CITY OF DALWORTHINGTON GARDENS

Size: px
Start display at page:

Download "CITY OF DALWORTHINGTON GARDENS"

Transcription

1 CITY OF DALWORTHINGTON GARDENS REQUEST FOR PROPOSAL CITY HALL BUILDING ROOF REPAIRS The City of Dalworthington Gardens, Texas is requesting cost proposals from qualified roofing contractors for the repair of the roof structure at the City Hall complex at 2600 Roosevelt Drive. The roof structure is comprised of three (3) different roofing materials asphalt shingles (approx. 1,270 square feet), metal roofing (approximately 5,500 square feet, and built-up (flat) roofing with a tar and gravel flood coat (approx. 7,000 square feet). Interested bidders are encouraged to make a site visit to inspect the condition of all of these roofing materials. The City Administrator, Ms. Sherry Roberts, should be contacted at (817) or (682) to schedule a site visit. All site visits shall be conducted between the hours of 1:00 P.M. and 4:00 P.M. and shall be made no later than three (3) business days prior to the bid opening. A roof ladder can be made available for use in accessing the roof. Five (5) pictures of the project site conditions have been made a part of this RFP for use by the prospective bidders. Bids will be received no later than 2:00 P.M. on February 15, At such time the bids will be opened and read aloud. Any bids received after 2:00 P.M. will not be accepted, and will not be opened. The bid envelope shall be made to the attention of Ms. Sherry Roberts, City Administrator, and shall be titled: Bid For City Hall Building Roof Repairs. Any questions regarding the project scope or other related issues shall be addressed to Ms. Sherry Roberts, City Administrator, at the above listed phone number(s) for review and responses or retrieved at All bid proposals will be reviewed by the City staff, and a contract award will be made within ten (10) calendar days after the bid opening. The City of Dalworthington Gardens reserves the right to reject any or all bids if the lowest acceptable bid is in excess of the budgeted amount for this work. Each bidder shall state in his/her proposal the number of calendar days required to complete the work after the Notice to Proceed is given by the City. The successful bidder will be required to execute Payment and Performance Bonds (see attached forms) in addition to the materials and workmanship warranties noted in the Scope of Work of this RFP.

2 SCOPE OF WORK The entire roof surface of the City Hall building and associated materials shall be removed and replaced to include sheeting ( deck). All roofing debris shall be removed daily to facilitate continued operation of City Hall at all times. All work shall be warranted for leaks repairs and associated damage for five ( 5) years from the date of the letter of final acceptance of the work by the City. All materials shall include a minimum of a 25- year manufacturer' s warranty. The following items describe the specific scope of the work required to be successfully completed by the Contractor: 1). Remove abandoned penetrations, antennas, and equipment identified by the City. 2). All gutters shall be removed for roof replacement, and all gutters shall be returned to their current placement with the exception of the interior mounted gutters. These shall be placed on the surface and not in the walls. 3). Replace all boots and repair all 3- box penetrations with the appropriate roof top application. 4). Replace all flashing and damaged wood at the roof edges ( barge board or cornice) and where gutter is mounted internal to the walls. 5). Replace any damaged roof top wood siding with concrete type siding, trim, and flashing. 6). Paint all applied vertical surfaces with structure- matched paint color. 7). All AC units shall be lifted as required to apply the roof material. The Contractor is required to return all AC units and appurtenances to the roof and in good operating condition and to the 2015 ICC Code. 8). All work is to be provided by the Contractor with no additional costs to the City with the exception of any damaged structural repair. 9). This scope shall be bid in its entirety accepting possible unknown conditions as work progresses. Any changes in conditions shall be brought to the attention of the City Administrator as soon as practicable for consultation and resolution.

3 JOB SITE CONDITIONS, The Contractor shall provide for the following conditions while working on the job site: 1). The entire City Hall complex shall remain occupied and operational at all times. 2). Necessary precautions shall be taken to prevent water penetration into the Any in this area shall be the responsibility of the Contractor. attic space. 3). All interior damage resulting from the roofing project shall be the responsibility of the Contractor to repair at no extra cost to the City, and to the satisfaction of the City Administrator. Examples are nail pops, rain damage, cracks that present themselves after the roofing is completed, paint or ceiling damage, etc. 4) All damage to the construction staging area shall be returned to its original or better condition than when the construction commenced. Example would be damage to grass, dirt, driveways, etc. The successful Contractor is urged to make a video of the site conditions prior to commencing construction and to provide a copy of such video to the City Administrator at the pre- construction conference for the project. 5). All debris, to include any material that falls into the attic space shall be removed by the Contractor and disposed of properly at no additional cost to the City. 6). All access to the site shall be made from the North and East sides of the structure to include roll off dumpster storage on the North side of the structure against the North wall. 7). The satellite dish( es) and antenna may require removal and replacement prior to construction. The Contractor shall coordinate this work effort with the City, and the City will be responsible for contacting the service provider for this actual removal and replacement of these items. 8). During the process of the Contractor' s site visit, should he/ she find conditions or other items that have not been specifically addressed in this RFP, the conditions or other items shall be listed and accounted for in the Contractor' s bid proposal.

