STORM DAMAGE (ROAD) (BRIDGE) REPAIR, *[LOCATION], OREGON.

Size: px
Start display at page:

Download "STORM DAMAGE (ROAD) (BRIDGE) REPAIR, *[LOCATION], OREGON."

Transcription

1 INVITATION TO BID *[FILE NO.] STORM DAMAGE (ROAD) (BRIDGE) REPAIR, *[LOCATION], OREGON. This is an invitation to bid on furnishing all equipment and labor to perform storm damage (Road) (Bridge) repair services for the Oregon Department of Forestry in *[Location], Oregon, beginning *[Date] and ending *[Date]. *[This project has been approved by Federal Emergency Management Association (FEMA) for partial reimbursement. (DSR No..] Further information is available from: Oregon Department of Forestry *[District] [Name] [Address} [Phone Number] BIDDER S NOTE: Bidders are required to provide all requested license and certification documentation with their bid submittal. Failure to do so may result in Bid rejection. Oregon Department of Forestry may seek clarification on requested license and certification documentation. Bidders shall respond to any clarification request within five days after the date of request or their Bid may be rejected. METHOD OF AWARD: Award will be made on an all-or-none basis. IMPORTANT INFORMATION: Bidders are responsible for examining work localities and all terms of this Invitation to Bid. No consideration will be given to any claim resulting from bidding without comprehending all instructions, specifications, and/or work conditions. *[PRE-BID TOUR: A tour of the work area is planned for *[date], 20. The tour will start from the district office at *[time].] ALL BIDDERS PLEASE NOTE: You are urged to consult with your insurance carrier prior to bidding. All insurance and bonding requirements must be received by the *(Department of Administrative Services, 1225 Ferry Street, Salem, OR 97310) (Department of Forestry, 2600 State Street, Salem, OR 97310) *[SELECT FORESTRY IF UNDER $150,000.] within 10 days after bid is awarded or your bid may be rejected. ESTIMATES NOT BINDING: Any estimate or other information provided by STATE respecting the physical characteristics of the land, condition, or density of the area or areas to be treated under this contract is for information only and shall not be relied upon by any bidder. By submitting its bid, CONTRACTOR assumes all risk of personally investigating the site and the conditions relating to the performance of the contract. STATE neither represents nor warrants the accuracy of any estimate or information, and bidders agree to bear exclusive responsibility for, and to accept all risks associated with, their estimates of the reasonable costs of the performance of this contract. BID SECURITY: Bidders shall submit with their bids a cashier s check, certified check, savings and loan secured check, or bid bond in an amount equal to 10 percent of the total bid amount. This bid security shall be forfeited by a bidder who fails to execute promptly and properly any contract offered, or who fails to return the required performance security and/or certificate of insurance in their proper form within the time requirements - 1 -

2 indicated in this Invitation to Bid. ALL BID SECURITY SHALL BE RETAINED BY STATE UNTIL FINAL CONTRACT AWARD. *[DELETE IF UNDER $75,000] PERFORMANCE SECURITY: Upon notification of award, the apparent successful bidder shall furnish within ten days a performance bond, cashier s check, or certified check in an amount equal to *(20) (100) *[SELECT 100% IF PUBLIC WORKS OVER $25,000] percent of the award amount on a form prescribed by the *(Department of Administrative Services) (Department of Forestry) *[SELECT FORESTRY IF UNDER $150,000]. Failure to furnish the bond within 10 days may result in bid rejection, forfeiture of bid security (if any), and award of the contract to another bidder. PERFORMANCE SECURITY SHALL BE RETAINED BY STATE FOR A MINIMUM OF 150 CALENDAR DAYS FROM DATE OF CONTRACT COMPLETION. *[DELETE IF UNDER $25,000] PERFORMANCE: CONTRACTOR shall perform all services required by this contract within the time specified in this contract, including extensions. All services shall be performed in the most highly professional manner, and in accordance with the utmost industry standards. Unless the means or methods of performing a task is specified elsewhere in this contract, CONTRACTOR shall employ methods that are generally accepted and used by the industry. Failure to meet the performance requirements of this contract shall constitute breach of contract. The STATE, by written notice to CONTRACTOR, may cancel the whole or any part of this contract: A. If CONTRACTOR fails to provide the services required by this contract within the time specified or fails to perform any other provision of this contract; and B. If CONTRACTOR, after receipt of written notice from the STATE, fails to correct such failures within the number of days specified in the written notice. The rights and remedies of STATE provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract

3 FORM OF PROPOSAL The undersigned submits the following bid for furnishing all equipment and labor to perform storm damage (Road) (Bridge) repair services for the Oregon Department of Forestry in *[Location], Oregon, beginning *[Date] and ending *[Date]. DSR NO. PROJECT NO. DESCRIPTION SITE NO. TOTAL AMOUNT 1 $ 2 $ 3 $ TOTAL $ DATE SIGNATURE NAME (Please type or print) TELEPHONE NO. ( ) TITLE (Toll free, if available) - 3 -

4 PROPOSAL (Cont.) ***THIS PAGE MUST BE COMPLETED, SIGNED, AND RETURNED WITH YOUR BID*** FAILURE TO DO SO WILL RESULT IN BID REJECTION. The 1987 Oregon Legislative Assembly enacted a reciprocal preference law which states, in part: In determining the lowest responsible bidder, a public contracting agency shall, for the purpose of awarding the contract, add a percent increase on the bid of a non-resident bidder equal to the percent, if any, of the preference given to that bidder in the state in which the bidder resides. "Resident bidder" means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state, and has stated in the bid whether the bidder is a "resident bidder"... "Non-resident bidder" means a bidder who is not a "resident bidder" as defined CHECK ONE: Bidder is [ ] a resident bidder [ ] a non-resident bidder 2. If a resident bidder, enter your Oregon business address: 3. If a non-resident bidder, enter state of residency: Bidder certifies that the information provided above is true and accurate. Signature: Title: Date: CERTIFICATE OF COMPLIANCE WITH TAX LAWS I, the undersigned, being first duly sworn, acting in behalf of myself/duly authorized to act in behalf of (firm, corporation, partnership), hereby certify under penalty of perjury that I am/ is, to the best of my knowledge, not in violation of any Oregon tax laws. For purposes of this certificate, "Oregon tax laws" are ORS Chapters 118, 119, 314, 316, 317, 318, 320, 321, and 323 and Sections 10 and 20, Chapter 533, Oregon Laws 1981, as amended by Chapter 16, Oregon Laws 1982 (first special session); the Homeowners and Renters Property Tax Relief Program under ORS to ; and any local tax laws administered by the Oregon Department of Revenue under ORS Signature: Printed Name: Title: Date: - 4 -

5 [*NOTE: USE THE FOLLOWING TWO PAGES FOR FEMA FUNDED CONTRACTS] BIDDER'S CERTIFICATION The bidder hereby certifies that neither the bidder nor the bidder's principals are presently debarred, suspended or proposed for debarment by any federal agency. Bidder further agrees to include this clause in all subcontracts. Where the bidder or any subcontractors is unable to certify to this statement an explanation shall be attached to this proposal. Firm Name Authorized Signature Title Date ****************************************************************************** THIS DOCUMENT MUST BE RETURNED WITH THE BIDDING DOCUMENT, FAILURE TO COMPLY WILL RESULT IN BID REJECTION AS NON COMPLIANCE. ****************************************************************************** - 5 -

