILITY OVERSIZED VEHICLE STORAGE PROJECT RE-BID #3 BID NO. 15-23 TABLE OF CONTENTS Page No. I. NOTICE INVITING

More information

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES RFQ #3028 Submissions Due by 2:00 p.m. PST, August 20, 2015 Mt. San Antonio Community College

More information

Attachment 4. Contractor Insurance Requirements

Attachment 4. Contractor Insurance Requirements GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required

More information

NEVADA IRRIGATION DISTRICT DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS GENERAL

NEVADA IRRIGATION DISTRICT DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS GENERAL NEVADA IRRIGATION DISTRICT DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS GENERAL An owner requesting treated water service to lands which do not otherwise have service available must comply

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ). COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with

More information

ADDENDUM NO. 2. Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT

ADDENDUM NO. 2. Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT ADDENDUM NO. 2 Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT Bridge No. 1460008 (existing) Bridge No. 06806 (new) TO ALL BIDDERS: Anchor Engineering

More information

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February

More information

CW 3110 SUB-GRADE, SUB-BASE AND BASE COURSE CONSTRUCTION TABLE OF CONTENTS

CW 3110 SUB-GRADE, SUB-BASE AND BASE COURSE CONSTRUCTION TABLE OF CONTENTS December 2014 CW 3110 SUB-GRADE, SUB-BASE AND BASE COURSE CONSTRUCTION TABLE OF CONTENTS 1. DESCRIPTION... 1 1.1 General... 1 1.2 Definitions... 1 1.3 Referenced Standard Construction Specifications...

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

Asphaltic Wedge Paving

Asphaltic Wedge Paving OFFICIAL NOTICE ADVERTISEMENT FOR BIDS Notice is hereby given by the Town of Oregon, Dane County, Wisconsin, will receive sealed bids for Road Construction as listed in this request until 4:00 P.M., Local

More information

LEGAL NOTICE - BIDS WANTED GREYSTONE ENTERTAINMENT WING WATERPROOFING

LEGAL NOTICE - BIDS WANTED GREYSTONE ENTERTAINMENT WING WATERPROOFING INFORMAL BID PACKAGE NO. 15-04 CITY OF BEVERLY HILLS CAPITAL ASSETS DEPARTMENT - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED GREYSTONE ENTERTAINMENT

More information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

Contract Documents for Construction of JO-LIN SEWER LIFT STATION REHABILITATION

Contract Documents for Construction of JO-LIN SEWER LIFT STATION REHABILITATION Contract Documents for Construction of JO-LIN SEWER LIFT STATION REHABILITATION JANUARY 2016 Bid Proposals must be received no later than 2:00 p.m. MARCH 1, 2016 City of Los Banos City Clerk 520 J Street

More information

SPECIFICATIONS FOR MONROVIA STATION SQUARE PUBLIC IMPROVEMENTS ON-SITE PROJECT NO. G-866

SPECIFICATIONS FOR MONROVIA STATION SQUARE PUBLIC IMPROVEMENTS ON-SITE PROJECT NO. G-866 SPECIFICATIONS FOR MONROVIA STATION SQUARE PUBLIC IMPROVEMENTS ON-SITE PROJECT NO. G-866 CITY OF MONROVIA DEPARTMENT OF PUBLIC WORKS Carl Hassel Director of Public Works July, 2014 City of Monrovia 600

More information

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 19, 2016 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD NORTH SYRACUSE, NEW YORK

More information

INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts:

INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts: INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts: General Conditions of the Construction Contract Design/Bid/Build (SC-6.23), or Contractors Agreement Design/Bid/Build (SC-6.21),

More information

ROXBURY COMMUNITY CENTER

ROXBURY COMMUNITY CENTER APPENDIX A FORM OF CONTRACT This contract ("Contract") is entered into by and between the ("City"), a California municipal corporation, and, a, whose address is. In consideration of the agreements herein

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

COUNTY OF SAN MATEO STATE OF CALIFORNIA PROJECT MANUAL. and CONTRACT DOCUMENTS. for

COUNTY OF SAN MATEO STATE OF CALIFORNIA PROJECT MANUAL. and CONTRACT DOCUMENTS. for COUNTY OF SAN MATEO STATE OF CALIFORNIA PROJECT MANUAL and CONTRACT DOCUMENTS for COUNTY OFFICE BUILDING TWO ENERGY MANAGEMENT & CONTROLS SYSTEM UPGRADE 555 COUNTY CENTER REDWOOD CITY, CALIFORNIA Project

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

State of Illinois Department Of Transportation CONSTRUCTION INSPECTOR S CHECKLIST FOR STORM SEWERS

State of Illinois Department Of Transportation CONSTRUCTION INSPECTOR S CHECKLIST FOR STORM SEWERS State of Illinois Department Of Transportation CONSTRUCTION INSPECTOR S CHECKLIST FOR STORM SEWERS While its use is not required, this checklist has been prepared to provide the field inspector a summary

More information

REQUEST FOR PROPOSAL FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR DESIGN/BUILD OF CNG FUELING STATION AT DISTRICT TRANSPORTATION YARD. Bid No.

REQUEST FOR PROPOSAL FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR DESIGN/BUILD OF CNG FUELING STATION AT DISTRICT TRANSPORTATION YARD. Bid No. REQUEST FOR PROPOSAL FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR DESIGN/BUILD OF CNG FUELING STATION AT DISTRICT TRANSPORTATION YARD Bid No. 14-15:03 BONITA UNIFIED DISTRICT 115 W Allen Ave San Dimas, CA

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information