4 ROOFING REPAIR SPECIFICATIONS The following is a listing of general roofing repair specifications for each roofing type at the City Hall building: FLAT ROOF: 1). New decking shall at a minimum consist of 3/ 4" roof decking material. 2). Insulation on the roof top shall consist of R25 as required by the energycode. 3). TPO rolled roofing shall be a minimum of 60 mil thickness. If possible, roofing shall be white in color. Minimum manufacturer's warranty of 25 years. Mechanically fasten and hot air weld at the seams per the manufacturer' s specifications. 4). The existing roof is a plywood deck with red rosin paper, built- up roofing with a tar and gravel flood coat. one ( 1) layer of 5). Vacuum the gravel from the roof and dispose of off- site. 6). Provide and install a 1" ISO insulation board; secure the board to th-e decking using plates and screws per the manufacturer's specifications. 7). Provide and install all necessary penetration flashings ( PVC boot flashings, vent flashings, penetration pockets, curbs, etc.). 8). Remove any obsolete penetrations such as pitch pans with plywood to fill holes as needed. and curbs. Cover 9). Provide and install large faced 24- gauge paint grip metal edge flashing at the perimeter. This will be a different profile than the existing, but terminate at the same depth. 10). Remove the existing Lennox HVAC unit that is resting on wood runners. Have a new curb adapter built, and reinstall Lennox unit as a down flow unit on the curb. Install all necessary penetrations and drainage for unit. Disconnect/ reconnect other units as necessary and bring the condensate lines up to the existing code.

5 PEAKED/ SLOPED ROOF: 1). All shingles and roof deck shall be removed and replaced. 2). Roof decking shall consist of a minimum 3/ 4" thickness. 3). Roofing material shall be a minimum 3- tab laminate shingles ( GAF Timberline HD or approved equal). Color to be chosen by the City Administrator. 4). Minimum manufacturer' s warranty of 25 years. 5). Remove existing shingles to existing decking. 6). Provide and install GAF Feltbuster underlayment or approved equal. 7). Provide and install double layer 3- tab shingles at ridges. 8). Provide an install metal drip edge where existing. Match existing color as closely as possible. METAL ROOF: 1). Metal roof shall be coated with elastomeric roof paint following manufacturer' s guidelines. 2). Minimum manufacturer' s warrant of 15 years. 3). Contractor shall identify metal roof material and verify compatibility of the proposed roof coating. 4). All rust, debris, and joints shall be repaired and sealed before the application of the roof coating. 5). All fasteners shall be tightened and/ or replaced in accordance with the manufacturer' s guidelines before the application of the roofing material. 6). Clean and prep the entire roof by high pressure washing_. 7). Apply rust primer to rusted areas. 8). Tighten and secure all loose bolts. r

6 ROOFING REPAIR SPECIFICATIONS ( continued) 9). Apply sealant to all bolts and flashing areas. 10). Apply elastomeric sealant to all seams.

7 City Hall Re Roof Project r r 7*4 s $ a r1r+a tan

8 a y rt 1 As you look at these pictures please observe the following items. Vegetation growing and rooted in substrate. Improper Drainage Boot decay resulting in leaking around the exhaust boots and penetrations that extend through the roof. AC units sitting on 4x4 wood supports. Piping and low voltage cables laying loose on the roof and unsecured. sub straight / roof decking. Numerous week or rotten areas allowing water penetration around windows, cedar siding.

9 ti. r, r J µ a re a" rl ray, a a, r I; 5.: i'. k t ti p. J+ r fig.:; 4 j...