6 BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE The Bidder (proposer) has has not participated in a previous contract subject to the nondiscrimination clause prescribed by Section 202 of Executive Order No dated 24 September The Bidder (proposer) has has not submitted compliance reports in connection with any such contract as required by applicable instructions. The Bidder (proposer) has participated in a previous contract subject to the nondiscrimination clause and has not submitted compliance reports as required by applicable instructions, the Bidder (proposer) shall submit Standard Form 100 (for federal construction contracts) with the bid or proposal indicating current compliance. * Signature Date * Name and Title of Signer (please print) ****************************************************************************** THIS DOCUMENT MUST BE RETURNED WITH THE BIDDING DOCUMENT, FAILURE TO COMPLY WILL RESULT IN BID REJECTION AS NON COMPLIANCE. ****************************************************************************** - 6 -

7 SUPPLEMENTAL SPECIAL CONDITIONS INSURANCE REQUIREMENTS WORKERS' COMPENSATION: The CONTRACTOR, its subcontractors, if any, and all employers providing work, labor, or materials under this Contract are subject employers under the Oregon Workers' Compensation Law and shall comply with ORS , which requires them to provide Oregon Workers' Compensation coverage that satisfies Oregon law for all their subject workers. ADDITIONAL INSURED: The liability insurance coverages, except Professional Liability if included, required for performance of the contract shall include the State of Oregon, the *(Department of Administrative Services) (Department of Forestry), *[SELECT FORESTRY IF UNDER $150,000.] and its divisions, officers, and employees as Additional Insureds but only with respect to the CONTRACTOR's activities to be performed under this contract. NOTICE OF CANCELLATION OR CHANGE: There shall be no cancellation, material change, potential exhaustion of aggregate limits or intent not to renew insurance coverage(s) without 30 days' written notice from the CONTRACTOR or its insurer(s) to the *(Department of Administrative Services) (Department of Forestry), *[SELECT FORESTRY IF UNDER $150,000.] Purchasing Division. Any failure to comply with the reporting provisions of this insurance, except for the potential exhaustion of aggregate limits, shall not affect the coverage(s) provided to the State of Oregon, its *(Department of Administrative Services) (Department of Forestery) [SELECT FORESTRY IF UNDER $150,000], and its divisions, officers, and employees. CERTIFICATES OF INSURANCE: As evidence of the insurance coverages required by this contract, the CONTRACTOR shall furnish Certificate(s) of Insurance to the *(Department of Administrative Services) (Department of Forestry), Purchasing Division, *[SELECT FORESTRY IF UNDER $150,000.] prior to its issuance of a Notice to Proceed. The Certificate(s) will specify all of the parties who are Additional Insureds (or Loss Payees). Insurance coverages required under this contract shall be obtained from acceptable insurance companies or entities. The CONTRACTOR shall be financially responsible for all deductibles, selfinsured retention s and/or self-insurance included hereunder. COMMERCIAL GENERAL LIABILITY: CONTRACTOR shall obtain at CONTRACTOR's expense, and keep in effect during the term of this contract, Commercial General Liability Insurance covering bodily injury and property damage. This insurance shall include personal injury coverage, contractual liability coverage for the indemnity provided under this contract and products/completed operations liability. Combined single limit per occurrence shall not be less than $1,000,000, or the equivalent. Each annual aggregate limit shall not be less than $1,000,000 when applicable. "TAIL" COVERAGE: If any of the required liability insurance is arranged on a "claims made" basis, "tail" coverage will be required at the completion of this contract for a duration of 24 months or the maximum time period the CONTRACTOR's insurer will provide such if less than 24 months. CONTRACTOR will be responsible for furnishing certification of "tail" coverage as described or continuous "claims made" liability coverage for 24 months following contract completion. Continuous "claims made" coverage will be acceptable in lieu of "tail" coverage, provided its retroactive date is on or before the effective date of this contract. This will be a condition of the Final Acceptance of Work or Services and Related Warranty (if any). *[DELETE IF UNDER $25,000] - 7 -

8 AUTOMOBILE LIABILITY: CONTRACTOR shall obtain, at CONTRACTOR's expense, and keep in effect during the term of this contract, Automobile Liability Insurance covering owned, nonowned and/or hired vehicles, as applicable. This coverage may be written in combination with the Commercial General Liability Insurance. Combined single limit per occurrence shall not be less than $1,000,000, or the equivalent. CONTRACT PROVISIONS BINDING: The provisions of this contract shall be binding and shall supersede those of any other document concerning transactions conducted under this contract between CONTRACTOR and the STATE. *[DELETE IF UNDER $25,000] - 8 -

9 LAWS AND REGULATIONS REQUIREMENTS PAYMENTS, CONDITIONS, AND LIENS: CONTRACTOR shall: a. Make payment promptly, as due, to all persons supplying to such contractor labor or material for the prosecution of the work provided for in such contract. b. Pay all contributions or amounts due the Industrial Accident Fund from such contractor or subcontractor incurred in the performance of the contract. c. Not permit any lien or claim to be filed or prosecuted against the state, county, school district, municipality, municipal corporation, or subdivision thereof, on account of any labor or material furnished. d. Pay to the Department of Revenue all sums withheld from the employees pursuant to ORS If CONTRACTOR fails, neglects, or refuses to make prompt payment of any claim for labor or services furnished to CONTRACTOR or a subcontractor in connection with work to be done under this contract, as such claim becomes due, STATE may pay such claim to the person furnishing the labor or services and obtain reimbursement from CONTRACTOR or from CONTRACTOR's performance bond. Payment of any claim in such manner shall not relieve CONTRACTOR or surety from obligations with respect to any unpaid claims. PERMITS, LICENSES, AND SAFETY: CONTRACTOR shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution of the operations. STATE may at any time require CONTRACTOR to satisfy STATE that operations under this contract comply with state, federal, and local laws and regulations. STATE may require CONTRACTOR to obtain a permit, license, or approval from the governmental body or agency responsible for administering applicable laws before CONTRACTOR may begin or continue an operation under this contract. In the performance of the operations, CONTRACTOR shall use every reasonable and practicable means to avoid damage to property and injury to persons. The responsibility of CONTRACTOR stated herein shall cease upon the operations being accepted as complete by STATE. LABOR LAWS AND WAGES: Insofar as applicable to the operations, PURCHASER shall comply with all state and federal laws in the employment and payment of labor. LAWS, REGULATIONS, AND ORDERS: CONTRACTOR shall at all times observe and comply with all federal, state, and local laws and bylaws, codes, regulations, and ordinances, which in any manner affect the activities of CONTRACTOR under this contract. CONTRACTOR shall observe and comply with all orders or decrees that exist at present and those which may be enacted later by bodies or tribunals having any jurisdiction or authority over such activities of CONTRACTOR

10 CONTRACTOR shall comply with Oregon laws and with the rules and regulations of the Oregon Forest Practices Act, Oregon State Board of Health, and the Environmental Quality Commission relating to the protection of soil, air, and water resources. CONTRACTOR agrees to comply with Title VI of the Civil Rights Act of 1964, and with Section V of the Rehabilitation Act of

