All other provisions of the contract documents, plans and specifications shall remain unchanged.



Similar documents
PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

BID BOND CITY OF EAST POINT, GEORGIA

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

ARTICLE 11. INSURANCE AND BONDS

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address

Sewage Sludge Utilization Performance Bond

CSA CONSTRUCTION, INC McAllister Road Houston, Texas SUBCONTRACTOR AGREEMENT

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

RONALD WASTEWATER DISTRICT LINDEN AVENUE NORTH - P.O. BOX SHORELINE WA (206)

S U R E T Y P E R F O R M A N C E B O N D. U.S. Environmental Protection Agency Underground Injection Control Financial Responsibility Requirement

corporation with its principal place of business in the City of

corporation with its principal place of business in the City of

NOTICE TO POTENTIAL BIDDERS

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Payment Bond U.S. Department of Housing OMB Approval No and Urban Development (Exp. 00/00/00) Office of Housing

Expedited Dispute Resolution Bond (P3 Form)

Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds

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

AIA Document A310 TM 2010

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

SECTION AWARD AND EXECUTION OF CONTRACT

INDEPENDENT CONTRACTORS AGREEMENT

This page left blank intentionally

CONSTRUCTION AGREEMENT FOR

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

STANDARD CONTRACT EXECUTION FORMS

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

ADVERTISEMENT FOR BIDDERS

INSTRUCTIONS TO BIDDERS

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #

QSP INFORMATION AT A GLANCE

Construction Performance Bond. THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of. Sample Preview CONTRACTOR: Address

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

SECTION PERFORMANCE BOND., hereinafter called PRINCIPAL, and

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

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

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

NC General Statutes - Chapter 44A Article 3 1

INSTRUCTIONS TO BIDDERS

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

Section IX. Annex to the Particular Conditions - Contract Forms

DIVISION 1 - GENERAL REQUIREMENTS SECTION SPECIAL PROVISIONS

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

COUNTY OF TANEY, MISSOURI

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

MAINTENANCE AND PERFORMANCE BONDS

Contract for Capital Purchase N [reference of the COMPANY]

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

GENERAL INSTRUCTIONS AND REQUIREMENTS

Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.

DIVISION OF BANKING 1511 Pontiac Avenue, Bldg Cranston, Rhode Island UNIFORM DEBT-MANAGEMENT SERVICES ACT BOND

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

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

Request for Proposals BUILDING DEMOLITION SERVICES

Department of Purchasing & Contract Compliance

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

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

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

Department of Purchasing & Contract Compliance

CONTRACTOR S BID FOR PUBLIC WORK FORM 96. PART I (To be completed for all bids. Please type or print)

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

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

NOTICE OF BOND SALE $30,000,000 FLORIDA GULF COAST UNIVERSITY FINANCING CORPORATION

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR

R: RESOLUTION APPOINTING RISK MANAGEMENT CONSULTANT

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

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

How To Bid On A Building Project In San Jose

1. Technical Offer Submission Sheet

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

Performance Bond. Business):

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES

Vorpahl Wing Securities, Inc. Assets Management Agreement

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100

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

Kentucky Department of Education Version of Document A

Payment Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Transcription:

B. Supplementary Conditions a. Reference Page CS-5, Section 11.0 Insurance, Section C3.3-11 Insurance Item c.7: Delete paragraph and replace with the following: Environmental Impairment Liability Coverage must be provided, in lieu of a Warranty Bond, in the limits of $5,000,000 per occurrence and $5,000,000 annual aggregate. The Environmental Impairment Liability (EIL) must contain coverage for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The EIL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. EIL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s). C. Part D Special Conditions a. Reference Page SC-54, STORM WATER POLLUTION PREVENTION PLAN (SWPPP): Delete last two sentences and replace with the following: The Contractor will be required to develop and comply with a SWPPP during construction. TECHNICAL REQUIREMENTS: A1-4. 01510 TEMPORARY FACILITIES A. Reference Page 01510-2, Item 2.06 A.: Delete paragraph and replace with the following: Furnish a temporary field office for Contractor's use. The type and size of field office shall be at the discretion of the Contractor. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. END OF ADDENDUM NO. 1 RECEIPT ACKNOWLEDGED: By: Company: Addendum No. 1 A1-2 WTR-2010-200051

ATTACHMENT 1 PROPOSAL

PROPOSAL TO: MR. THOMAS HIGGINS Interim City Manager Fort Worth, Texas FOR: DIGESTER SLUDGE REMOVAL, TREATMENT AND DISPOSAL PROJECT AT RIVERSIDE WASTEWATER TREATMENT PLANT City Project No.: WTR-2010-200051 Pursuant to the foregoing Notice to Bidders, the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Contractor must be pre-qualified in accordance with the project-sponsoring Department of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance, and Payment Bonds approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 1

1 2

1 3

1 1 See Pricing Commitment Letter dated March 29, 2011 from Republic Services, Inc. (Appendix B) 4

5

Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. As a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder understands that the basis of award for this project will be based on the Total Amount of Base Bid Items (Items 1 through 27), as provided herein. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable) A. The principal place of business of our company is in the State of a. Nonresident bidders in the State of, our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 6

I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the forgoing bid: Addendum No. 1 (Initials) Respectfully submitted, By: Title: Company: Address: (Seal) Date: 7