10 f a. P t i A dt 8

11 won,, Mali,

12 STANDARD FORM OF CONSTRUCTION AGREEMENT STATE OF TEXAS COUNTY OF TARRANT THIS AGREEMENT, made and entered into this day of A. D. 20, by and between the City of Dalworthington Gardens of the County of Tarrant and State of Texas acting through its Mayor thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and County of and State of Party of the Second Part, hereinafter termed CONTRACTOR. of the City of OWNER and CONTRACTOR in consideration of the mutual covenants contained in this Agreement, agree as follows: ARTICLE 1. WORK. CONTRACTOR covenants and agrees to perform the Work in every detail, in a good and first-class workmanlike manner as specified and indicated in the Contract Documents, of which are incorporated in this Agreement in their entirety as if they were herein set out at length written word for word. The CONTRACTOR shall furnish all labor, materials, tools and equipment required to perform and complete the Work in strict accordance with these Contract Documents. The Work is described as follows: CITY HALL BUILDING ROOF REPAIRS ARTICLE 2. CONTRACT PRICE. OWNER agrees to pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, the prices shown in the bidder's proposal, which total the following amount: Dollars Agreement - 1 of 5

13 ARTICLE 3. CONTRACT TIME / LIQUIDATED DAMAGES. Unless otherwise stated in this Agreement, time shall be considered of the essence. a. When time is of the essence, the CONTRACTOR shall be liable for failure to deliver or delay in delivery occasioned by and including without limitation strikes, lock-outs, inability of obtaining material or shipping space, breakdowns, delays of carriers or suppliers, and pre- existing governmental acts and regulations of the Federal and State governments or any subdivision thereof,, unless such governmental acts and regulations affecting delivery could not be found, recognized, or discovered by due diligence on the part of the CONTRACTOR prior to submission of his/ her bid and City Council' s acceptance thereof. b. When time is not of the essence, this Agreement shall be inoperative during such period of time that aforesaid delivery or acceptance may be rendered impossible by reason of fire, strike, acts of God, or government regulation. Provided, however, to the extent that the CONTRACTOR has any commercially reasonable alternative method of performing this Contract by purchase on the market or otherwise, he/ she shall not be freed of his/ her obligation hereunder by this clause, even though the goods intended for this Contract were destroyed or their delivery delayed because of any event described above. As time is of the essence on this Contract, CONTRACTOR agrees to commence work under this Contract within ten ( 10) days from the date specified in the Notice to Proceed" and to totally complete the Work within consecutive days after the date specified in the" Notice to Proceed", subject to such calendar extensions of time as are indicated in the Special Provisions. The CONTRACTOR further agrees to pay as liquidated damages, the sum of for each calendar day that any work remains uncompleted after the time specified above or after any extensions of time as are provided in the Special Provisions. It is understood between the parties hereto that the sum of$ per day shall be treated as liquidated damages and not as a penalty, and the OWNER may withhold from the CONTRACTOR' s compensation such sums as liquidated damages. ARTICLE 4. PARTIAL PAYMENT. OWNER shall make payments to the CONTRACTOR in the following manner. On or about the first of each month, the OWNER, or the OWNER' s Authorized Agreement - 2 of 5

14 Representative, will make accurate estimates of the value, based on contract prices, of the work done and materials incorporated in the work and of materials suitably stored at the site during the preceding calendar month. The CONTRACTOR shall furnish to the OWNER, or the OWNER' s Representative, such detailed information as the OWNER may request to aid OWNER as a guide in the preparation of the monthly estimate. Within the following thirty( 30) days, OWNER shall make partial payments to the CONTRACTOR for work performed during the preceding calendar month as estimated by the OWNER or OWNER' s Representative. Ten percent( 10%) of each estimate shall be retained by the OWNER until final completion and acceptance of all work covered by the Contract for contracts less than four hundred thousand dollars ($ 400, 000). Upon completion and acceptance of all work in compliance with the Contract, the OWNER shall, within fourteen ( 14) days, pay the CONTRACTOR the balance due under the terms and conditions of the Contract. ARTICLE 5. DISCRIMINATION. The CONTRACTOR agrees, in connection with the performance of work under this Contract as follows: a. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, creed, color, sex, religion, national origin or ancestry. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion ortransfer, recruiting or recruitment, advertising, layoff, termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. b. The CONTRACTOR agrees to include this non- discrimination clause in any subcontracts connected with the performance of this Agreement. C. In the event of the CONTRACTOR' s non- compliance with the above non- discrimination clause, the Contract may be canceled or terminated by the OWNER. The CONTRACTOR may be declared by the OWNER to be ineligible for future contracts with the OWNER, until satisfactory proof of intent to comply shall be made by the CONTRACTOR. Agreement 3 of 5