11 [*NOTE: DELETE THE FOLLOWING 3 PARAGRAPHS IF NOT FEMA FUNDED] 21.0 APPLICANT ASSURANCE: Oregon Department of Forestry (ODF) 1. The APPLICANT (ODF) hereby assures and certifies that it will comply with state and federal laws and regulation, including, but not limited to, provisions of the Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law , as amended: 44 CFR Parts 13 and 206; and the Oregon State Public Assistance Administrative Plan dated September These regulations and requirements are hereby incorporated into this agreement by reference. 2 Applicant will not enter into a Contract with a contractor who is on the General Services Administration (GSA) List of Parties Excluded from Federal Procurement or Non-Procurement Programs. 3. Applicant to utilize certified minority-owned and women-owned business (MWBE'S) to the extent possible in the performance of this agreement. SECTION 25. GENERAL REQUIREMENTS CONTRACTOR AND STATE DEFINED. As used in these specifications, the term "CONTRACTOR" refers to Seller and the term "STATE" refers to Purchaser, as defined in the terms and conditions applicable to this contract. All persons acting for CONTRACTOR, such as employees, subcontractors, and agents of CONTRACTOR are included in the meaning of CONTRACTOR CONTRACTOR OBLIGATIONS. CONTRACTOR agrees to perform and complete the service described in the bid invitation in accordance with the work requirements of the contract and exhibits. CONTRACTOR shall furnish all labor, supervision, equipment, and materials for the service. Experienced, qualified supervisors of CONTRACTOR are essential to satisfactory performance of the work. STATE may consider lack of competent and capable supervision as grounds to reject a bid or terminate this contract. An experienced, qualified supervisor should have approximately two years of experience doing the type of work requested in this bid and one year experience supervising crews doing forestry type work. STATE reserves the right to determine supervisory competence. Supervisors must be able to communicate fluently in English and in any language that crewmembers use to communicate SUBCONTRACTING. No part of the work may be subcontracted without written authorization from STATE. Final billing or completed work shall be accompanied by a statement from each subcontractor, signed by that subcontractor, stating that payment in full has been made for all materials supplied and services rendered by that subcontractor STATE AND CONTRACTOR REPRESENTATIVE. An employee of the Department of Forestry will be designated as STATE representative to provide directions for work, periodically inspect the work for conformance with specifications, certify work accomplishment, and act as field representative for STATE. CONTRACTOR shall designate in writing a representative who is authorized to represent and act on behalf of CONTRACTOR in all matters pertaining to this contract. The representative shall be present on the project at all times

12 25.05 TERMINATION. This contract may be terminated by mutual consent of both parties or by STATE at its discretion. STATE may terminate work at any time with written notice. Such notice shall state the extent and effective date of such termination. Upon receipt, CONTRACTOR shall stop performance under this contract as directed by STATE. If this contract is so terminated, CONTRACTOR shall be paid in accordance with the terms of the contract for services performed and accepted which cannot be mitigated by resale as provided in ORS (Uniform Commercial Code) ROAD ACCESS AND MAINTENANCE. When CONTRACTOR is required to use STATE forest roads for access to and within work areas, CONTRACTOR shall take measures to prevent damage to the road and shall perform any minor maintenance to protect the road from surface drainage. However, STATE will accept responsibility for any general maintenance where tractor work or machine grading is required. In case of damage by others, which impairs or prevents access by CONTRACTOR, STATE will do any of the following: (1) arrange for repair work if feasible, (2) arrange with CONTRACTOR for alternate work at the same pay rate, or (3) cancel that portion of the work affected by lack of access FIRE RESPONSIBILITY. If a fire occurs on a work area while the operation is in progress, CONTRACTOR shall immediately make every possible effort to control and extinguish the fire and continue this effort until the fire is extinguished. CONTRACTOR is also responsible for all fire fighting costs incurred by CONTRACTOR, STATE, or Association for fires resulting from CONTRACTOR's operations, or willful, malicious, or negligent acts of CONTRACTOR. Further, CONTRACTOR shall save harmless STATE or Association from any and all costs, damage, and loss which STATE or Association may incur from such fires. Open fires are not allowed at any time without permission from STATE. STATE also has the authority to suspend any or all work due to fire hazard. Upon final approval of all contract terms, STATE shall assume responsibility for any additional hazard created from this work PAYMENT. CONTRACTOR may request monthly payments for certified work completed each month. STATE will inspect the work and certify the amount of work done according to work specifications. Final payment will be made when all work is certified. If work is terminated for convenience, as provided by Section 25.05, STATE will pay for all certified work. STATE may offer adjusted payment for certain work not done according to specifications if the work was done diligently and defects were not caused deliberately or maliciously. SECTION 26. PROJECT REQUIREMENTS LOCATION OF WORK. The project areas are located within [County] County, [Legal Description] and are shown on the Exhibit A attachment DESCRIPTION OF WORK. Complete the following projects in accordance with specifications provided below and in Exhibits * through * (Exhibit(s) *, instructions from STATE, and as marked in the field. Furnish all materials unless otherwise specified

13 *[NOTE: "Description of Work" to be inserted here by District] DURATION OF CONTRACT. CONTRACTOR shall perform all contract work without delays unless prevented by weather conditions, equipment breakdown, or other conditions beyond his control. CONTRACTOR shall complete all contract work no later than *[Date] SAFETY OF OPERATIONS. Safety shall be stressed at all times. Any unsafe condition or activity shall cause operations to be suspended until the condition or activity is corrected. CONTRACTOR assumes full responsibility for the safety of employees and equipment STREAM PROTECTION. All reasonable precautions shall be taken to protect stream beds and banks from unnecessary damage and to prevent unnecessary muddying of the water MERCHANTABLE TIMBER. All merchantable timber is the property of the STATE. STATE reserves the right to sell such timber during the life of this contract MATERIAL - IMPROVEMENTS. Title to material, improvements, and other property required of CONTRACTOR by this contract, shall vest in and become the property of the STATE at the time such are furnished by CONTRACTOR and accepted by STATE. Only material, improvements, and property free and clear of liens, claims, and encumbrances shall be furnished by CONTRACTOR. All existing improvements located on STATE land, and any improvements placed on STATE land by CONTRACTOR which become the property of the STATE shall be safeguarded by CONTRACTOR, and if injured or damaged by CONTRACTOR, shall be replaced as soon as possible under existing conditions by CONTRACTOR, without cost to STATE ROCK SOURCE. *[NOTE: Choose one of the following paragraphs] *[The road rock may be obtained from STATE land at the location shown as (*"Rock Pit") (*"Stockpile Site") on Exhibit A, or from other locations acceptable to STATE. Development and use of the rock pit shall be in accordance with the specifications in Exhibit.] *[OR] *[CONTRACTOR shall supply rock from an approved commercial source.]

14 *[OPTIONAL SECTION] SECTION 27. PENALTIES FOR NON-COMPLIANCE WITH CONTRACT SPECIFICATIONS OR UNSATISFACTORY PERFORMANCE SUSPENSION OR PENALTY. Should CONTRACTOR fail to make reasonable effort to comply with the terms and conditions of this contract, STATE shall deliver written notice to CONTRACTOR's representative, designated under Section to correct the deficiencies within 24 hours of the time notice is delivered. If CONTRACTOR fails to correct the deficiencies within the 24 hours, STATE may, with written notice, suspend operations or impose the penalty of $ per day until the deficiencies have been corrected MECHANICAL BREAKDOWN. Should any essential facilitating equipment breakdown for any reason and cause stoppage or delay of the operation, that equipment shall be repaired or replaced in order to proceed with the contract immediately, unless otherwise specified by STATE. Failure to do so may result in the penalty specified in Section TERMINATION OF OPERATIONS. If, within 48 hours after delivery of the written notice by Section 27.01, the deficiencies have not been corrected, STATE reserves the right to obtain personnel, equipment, material, and supplies from other sources, and to hold CONTRACTOR *(and surety) responsible for costs occasioned thereby in completing the contract. *(Forfeiture of the surety performance bond, cashier s check, or certified check shall not be demanded if CONTRACTOR is otherwise in compliance with the terms and conditions of the contract, yet is unable to conduct the operation as prescribed as a result of weather conditions or other unusual and unforeseeable circumstances beyond the control of CONTRACTOR.) *[NOTE: DELETE PARAGRAPH IN PARENTHESES IF CONTRACT IS UNDER $25,000]

15 EXHIBIT "* " FOREST ROADS - MINIMUM SPECIFICATIONS SUBGRADE WIDTH SURFACED WIDTH POINT TO POINT STA. TO STA. DITCH REQ. OUTSLOPE *feet feet to to *feet feet to to *feet feet to to *feet feet to to EXCAVATION. Excavation and grading shall not be done when weather and/or ground conditions are such that damage will result to existing subgrade or cause excessive erosion. Excavation shall conform to STATE-engineered lines, grades, and dimensions. All suitable excavated material shall be used where possible for the formation of fills, shoulders, and drainage structure backfills. Embankment materials shall be free of woody debris, brush, muck, sod, frozen material, and other deleterious materials. All fills and drainage structure backfills shall be machine compacted in lifts not to exceed 8 inches in depth. Road shall be on a balanced cross section, except when the slope is over 50 percent, the road shall be on full bench for the width specified. Excess excavation shall not be sidecast where material will enter a stream course or where material will accumulate in areas deemed a high risk site by STATE. ROAD WIDTH LIMITATIONS. CONTRACTOR shall obtain advance written approval from STATE to construct road to a greater width than specified. Extra subgrade width shall be required for: Fill Widening. Add to each fill shoulder 1 foot for fills 3 feet to 6 feet high; 2 feet for fills over 6 feet high. Curve Widening. Widen the inside shoulder of all curves as follows: 400 divided by the radius of the curve equals the amount of extra width. CLEARING METHODS. *( ) Scatter through openings in the timber outside of the cleared right-of-way. *( ) Other. ( ) DRAINAGE DITCHES. Construct "V" ditch 3 feet wide and to a depth of 1 foot below subgrade. ( ) OUTSLOPE. Road subgrade shall be outsloped at 3 percent.

16 EXHIBIT "* " END-HAULING REQUIREMENTS POINT TO POINT STAT. TO STA. CONTAINMENT WASTE AREA LOCATION WASTE AREA TREATMENT to to End-Haul Areas General Requirements Material shall not be intentionally sidecast. Clearing and grubbing debris shall be end-hauled. When blasting is required, it shall be accomplished using timing devices, delayed charges, low intensity shots, or other suitable means to contain as much material as possible within the road prism. Containment (1) Full containment: The amount of material lost over the outside edge of the road shall not exceed 6 inches in depth measured perpendicular to the natural ground slope. Pioneer excavation shall be removed by digging, loading, and hauling rather than by pushing or scraping methods. (2) Average containment: The amount of material lost over the outside edge of the road shall not exceed * inches in depth measured perpendicular to the natural ground slope. Trees and stumps may have up to 12 inches of material directly above them. Any amount of material exceeding the containment requirements shall be removed by operator from the slope, by whatever means necessary, and end-hauled to a designated waste area. Waste Area Location (1) * (2) * Waste Area Treatment (1) Deposit at waste area, spread evenly, and provide adequate drainage. (2) *

17 EXHIBIT "* " ROAD SURFACING TYPE OF ROCK SIZE OF ROCK COMPACTED DEPTH POINT TO POINT STAT. TO STA. APPROX. TOTAL TRUCK MEASURE VOLUME CY CY CY CY CY TURNOUTS: NO. OF T.O. LOCATION CY CY CY TURNAROUNDS: NO. OF T.A. CY CY CY LANDING AND JUNCTIONS: NO. OF LDGS. NO. OF JCTS. CY CY CY MISCELLANEOUS: AMOUNT POINT TO POINT STATION TO STATION CY CY CY Roads shall be uniformly graded and approved by STATE prior to rocking. For typical cross section, see Forestry Department Drawing Nos. 351-C and 351-D at the Forestry Department district office.

18 EXHIBIT "* " ROAD SURFACING TYPE OF ROCK SIZE OF ROCK VOLUME PER STA. POINT TO POINT STATION TO STATION TOTAL VOLUME CY CY CY CY CY CY CY CY CY CY TURNOUTS: NO. OF T.O. LOCATION CY CY CY CY CY CY TURNAROUNDS: NO. OF T.A. CY CY CY CY CY CY LANDING AND JUNCTIONS: NO. OF LDGS. NO. OF JCTS. CY CY CY CY CY CY MISCELLANEOUS: AMOUNT POINT TO POINT STATION TO STATION CY CY CY CY CY CY Roads shall be uniformly graded and approved by STATE prior to rocking. For typical cross section, see Forestry Department Drawing Nos. 351-C and 351-D at the Forestry Department district office.

19 EXHIBIT "* " CRUSHED ROCK SPECIFICATIONS Materials. The material shall be fragments of rock or other hard, durable particles crushed to the required size and a filler of finely crushed stone, sand, or other finely divided mineral matter. The material shall be free from vegetation and lumps of clay. Quality and Grading Requirements. The stone base materials shall be crushed rock, including sand. River gravel shall not be used. The material from which base material is produced or manufactured shall conform to the general requirements of Section 703 of the "Standard Specifications for Highway Construction" prepared by the Highway Division, Oregon Department of Transportation, and shall meet the following test requirements: Hardness - Test Method AASHTO T 96 35% Maximum Durability - Test Method OSHD Standard Passing No. 20 Sieve: 30% Maximum Sediment Height: * " Maximum [Grading requirements to follow.]

20 EXHIBIT "* " CRUSHED ROCK SPECIFICATIONS Grading Requirements For 3/4"-0" Passing 1" sieve 100% Passing 3/4" sieve % Passing 3/8" sieve 55-75% Passing 1/4" sieve 40-60% Of the fraction passing 1/4" sieve, 40% to 60% shall pass the No. 10 sieve. For 1½"-0" Passing 2" sieve 100% Passing 1½" sieve % Passing 3/4" sieve 55-75% Passing 1/4" sieve 35-50% Of the fraction passing 1/4" sieve, 40% to 60% shall pass the No. 10 sieve. For 2"-0" Passing 2½" sieve 100% Passing 2" sieve % Passing 1" sieve 55-75% Passing 1/4" sieve 30-45% Of the fraction passing 1/4" sieve, 40% to 60% shall pass the No. 10 sieve. For 2½"-0" Passing 3" sieve 100% Passing 2½" sieve % Passing 1¼" sieve 55-75% Passing 1/4" sieve 30-45% Of the fraction passing 1/4" sieve, 40% to 60% shall pass the No. 10 sieve. For 4"-0" Passing 4" sieve 100% Passing 2" sieve 60-90% Passing 1/4" sieve 15-35% For Jaw-Run Passing 6" sieve 100% For 6"-0" Pit-Run Passing 10" sieve 100% Passing 6" sieve 65% The referenced sieve shall have square openings as set forth in AASHTO M 92, Woven Cloth Series. The determinations of size and gradings shall be as set forth in AASHTO T 27.