15 ARTICLE 6. ENTIRE CONTRACT. This Contract and Agreement contains the entire understanding and agreement of the parties upon the subject matter hereof. There is no agreement, oral or otherwise, which is not set forth in writing as part of this Agreement or the Contract Documents. ARTICLE 7. MODIFICATION. This Contract cannot be modified except by a writing signed by both parties. ARTICLE 8. VARIABLES IN COST. The parties hereto assume and understand that the variables in the CONTRACTOR' s cost of performance may fluctuate; consequently, the parties hereto agree that any fluctuations in the CONTRACTOR' s costs will in no way alter the CONTRACTOR' s obligations under this Contract nor excuse nonperformance or delay on his/ her part. ARTICLE 9. VENUE. This Contract shall be governed by the laws of the State of Texas. ARTICLE 10. CONTRACT DOCUMENTS. Documents Listed. The Contract Documents, which comprise the entire agreement between OWNER and CONTRACTOR for the performance of and payment for the Work, consist of the following: 1) This Agreement 2) Request for Proposal ( RFP) 3) Bidder' s Proposal 4) Performance, Payment, and Maintenance Bonds Agreement - 4 of 5

16 IN TESTIMONY WHEREOF, the CITY OF DALWORTHINGTON GARDENS has caused this instrument to be signed in its corporate name, and on its behalf by its Mayor duly authorized to execute this instrument by the City Council and CONTRACTOR) a corporation acting by and through its duly authorized officials, thereby binding themselves for the faithful and full performance of the terms and provisions of this Agreement. City of Dalworthington OWNER Gardens CONTRACTOR By: By: Title: Mayor Title: ATTEST: ATTEST: a By: By: Title: Title: Agreement - 5 of 5

17 PERFORMANCE BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That, hereinafter called the Principal), as principal, and a corporation organized and existing under the laws of the State of with its principal office in the City of hereinafter called the Surety), as Surety, are held and firmly bound unto hereinafter called the Owner) in the amount of Dollars ($ for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of 20, to commence work and complete work within the time established in the AGREEMENT for City Hall Building Roof Repairs in the City of Dalworthington Gardens, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended by Acts of the 73rd Legislature, 1993, and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or the work performed thereunder, or the PB- 1

18 plans, specifications, or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 20 Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: P B- 2

19 PAYMENT BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That, hereinafter called the Principal), as principal, and a corporation organized and existing under the laws of the State of with its principal office in the City of hereinafter called the Surety), as Surety, are held and firmly bound unto hereinafter called the Owner) in the amount of Dollars ($ for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of 20, to commence work and complete work within the time established in the AGREEMENT for City Hall Building Roof Repairs in the City of Dalworthington Gardens, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended by Acts of the 73rd Legislature, 1993, and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. PB- 3

20 IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 20 Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB- 4

21 MAINTENANCE BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That referred to as " Contractor"), and as Principal ( hereinafter Surety ( hereinafter referred to as " Surety"), are held and firmly bound unto the CITY OF DALWORTHINGTON GARDENS, a municipal corporation, as Obligee, hereinafter referred to as " Owner"), in the amount of as Dollars for the payment of which Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally. Contractor has by written Agreement entered into a Contract with Owner for the: CITY HALL BUILDING ROOF REPAIRS dated the day of 20 which Contract is by reference made a part of this bond and is hereinafter referred to as the " Contract". Under the Contract, it is provided that the Contractor shall maintain and keep in good repair the work constructed or equipment furnished by it as contemplated by the plan drawings, specifications, and other Contract documents, and perform for a period of five ( 5 ) years from the date of acceptance as shown in the Letter of. Acceptance issued by the City Administrator or her authorized agent, or the date of Final Payment by the Owner if a separate Letter of Acceptance is not issued, all necessary repairs, reconstruction or replacement of any part of the work, and to furnish the labor and materials to make good and to repair any defective condition growing out of or on account of the breakage or failure of any substance or the improper function of any part of the construction work. The Contractor shall reimburse the Owner for the costs MB- 1

22 MAINTENANCE BOND (Continued) of all engineering and special services required to be furnished by the Owner which are directly attributable to the repair, reconstruction or replacement of the work. The maintenance under this bond contemplates the complete restoration of the work to a functional use if that should be necessary. It is the intended purpose of this bond to require the correction of all defective conditions resulting from materials furnished or work and labor performed by the Contractor under the Contract; and in case the Contractor or Surety shall fail or refuse to commence and actively pursue such corrections within ten ( 10) days after written notification has been furnished to them by the Owner, it is agreed that the Owner may do the work and supply such materials and the Contractor and Surety shall be liable for the payment of all costs thereby incurred, jointly and severally. THEREFORE, if the Contractor shall keep and perform its agreement to maintain the work and keep the same in good repair for the maintenance period as provided above, then this bond shall be null and void and have no further effect; but if default shall be made by the Contractor in the performance of its obligation to maintain and repair the work, then this bond shall have full force and effect and the Owner shall be entitled to recover from the Contractor and Surety, as provided in this bond. It is further understood and agreed that the obligation under this bond shall be a continuing one against the Contractor and Surety, and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted. It is further understood that the obligation to maintain the work shall continue throughout the maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during that time. The Owner shall be entitled to its reasonable attorneys' fees and costs in any legal proceeding to enforce the Owner' s rights under this bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument on this the day of 20 M B- 2