21 EXHIBIT "* " CRUSHED ROCK SPECIFICATIONS Grading Requirements For 3/4"-0" Passing 1" sieve retained on 3/4" sieve 0-10% Passing 3/4" sieve retained on 3/8" sieve 30-60% Passing 1/4" sieve 30-50% For 1½"-0" Passing 2" sieve retained on 12" sieve 0-10% Passing 1½" sieve retained on 3/4" sieve 10-50% Passing 3/4" sieve retained on 1/4" sieve 20-60% Passing 1/4" sieve 10-30% For 2½"-0" Passing 3" sieve retained on 22" sieve 0-10% Passing 2½" sieve retained on 13" sieve 30-60% Passing 1/4" sieve 24-40% For 3"-0" Passing 3½" sieve retained on 3" sieve 0-5% Passing 3" sieve retained on 12" sieve 20-50% Passing 1½" sieve retained on 1/4" sieve 20-40% Passing 1/4" sieve 15-30% For 4"-0" Passing 6½" sieve retained on 4" sieve 0-5% Passing 4" sieve retained on 22" sieve 20-50% Passing 2½" sieve retained on 1/4" sieve 20-50% Passing 1/4" sieve 10-25% The referenced sieve shall have square openings as set forth in AASHTO M 92, Woven Cloth Series. The determinations of size and gradings shall be as set forth in AASHTO T 27.

22 EXHIBIT "* " ROCK ACCOUNTABILITY The rock shall meet the quality and size specifications in Exhibit *. A sample of the rock must be supplied to STATE for testing and approval prior to rocking. Subgrades must be approved by STATE prior to rocking. Rocking must be done only when weather conditions are acceptable to STATE, and must be suspended when muddy water could enter streams from runoff. Rock accountability shall be determined by the following methods, as directed by STATE. STATE shall be given 24 hours' notice prior to rocking. Rock Checking. All rock spreading shall be done only when a STATE representative is present. STATE shall issue a receipt for each load delivered, and rock shall be measured without allowance for shrinkage or shakedown during hauling. Total truck measure volume for each road segment shall be as shown on Exhibit *. Deliver at least * cubic yards per 8-hour shift, unless otherwise approved by STATE. A penalty of $* for each 10 cubic yards which are not delivered during a single shift shall be billed, and payment shall be required prior to final acceptance of the project by STATE. Depth Measurement. Rock shall be spread and compacted according to the depths specified in Exhibit *. Truck measure volumes are given, but shall not limit the amount of rock spread. Depth shall be determined in the most compacted area of the surface cross section. If additional rock is required because of insufficient depth, it shall be added by truck measure to those areas that were slighted. The conversion from compacted yardage to truck yardage is 1.3 multiplied by the compacted yardage equals truck yardage. The depth of compacted aggregates shall not vary more than 1 inch from the depth specified in Exhibit *. The average depth for each road segment shall be the specified depth or greater. Surfacing areas shall be staked by STATE. Junctions shall have a (*maximum combined) surface area of (*at least) * square yards (*each) at the compacted depths specified in Exhibit *. Turnouts shall have a (*maximum combined) surface area of (*at least) * square yards (*each) at the depths shown in Exhibit *. Landings shall have a (*maximum combined) surface area of (*at least) * square yards (*each) at the depths shown in Exhibit *. Load Records. Notify STATE before spreading the rock and maintain a record of all rock delivered for spreading. Make the record available for STATE inspection. A report listing the amount of rock delivered the prior month must be submitted no later than the 15th of each month.

23 EXHIBIT "* " ROCK ACCOUNTABILITY The rock shall meet the quality and size specifications in Exhibit *. A sample of the rock must be supplied to STATE for testing and approval prior to rocking. Subgrades must be approved by STATE prior to rocking. Rocking must be done only when weather conditions are acceptable to STATE, and must be suspended when muddy water could enter streams from runoff. Rock accountability shall be determined by depth measurement. STATE shall be given 24 hours' notice prior to rocking. Depth Measurement. Rock shall be spread and compacted according to the depths specified in Exhibit *. Truck measure volumes are given, but shall not limit the amount of rock spread. Depth shall be determined in the most compacted area of the surface cross section. If additional rock is required because of insufficient depth, it shall be added by truck measure to those areas that were slighted. The conversion from compacted yardage to truck yardage is 1.3 multiplied by the compacted yardage equals truck yardage. The depth of compacted aggregates shall not vary more than 1 inch from the depth specified in Exhibit *. The average depth for each road segment shall be the specified depth or greater. Surfacing areas shall be staked by STATE. Junctions shall have a (*maximum combined) surface area of (*at least) * square yards (*each) at the compacted depths specified in Exhibit *. Turnouts shall have a (*maximum combined) surface area of (*at least) * square yards (*each) at the depths shown in Exhibit *. Landings shall have a (*maximum combined) surface area of (*at least) * square yards (*each) at the depths shown in Exhibit *.

24 EXHIBIT "* " ROCK ACCOUNTABILITY The rock shall meet the quality and size specifications in Exhibit *. A sample of the rock must be supplied to STATE for testing and approval prior to rocking. Subgrades must be approved by STATE prior to rocking. Rocking must be done only when weather conditions are acceptable to STATE, and must be suspended when muddy water could enter streams from runoff. Rock accountability shall be determined by rock checking. STATE shall be given 24 hours' notice prior to rocking. Rock Checking. All rock spreading shall be done only when a STATE representative is present. STATE shall issue a receipt for each load delivered, and rock shall be measured without allowance for shrinkage or shakedown during hauling. Total truck measure volume for each road segment shall be as shown on Exhibit *. Deliver at least * cubic yards per 8-hour shift, unless otherwise approved by STATE. A penalty of $* for each 10 cubic yards which are not delivered during a single shift shall be billed, and payment shall be required prior to final acceptance of the project by STATE.

25 EXHIBIT "* " ROCK SPREADING, PROCESSING, AND COMPACTION Pit-Run Rock. Pit-run surfacing rock shall be spread on roads with a crawler tractor and continuously walked-in. Rock spreading shall begin at nearest point from the rock source and progress toward the end of the project, unless otherwise approved in writing by STATE. Compaction shall be accomplished by using one or more of the approved equipment options listed below: ROAD SEGMENT COMPACTION EQUIPMENT OPTIONS Crushed Rock. The rock shall be uniformly mixed and spread in layers on the approved roadbed. Each layer of crushed rock shall be moistened or dried to a uniform moisture content suitable for maximum compaction and compacted in layers not to exceed 6 inches in depth. When more than 1 layer is required, each shall be shaped and compacted before the succeeding layer is placed. Any irregularities or depressions that develop during compaction of the top layer shall be corrected by loosening the material at these places and adding or removing material until the surface is smooth and uniform. A minimum of 3 passes shall be made over the entire width and length of the road. A pass is defined as traveling a road section in one direction and then back over that same section again. Compaction shall be accomplished by using one or more of the approved equipment options listed below: ROAD SEGMENT COMPACTION EQUIPMENT OPTIONS