23 MAINTENANCE BOND (Continued) Principal) By Title Surety) By Title Address Address The name and address of the Resident Agent of Surety is: NOTE: Date of Maintenance Bond must not be prior to date of Contract. Power of Attorney must be attached. Amount and Term of Maintenance Bond shall be as stated in the Special Conditions". M B- 3

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) KNOW ALL MEN BY THESE PRESENTS: Bond Number: That ( OWNER ) and ( CONTRACTOR ), both as principals, hereinafter collectively

More information

BID: Escanaba WWTP Digester Roof Restoration

BID: Escanaba WWTP Digester Roof Restoration BID: Escanaba WWTP Digester Roof Restoration - 2018 TO BIDDERS: 1/6/2018 RFP OPENING: 1/30/2018 @ 2 pm EST ADVERTISED: 1/6/2018 INVITATIONS TO BID SENT TO: SEVEN (7) Independent Roofing & Siding 700 Stephenson

More information

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER This AGREEMENT made the Day day of MONTH in the year Two Thousand Fourteen BY AND BETWEEN CONSTRUCTOR, hereinafter called the, and the Board of Regents,

More information

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF PERFORMANCE BOND Surety Bond No. STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal, and Contractor Name & Address, as Surety, are hereby held and firmly bound unto Surety

More information

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) CITY OF PLACERVILLE PAVEMENT REHABILITATION PROJECT PROJECT NO. xxxx THIS AGREEMENT ( Agreement ) approved by the City Council this 26th day of June, in the year

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508) WEST BOYLSTON MUNICIPAL LIGHTING PLANT SECTION E AGREEMENT OPTION B THIS AGREEMENT, made this day of, 2015, by and between the party of the first part, the West Boylston Municipal Light Plant, hereinafter

More information

CITY OF RICHMOND PERFORMANCE BOND

CITY OF RICHMOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of,, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: ) SUBDIVISION IMPROVEMENT AGREEMENT Tract Map No.: (Date of Subdivision Map Recordation: ) THIS AGREEMENT is between the City of Fontana, a municipal corporation, County of San Bernardino, State of California

More information

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

More information

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO. CONTRACT DOCUMENTS & SPECIFICATIONS for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE in CITY OF FORT MORGAN, COLORADO June 30, 2010 Doug Linton Light and Power Superintendent LIGHT AND POWER DEPARTMENT

More information

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT RFP No. 757-2016B Page 1 of 8 FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT 2. Proponent Name of Proponent Usual Business Name of

More information

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No. CITY OF PETALUMA POST OFFICE Box 61 PETALUMA, CA 94953-0061 David Glass Mayor Chris Albertson Teresa Barrett Mike Healy GabeKeamey Dave King Kathy Miller C011ncilmembers ADDENDUM NO. 1 AIRPORT PREVENTIVE

More information

CONTRACT AND BOND FORMS FOR

CONTRACT AND BOND FORMS FOR CONTRACT AND BOND FORMS FOR RPL-5948(064) & RPSTPLE-5948(077) On Sunland Drive from the intersection with U.S. 395 north approximately 3.8 miles to the intersection with West Line Street (U.S. 168) APRIL

More information

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018 Control 6325-60-001 Project RMC - 632560001 Highway IH0035 County TRAVIS Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

SECTION AGREEMENT

SECTION AGREEMENT SECTION 00500 - TABLE OF CONTENTS Section Pages Work... 00500-1 Engineer... 00500-1 Contract Times... 00500-1 Contract Price... 00500-2 Payment Procedures... 00500-2 Interest... 00500-3 Contractor's Representations...