26 EXHIBIT "* " COMPACTION AND PROCESSING REQUIREMENTS Subgrade. Subgrade surfaces of the road segments listed below shall be graded and compacted prior to rocking. Compaction shall be accomplished by traveling all surfaces from shoulder to shoulder until visible deformation ceases, or in the case of a sheepsfoot roller, the roller "walks out." A minimum of 3 passes shall be made over the entire width and length of the road. A pass is defined as traveling a road section in one direction and then back over that same section again. Compaction shall be accomplished by using one or more of the approved equipment options listed below: ROAD SEGMENT COMPACTION EQUIPMENT OPTIONS Fills. Embankments and fills shall be placed in (approximately) horizontal layers not more than 8 inches in depth. Each layer shall be separately, and thoroughly, compacted. Compaction equipment shall be operated over the entire width of each layer until visible deformation of the layers ceases or, in the case of a sheepsfoot roller, the roller "walks out." A minimum of 3 passes shall be made over the entire width and length of each layer. A pass is defined as traveling a fill layer in one direction and then back over that same layer again. Placing individual rocks or boulders with more depth than the allowed layer thickness shall be permitted, provided the embankment will accommodate them. Such rocks and boulders shall be at least 6 inches below the subgrade. They shall be carefully distributed and the voids filled with finer material, forming a dense and compacted mass. Compaction shall be accomplished by using one or more of the approved equipment options listed below: ROAD SEGMENT COMPACTION EQUIPMENT OPTIONS Pit-Run Rock. Pit-run surfacing rock shall be spread on roads with a crawler tractor and continuously walked-in. Rock spreading shall begin at nearest point from the rock source and progress toward the end of the project, unless otherwise approved in writing by STATE. Compaction shall be accomplished by using one or more of the approved equipment options listed below: ROAD SEGMENT COMPACTION EQUIPMENT OPTIONS

27 EXHIBIT "* " COMPACTION AND PROCESSING REQUIREMENTS Crushed Rock. The rock shall be uniformly mixed and spread in layers on the approved roadbed. Each layer of crushed rock shall be moistened or dried to a uniform moisture content suitable for maximum compaction and compacted in layers not to exceed 6 inches in depth. When more than 1 layer is required, each shall be shaped and compacted before the succeeding layer is placed. Any irregularities or depressions that develop during compaction of the top layer shall be corrected by loosening the material at these places and adding or removing material until the surface is smooth and uniform. Each layer shall be compacted with a minimum of 3 passes over the entire width and length of the road. A pass is defined as traveling a road section in one direction and then back over that same section again. Compaction shall be accomplished by using one or more of the approved equipment options listed below: ROAD SEGMENT COMPACTION EQUIPMENT OPTIONS

28 EXHIBIT "* " COMPACTION EQUIPMENT OPTIONS (1) Smooth-Wheel Power Rollers. Smooth-wheel power rollers shall either be of the 3-wheel type, weighing not less than 10 tons, or of the tandem type, 2-wheel or 3-wheel, weighing not less than 8 tons. Smooth-wheel rollers shall provide compression of 325 pounds per lineal inch of width of rear wheels or drum. (2) Pneumatic-Tired Rollers. Pneumatic-tired rollers shall be of the double-axle type equipped with pneumatic tires of equal size and type. The spacing between the sidewalls of adjacent tires shall not exceed 5 inches; the rear tires shall be staggered with relation to the front tires. The rolling width of the unit shall be not less than 60 inches exclusive of the power unit. The roller shall be so constructed that the contact pressure is uniformly distributed on all of the tires. The tires shall be inflated to maintain the air pressure in the several tires within a total tolerance of 5 pounds per square inch. The roller shall be so constructed that the total weight is between 1,000 and 2,000 pounds per tire. The actual operating weight of the rollers shall be as ordered by STATE. Each pneumatic-tired roller shall be drawn by equipment having sufficient power and sufficient weight, under normal conditions, to pull the roller at a minimum speed of 5 miles per hour, or may be self-propelled to obtain a minimum speed of 5 miles per hour. (3) Vibratory Rollers. The drum shall have a smooth surface, a diameter not less than 48 inches, a width not less than 58 inches, and a turning radius of 15 feet or less. Vibration frequency shall be regulated in steps to 1400, 1500, and 1600 VPM, corresponding to engine speeds of 1575, 1690, and 1800 RPM. The centrifugal force developed shall be 7 tons at 1600 VPM. It shall be activated by a power unit of not less than 25 horsepower. The vibratory roller shall be self-propelled and operated at speeds ranging from 0.9 miles to 1.8 miles per hour, as directed by STATE. (4) Vibratory Compactors. Vibratory compactors shall consist of multiple or gang type compacting units or pads with a minimum variable width of 2 feet. It shall be self-contained and capable of compacting material as required. (5) Rock Trucks. Rock spreading shall begin at the nearest point to the rock source and progress toward the end of the project. Rock trucks shall be routed over the entire cross section of rock layers.

29 EXHIBIT "* " COMPACTION EQUIPMENT OPTIONS (6) Tampingfoot Compactors. Tampingfoot or sheepsfoot compactors shall exert a minimum pressure of 250 pounds per square inch on the ground area in contact with the tamping feet. The compactor shall cover a minimum width of 60 inches per pass and weigh a minimum of 16,000 pounds. (7) Grid Rollers. Pit-run rock shall be processed by grid rolling with a Hyster Grid Roller Model D or equivalent, fully equipped with 32,000 pounds or more of ballast weights. Twenty passes shall be made with a grid roller over the entire length and width of the road, unless STATE requires fewer passes. A grader weighing at least 20,000 pounds shall work the pit-run surface during grid rolling so that all pit-run rock comes in contact with the grid roller. Grid rolling shall be performed when the subgrade is dry and firm. Road surface shall be uniformly shaped and graded prior to and during grid rolling. (8) Vibratory Grid Compactors. The roller shall have a grid surface and have an operating weight of 32,000 pounds or more. The rock shall be worked with a grader weighing at least 20,000 pounds during the grid rolling process. All rock shall come in contact with the vibratory grid compactor. A minimum of 10 passes shall be made with the grader and vibratory grid compactor over the entire length of the road, unless STATE requires fewer passes. (9) Crawler Tractors. D-7 Caterpillar or equivalent (*or larger). [Provide additional or different specifications, if necessary.] [OPTIONS] ( ) Rubber Tired Skidders. A rubber-tired skidder weighing a minimum of 20,000 pounds shall be operated over the fill layers so that the entire layered surface comes in contact with the tires. Skidders with oversized tires (high flotation) are not acceptable for compaction.

30 EXHIBIT "* " ROCK PIT DEVELOPMENT AND USE (1) CONTRACTOR shall conduct the operations relative to the disposal of waste material in such manner that silt, rock, debris, dirt, or clay shall not be washed, conveyed, or otherwise deposited in any stream. All waste shall be deposited at an approved "waste disposal site." (2) Benches shall be constructed at intervals of 40 feet or less in height and shall be a minimum of 20 feet in width. Any gravel or talus slopes shall be left with a working face at an angle of 60 degrees or less. There shall be a minimum of 1 bench with an access road to it. Said bench shall be easily accessible with tractors. (3) Pit face shall be developed in a uniform manner. [SELECT ONE OF THE 4's] (4) *Oversized material that is produced shall be piled in a designated area adjacent to the pit. It shall not be wasted. (4) *Oversized material that is produced or encountered during development shall be broken down and utilized for crushing. (5) The pit site shall be left in a condition free from overburden and debris. Access roads to the pit, and the pit floor, shall be cleared at the termination of use. (6) CONTRACTOR shall prepare a written development plan for the pit area. The plan shall be submitted to STATE for approval prior to conducting any operation in the pit area. The plan shall include, but not be limited to: (a) (b) Location of benches and roads to benches. Disposal site for debris and overburden.

31 EXHIBIT "* " CULVERT SPECIFICATIONS All culvert materials shall be furnished and installed by CONTRACTOR, unless otherwise specified in the contract. Culverts shall be constructed of corrugated galvanized iron or steel, (*or corrugated aluminum alloy,) and shall conform to the material and fabricating requirements of Section 707 of the "Standard Specifications for Highway Construction" prepared by the Highway Division of the Oregon State Department of Transportation. Corrugation types and shapes other than those meeting the above minimum Highway requirements, shall be approved in writing by STATE. Corrugated polyethylene culverts may be used for sizes up to 24 inches in diameter. The joints between bands and pipe of unlike material shall be coated with an approved bituminous material. Culverts shall be located according to the alignment and grade as shown on the Plan and Profile, and/or as staked in the field, or as stipulated in special instructions. The foundation and trench walls for all culverts shall be free from logs, stumps, limbs, stones over 3 inches, and other objects which would dent or damage the pipe during installation or use. If tamping is required, the trench shall be excavated wide enough to permit working on each side of pipe. Bedrock shall be excavated as required to provide a uniform foundation for the full length of the culvert. A bedding of granulated material or job-excavated soil shall be placed to provide a wide band of support and to transmit the load from above evenly over the entire length of the pipe. Transporting of the pipe shall be done carefully. Dragging or allowing free fall from trucks or into trenches shall not be permitted. Damage to bituminous coating shall be repaired before the pipe is covered. On new installations, joining shall be done with bands of like material and corrugations. Manufacturers' instructions shall be followed for prefabricated pipe assembly. Backfill shall consist of granulated material or job-excavated soil free of stumps, limbs, rocks, or other objects which would damage the pipe. Tamping (when required) shall be done in 8-inch lifts, 1 pipe diameter each side of the pipe to 85 percent density or over, and to the minimum fill height as specified below. Additional fill shall be embankment material. Fill heights, if not shown on a road plan and profile, shall be in accordance with those shown in Drawing No. 2094, "Fill Height Tables," prepared by the Highway Division of the Oregon State Department of Transportation. Any deviation must be approved by STATE.

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

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

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

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

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

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

CITY OF NEWPORT, OREGON PERSONAL SERVICES CONTRACT

CITY OF NEWPORT, OREGON PERSONAL SERVICES CONTRACT CITY OF NEWPORT, OREGON PERSONAL SERVICES CONTRACT THIS AGREEMENT is between the City of Newport, an Oregon municipal corporation (City), and Associated Cleaning Service, Inc. (Contractor). This agreement

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

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

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

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose

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

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

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

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

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

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

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

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project

More information

EXHIBIT D. Insurance and Bond Requirements

EXHIBIT D. Insurance and Bond Requirements EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project

More information

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL Dixie County, FL is seeking proposals from qualified firms interested in providing Disaster Debris Monitoring Services within

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

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

MORTENSON CANADA CORPORATION PURCHASE AGREEMENT STANDARD TERMS AND CONDITIONS

MORTENSON CANADA CORPORATION PURCHASE AGREEMENT STANDARD TERMS AND CONDITIONS MORTENSON CANADA CORPORATION PURCHASE AGREEMENT STANDARD TERMS AND CONDITIONS 1. CONTRACT DOCUMENTS. 1.1 The Contract Documents have been made available to Supplier for examination. 1.2 In the event of

More information

COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES

COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES Brunswick County is requesting proposals (RFP) to provide grinding and screening services for yard wastes and land clearing

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

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

SPECIFICATIONS FOR PRECAST MODULAR BLOCK RETAINING WALL SYSTEM (revised 11/5/13)

SPECIFICATIONS FOR PRECAST MODULAR BLOCK RETAINING WALL SYSTEM (revised 11/5/13) Page 1 of 7 STONE STRONG SYSTEMS SPECIFICATIONS FOR PRECAST MODULAR BLOCK RETAINING WALL SYSTEM (revised ) PART 1: GENERAL 1.01 Description A. Work includes furnishing and installing precast modular blocks

More information

TABLE OF CONTENTS. Manhole, Frame, and Cover Installation (includes Drop Manhole) Additional Manhole Depth

TABLE OF CONTENTS. Manhole, Frame, and Cover Installation (includes Drop Manhole) Additional Manhole Depth TABLE OF CONTENTS NO. MP-1 MP-2 MP-3 MP-4 MP-4.01 MP-4.02 MP-4.03 MP-5 MP-5.01 MP-5.02 MP-5.03 MP-5.04 MP-5.05 MP-5.06 MP-5.07 MP-5.08 MP-5.11 MP-5.12 MP-5.13 MP-5.14 MP-5.15 MP-5.16 MP-5.18 MP-5.19 MP-5.20

More information

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP CITY OF BAYTOWN City Clerk s Office 2401 Market Street Baytown, Texas 77520 Phone: (281) 420-6504 Fax: (281) 420-5891 Web: www.baytown.org FOR OFFICE USE ONLY Date Received: Date Processed: SUPER OVERSIZE

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.

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

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

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

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

1. It would create hazardous effects of storm water run-off. 3. It would increase hazardous driving conditions on the public road.

1. It would create hazardous effects of storm water run-off. 3. It would increase hazardous driving conditions on the public road. SECTION 6: REQUIREMENTS FOR A DRIVEWAY CONNECTION A. Required information. The application shall be accompanied by a sketch of the proposed driveway which at a minimum shall indicate: 1. Geometric information

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

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

Heavy Loads on Roads By-law

Heavy Loads on Roads By-law Heavy Loads on Roads By-law S-2 Consolidated May 2006 This by-law is printed under and by authority of the Council of the City of London, Ontario, Canada Disclaimer: The following consolidation is an electronic

More information

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1 AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES This Agreement, made as of the 29 th day of January, 1999, by and between the County of Wake (hereinafter, the "Owner") and McKim & Creed Engineers, P.A.,

More information

1. Property Description. Seller hereby sells and Purchaser hereby buys real property in County, Minnesota, described as follows:

1. Property Description. Seller hereby sells and Purchaser hereby buys real property in County, Minnesota, described as follows: (Top 3 inches reserved for recording data) CONTRACT FOR DEED by Individual(s) Minnesota Uniform Conveyancing Blanks Form 30.1.1 (2011) DATE: THIS CONTRACT FOR DEED (the Contract ) is made on the above

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

INDEX 03010-1 DESCRIPTION 2 03010-2 MATERIALS 2 03010-3 APPROVAL OF SUBBASE COURSE 3 03010-4 CONSTRUCTION 4 03010-5 MEASUREMENT 6 03010-6 PAYMENT 6

INDEX 03010-1 DESCRIPTION 2 03010-2 MATERIALS 2 03010-3 APPROVAL OF SUBBASE COURSE 3 03010-4 CONSTRUCTION 4 03010-5 MEASUREMENT 6 03010-6 PAYMENT 6 03010_Dec22_2009.pdf Page 1 of 5 INDEX Page 03010-1 DESCRIPTION 2 03010-2 MATERIALS 2 03010-3 APPROVAL OF SUBBASE COURSE 3 03010-4 CONSTRUCTION 4 03010-5 MEASUREMENT 6 03010-6 PAYMENT 6 03010_Dec22_2009.pdf

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

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

CONTRACT AWARD INSTRUCTIONS

CONTRACT AWARD INSTRUCTIONS CONTRACT AWARD INSTRUCTIONS CI.1 METHOD OF AWARD The Bid will be awarded to the lowest responsive and responsible Bidder based on the lowest Base Bid and the lowest additive alternate bid, including construction

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

CHAPTER 10 PERMIT PROCEDURES AND BONDING REQUIREMENTS FOR CONTRACTORS

CHAPTER 10 PERMIT PROCEDURES AND BONDING REQUIREMENTS FOR CONTRACTORS I "i,, I, 1 " CHAPTER 10 PERMIT PROCEDURES AND BONDING REQUIREMENTS FOR CONTRACTORS CHAPTER 10 PERMIT PROCEDURES A N D BONDING REQUIREMENTS FOR CONTRACTORS, Section I -, INDEX :, - % I I,,J Topic b 101

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

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

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION)

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) This Agreement made the day of (the Effective Date ), by and between

More information

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:

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

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

(House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act.