More information

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

F O R M OF P R O P O S A L

F O R M OF P R O P O S A L 1 F O R M OF P R O P O S A L Ready Hall Addition Wake Technical Community College SCO ID #16-15897-02A Contract: General Construction Bidder: Date: The undersigned, as bidder, hereby declares that the

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

Guidelines for Submittals for Land Disturbance Permits

Guidelines for Submittals for Land Disturbance Permits Guidelines for Submittals for Land Disturbance Permits A Land Disturbance Permit (LDP) is a local permit required by the City of Shawnee for any land disturbance occurring in a given area. "Land Disturbance"

More information

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510) Newark Unified School District 5715 Musick Ave., Newark, California 94560 Telephone (510) 818-4115; FAX (510) 797-6913 Dave Marken, Superintendent of Schools Elaine Neilsen, Chief Business Official November

More information

AGREEMENT FOR COMMISSION OF PUBLIC ART WORK

AGREEMENT FOR COMMISSION OF PUBLIC ART WORK AGREEMENT FOR COMMISSION OF PUBLIC ART WORK THIS AGREEMENT, dated January 31, 2019, is made between The Texas A&M University System, an agency of the State of Texas, hereinafter called "TAMUS," and Resa

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

LAND IMPROVEMENT AGREEMENT

LAND IMPROVEMENT AGREEMENT LAND IMPROVEMENT AGREEMENT PM # ASP # DR # ADDRESS # THIS AGREEMENT made and entered into this day of, 20, by and between the City of Fontana, hereinafter call City and hereinafter called Applicant. WITNESSETH:

More information

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C. PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT

More information

NORTH TEXAS MUNICIPAL WATER DISTRICT

NORTH TEXAS MUNICIPAL WATER DISTRICT NORTH TEXAS MUNICIPAL WATER DISTRICT Official Bid Supplemental Information for Annual Contract Purchase of Water and Wastewater Chemicals BIDS DUE BEFORE 2:00 P. M. 4/12/2017 INCLUDED: 1. General Conditions

More information

CONSTRUCTION GUARANTEE AGREEMENT

CONSTRUCTION GUARANTEE AGREEMENT CONSTRUCTION GUARANTEE AGREEMENT THIS AGREEMENT is made and entered into as of this day of, 20, by and between, whose address is, hereinafter referred to as Developer, and the Town of Fraser, a municipal

More information

SAMPLE SERVICING AGREEMENT. THIS AGREEMENT made in duplicate this day of, 20, Between:

SAMPLE SERVICING AGREEMENT. THIS AGREEMENT made in duplicate this day of, 20, Between: ROAD CONSTRUCTION AGREEMENT THIS AGREEMENT made in duplicate this day of, 20, Between: the of, Address:, Saskatchewan, S, a corporate municipality in the Province of Saskatchewan (hereinafter called the

More information

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA THIS ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT ( AGREEMENT ) is made and entered into for the above-stated

More information

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA ADDENDUM NO. 3 OCTOBER 1, 2018 SUMMARY OF SPECIFICATION MODIFICATIONS

More information

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF CONTRACT BETWEEN THE CITY OF JACKSONVILLE AND REPUBLIC SERVICES OF FLORIDA, LIMITED PARTNERSHIP d/b/a SOUTHLAND RECYCLING SERVICES FOR RECEIPT, PROCESSING AND SALE OF RESIDENTIAL RECYCLING MATERIALS THIS

More information

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and EXHIBIT WARRANTY BOND ITEMS MDX PROCUREMENT/CONTRACT NO.: Bond No.: KNOW ALL PERSONS BY THESE PRESENTS: That we, (Name) of (Address), hereinafter called Principal, and (Name) of (Address), hereinafter

More information

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

AGREEMENT FOR PROFESSIONAL SERVICES Contract No. AGREEMENT FOR PROFESSIONAL SERVICES Contract No. This AGREEMENT FOR PROFESSIONAL SERVICES ( AGREEMENT ) is made and entered into effective as of the day of, 20, by and between the CITY OF ALHAMBRA, a charter

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada (702) Fax(702) TDD(800)

CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada (702) Fax(702) TDD(800) CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada 89030 (702)633-1200 Fax(702)649-4696 TDD(800)326-6868 SUBDIVISION OFF-SITE IMPROVEMENTS AGREEMENT EXHIBIT "A"

More information

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED) MS-944 03-13 PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES A. DEPOSIT OF PROPOSALS. (WHEN EXECUTED) INSTRUCTIONS TO BIDDERS) All envelopes containing Bid proposals shall Troy Borough, Bradford County be

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

Administrative Report

Administrative Report ITEM NO 8 Administrative Report Council Action Date: April 14, 2015 To: From: Subject: MAYOR AND CITY COUNCIL Mike Goodson, City Manager RESOLUTION No. 7710 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY

More information

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS Sections 38-26-105 and 38-26-106, CRS 1973, as amended, shall apply to all grants that require the contracting (or subcontracting) for construction

More information

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018 CERTIFICATE OF DEVELOPMENT CONFORMANCE Per UDO Section 340-90, the submittal andd acceptance of a Certificate of Development Conformanc ce (CDC) shall be a prerequisitee to the approval of a Final Plat

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME 2018 Seal MS-944 (7-09) PROPOSAL AND CONTRACT ( WHEN EXECUTED ) INSTRUCTIONS ON PAGE 4 THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS A. DEPOSIT OF PROPOSALS. All envelopes containing Bid proposals shall

More information

Coastal Carolina University Ingle Residence Hall Renovations

Coastal Carolina University Ingle Residence Hall Renovations Project Manual Coastal Carolina University Ingle Residence Hall Renovations OSE Project No. H17-9613-FW Construction Documents October 25, 2018 1009 Anna Knapp Blvd. Suite #202 Mount Pleasant, SC 29464

More information

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP: OFFICE USE ONLY: PERMIT NO. CITY OF OLATHE LAND DISTURBANCE PERMIT APPLICATION DEVELOPMENT-PLAT NAME: PROPERTY LOCATION: RELATED OLATHE PERMIT #: Please type or print. ESTIMATED DATE OF START OF CONSTRUCTION:

More information

CONSTRUCTION LICENSE AGREEMENT

CONSTRUCTION LICENSE AGREEMENT CONSTRUCTION LICENSE AGREEMENT This Construction License Agreement (this 11 Agreement") is made and entered into as of, 2013 (the "Effective Date 11 ) by and between (a) the City of Los Angeles ("City''),

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING City of Des Peres Department of Public Works 12325 Manchester Road Des Peres, MO 63131 February 2016 INVITATION FOR BIDS Sealed bids for the Street

More information

Home Foundation Subcontractor Services Agreement

Home Foundation Subcontractor Services Agreement Home Foundation Subcontractor Services Agreement This Packet Includes: 1. General Information 2. Instructions and Checklist 3. Step-by-Step Instructions 4. Home Foundation Subcontractor Services Agreement

More information

APPROVED FOR THE CITY ENGINEER BY BOND CONTROL

APPROVED FOR THE CITY ENGINEER BY BOND CONTROL APPROVED FOR THE BOND CONTROL CITY ENGINEER BY City of Los Angeles DEPARTMENT OF PUBLIC WORKS 4397946 Office of the City Engineer Si JRETT S BOND NO.' WEST LA District/Division Design Office Council District

More information

CITY OF ENID RIGHT-OF-WAY AGREEMENT

CITY OF ENID RIGHT-OF-WAY AGREEMENT CITY OF ENID RIGHT-OF-WAY AGREEMENT This Right-of-Way Agreement ( Agreement ) is entered into by and between the City of Enid, an Oklahoma Municipal Corporation, hereinafter referred to as City, and hereinafter

More information

CITY OF GIG HARBOR MAINTENANCE BOND for ENCROACHMENT PERMIT City Project EN #: Surety Bond No.: DATE POSTED: PROJECT COMPLETION DATE:

CITY OF GIG HARBOR MAINTENANCE BOND for ENCROACHMENT PERMIT City Project EN #: Surety Bond No.: DATE POSTED: PROJECT COMPLETION DATE: CITY OF GIG HARBOR MAINTENANCE BOND for ENCROACHMENT PERMIT City Project EN #: Surety Bond No.: DATE POSTED: PROJECT COMPLETION DATE: RE: Owner/Developer/Contractor: Project Address: KNOW ALL PERSONS BY

More information

The Electrical Contractor s Guarantee Bond Regulations, 1988

The Electrical Contractor s Guarantee Bond Regulations, 1988 1 The Electrical Contractor s Guarantee Bond Regulations, 1988 being Chapter E-7.2 Reg 1 (effective July 8, 1988). NOTE: This consolidation is not official. Amendments have been incorporated for convenience

More information

APPENDIX V ESCROW BOND AGREEMENT

APPENDIX V ESCROW BOND AGREEMENT TO: APPENDIX V ESCROW BOND AGREEMENT SANDY SUBURBAN IMPROVEMENT DISTRICT DATE OF MAKING: SUBDIVISION NAME: We, the undersigned, hereinafter called Developer and, a state or federally chartered financial

More information

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $ ASPHALT PAVING - 2014 17 TO BE COMPLETED BY TENDERER TENDER SUBMISSION CHECK LIST: Tender Submitted By: Date: (name of Company) Total Tender Bid $ Bid Bond $ or Certified Cheque $ Addendum(s)* to, inclusive

More information

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) SUMMARY PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Time of Completion

More information

Landscaping Surety. All Required Materials Shall Meet Minimum Specifications! Types of Surety. Surety Materials to Submit

Landscaping Surety. All Required Materials Shall Meet Minimum Specifications! Types of Surety. Surety Materials to Submit OWENSBORO METROPOLITAN PLANNING COMMISSION Landscaping Surety L2 04/14 Article 17 of the Zoning Ordinance requires landscaping for particular types of development. Refer to OMPC Form L1 or Article 17.