(House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act. AGREEMENT OF PURCHASE & SALE FOR TURN KEY NEW CONSTRUCTION (House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act The Buyer of

More information

BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS

BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS All property owners on record with Tooele County MUST be listed as Applicants. They must each sign and have their signatures

More information

The Manitoba Water Services Board SECTION 022180 Standard Construction Specifications PIPE EXCAVATION, BEDDING AND BACKFILL Page 1 of 11

The Manitoba Water Services Board SECTION 022180 Standard Construction Specifications PIPE EXCAVATION, BEDDING AND BACKFILL Page 1 of 11 Page 1 of 11 Part 1 General 1.1 DESCRIPTION OF WORK.1 The work described herein shall consist of the excavation of trenches (or excavation of tunnels); the supply and placing of bedding and backfill materials;

More information

LOGGING SUBCONTRACT. Recital

LOGGING SUBCONTRACT. Recital LOGGING SUBCONTRACT This Logging Contract (this Contract ) is entered as of the day of, 200, by and between ("Contractor") and ("Subcontractor") as follows: Recital The owners of certain timber growing

More information

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be

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

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified

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

SECTION 08000 STORM DRAINAGE TABLE OF CONTENTS

SECTION 08000 STORM DRAINAGE TABLE OF CONTENTS SECTION 08000 STORM DRAINAGE 08010 DESIGN A. Location B. Sizing TABLE OF CONTENTS 08020 MATERIALS A. Pipe Materials B. Structure Materials C. Installation D. Inlets and Outlets 08030 INSPECTIONS AND TESTING

More information

CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text

CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text California Code of Regulations Title 16, Division 8 Article 6. Bonds 858. Blanket Performance and Payment Bond Defined

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

Permit Number: Date Issued: Permit Fee: Invoice Number:

Permit Number: Date Issued: Permit Fee: Invoice Number: City of Burnaby Page 1 of 4 Encroachment Application and Permit Agreement (Testpit, Monitoring Well, Borehole or Vacuum-Hole Installation, Minor Excavation or other Non-Intrusive Work) Rev. 5-2013 Permit

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Trenching and Excavation Safety

Trenching and Excavation Safety 1.0 ACTIVITY DESCRIPTION 1.1 This document provides basic safety guidelines related to excavation and trenching in pipeline construction activities. These guidelines are applicable to the locating, marking

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

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

Supplementa. Standard

Supplementa. Standard Supplementa Oregon Standard Specifications For Construction January, 2006 SUPPLEMENTAL OREGON STANDARD SPECIFICATIONS FOR CONSTRUCTION JANUARY, 2006 These for Construction (Supplemental Specifications)

More information

CONCRETE SEGMENTAL RETAINING WALL SYSTEM

CONCRETE SEGMENTAL RETAINING WALL SYSTEM CONCRETE SEGMENTAL RETAINING WALL SYSTEM PART 1: GENERAL SPECIFICATIONS 1.01 Work Included A. Work shall consist of furnishing and constructing a Rockwood Classic 8 with PCS unit segmental retaining wall

More information

Purchase Order Addendum

Purchase Order Addendum [STANDARD TERMS AND CONDITIONS] Purchase Order Addendum This purchase order addendum sets forth the terms and conditions under which an offer is issued to the Seller by the Board of Regents of the University

More information

DIVISION 300 BASES SECTION 304 AGGREGATE BASE COURSE DESCRIPTION MATERIALS CONSTRUCTION REQUIREMENTS

DIVISION 300 BASES SECTION 304 AGGREGATE BASE COURSE DESCRIPTION MATERIALS CONSTRUCTION REQUIREMENTS 304.06 DIVISION 300 BASES SECTION 304 AGGREGATE BASE COURSE DESCRIPTION 304.01 This work consists of furnishing and placing one or more courses of aggregate and additives, if required, on a prepared subgrade.

More information

SECTION 311 PLACEMENT AND CONSTRUCTION OF CEMENT TREATED SUBGRADESOIL CEMENT BASE COURSE

SECTION 311 PLACEMENT AND CONSTRUCTION OF CEMENT TREATED SUBGRADESOIL CEMENT BASE COURSE PLACEMENT AND CONSTRUCTION OF CEMENT TREATED SUBGRADESOIL CEMENT BASE COURSE 311.1 DESCRIPTION: This item shall consist of a cement treated subgrade base course composed of a mixture of local soil, portland

More information

EXHIBIT 17 INSURANCE COVERAGE REQUIREMENTS

EXHIBIT 17 INSURANCE COVERAGE REQUIREMENTS EXHIBIT 17 INSURANCE COVERAGE REQUIREMENTS 1. Builder s Risk Insurance During Construction At all times during the period from the Operating Commencement Date until the last Service Commencement Date and

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

WESTERN OREGON UNIVERSITY PERSONAL/PROFESSIONAL SERVICES CONTRACT

WESTERN OREGON UNIVERSITY PERSONAL/PROFESSIONAL SERVICES CONTRACT WESTERN OREGON UNIVERSITY PERSONAL/PROFESSIONAL SERVICES CONTRACT This contract is between Western Oregon University, hereafter called INSTITUTION and, hereafter called CONTRACTOR. Institution s supervising

More information

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into

More information

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

More information

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

More information

PIPELINE AND UTILLITY PERMIT APPLICATION PACKET

PIPELINE AND UTILLITY PERMIT APPLICATION PACKET Orange County Drainage District 8081 Old Hwy 90 Orange, Texas 77630 Main Office (409) 745-3225 Fax (409) 745-3004 PIPELINE AND UTILLITY PERMIT APPLICATION PACKET Contact the Orange County Drainage District

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention: AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive

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

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

CHAPTER 10 - PERMIT PROCEDURES AND BONDING REQUIREMENTS

CHAPTER 10 - PERMIT PROCEDURES AND BONDING REQUIREMENTS CHAPTER 10 - PERMIT PROCEDURES AND BONDING REQUIREMENTS 10.1 APPLICATION REQUIREMENTS AND PROCEDURES 10.1.1 A permit shall be required for any construction or installation within the public right-of-way

More information

Division 2 Section 32 14 13.19 Section 02795

Division 2 Section 32 14 13.19 Section 02795 Note: The text must be edited to suit specific project requirements. It should be reviewed by a qualified civil or geotechnical engineer, or landscape architect familiar with the site conditions. Edit

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

SECTION 2 THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT GP2

SECTION 2 THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT GP2 SECTION 2 THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT GP2 SECTION 2 TABLE OF CONTENTS THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT - GP2 1. FORMATION OF CONTRACT.

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