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road The Corporation of The TENDER #PW 2016-02 Resurfacing Name of Firm or Individual Address Telephone and Fax Number Email Address Name of Person Signing for Firm Position of Person Signing for Firm TENDERS

More information

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist 270 North Clark Street Powell, Wyoming 82435 (307) 754-5106 FAX (307) 754-5385 June 21, 2018 SUBJECT: Refuse Containers To Whom It May Concern: This letter is your notification of the City of Powell's

More information

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C. PROPOSAL BOND FOR DESIGN-BUILD PROJECTS Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT By

More information

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM Yurok Tribe Planning and Community Development Klamath, California Yurok Justice Center Bid Documents THE PROJECT AND THE PARTIES 1.1 TO: A. Owner: Yurok Indian Tribe EXHIBIT B: BID FORM 1.2 SUBMITTED

More information

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER (11-08) PROPOSAL AND CONTRACT FOR EQUIPMENT AND/OR MATERIALS ONLY * INSTRUCTIONS ON PAGE 3 (THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS) A. DEPOSIT OF PROPOSALS.. 1. All envelopes containing Bid proposals

More information

NON-STANDARD SERVICE CONTRACT

NON-STANDARD SERVICE CONTRACT NON-STANDARD SERVICE CONTRACT THE STATE OF TEXAS COUNTY OF THIS CONTRACT is made and entered into by and between, hereinafter referred to as "Developer", and Talty Water Supply Corporation, hereinafter

More information

Facility Crossing Agreement

Facility Crossing Agreement THIS AGREEMENT is made and effective as of the day of, 20. BETWEEN ( Grantor ) (hereinafter and in Schedules A, B & C referred to as the Grantor) and ( Grantee ) (hereinafter and in Schedules A, B & C

More information

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 FIFTH STREET, N.W. WASHINGTON, D.C FLINT FQ18064

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 FIFTH STREET, N.W. WASHINGTON, D.C FLINT FQ18064 Serial Number: IFB FQ18064/GG Date of Issue: April 13, 2018 IFB Due Date: May 23, 2018 May 3, 2018 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 FIFTH STREET, N.W. WASHINGTON, D.C. 20001 AMENDMENT

More information

PERFORMANCE AND BOND AGREEMENT

PERFORMANCE AND BOND AGREEMENT Bond No. File No. 13039 PERFORMANCE AND BOND AGREEMENT THIS AGREEMENT, is entered into this day of, 2014 *******PARTIES******* "APPLICANT": NAME: Wasatch School District ADDRESS: 101 E 200 N, Heber City,

More information

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS All property owners on record with Tooele County MUST be listed as Applicants. They must each sign and have

More information

FORM A: BID (See B9)

FORM A: BID (See B9) Bid Opportunity No. 571-2015 Addendum 1 Page 1 of 12 FORM A: BID (See B9) 1. Contract Title SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT

More information

00400 BID FORMS AND SUPPLEMENTS

00400 BID FORMS AND SUPPLEMENTS 00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440

More information

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST All permits require: Completed Application Plan Set Traffic Control Plan Copy of GV contractor's license (when applicable) List of subcontractors with

More information

NAPA SANITATION DISTRICT

NAPA SANITATION DISTRICT IMPROVEMENT AGREEMENT SANITARY SEWER IMPROVEMENTS NAPA CREEK CONDOMINIUMS THIS AGREEMENT is made as of this day of, 20 by and between NCCH 103 Napa, LP, a Delaware limited partnership (" DEVELOPER ) and

More information

Effective 08/01/2005 1/6

Effective 08/01/2005 1/6 STANDARD CLAUSES FOR ROCKLAND COUNTY PURCHASE ORDERS The parties to the attached purchase order, or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

REVISED CODE LIEN WAIVER AGREEMENT R E C I T A L S

REVISED CODE LIEN WAIVER AGREEMENT R E C I T A L S REVISED CODE LIEN WAIVER AGREEMENT THIS REVISED CODE LIEN WAIVER AGREEMENT ("Agreement") made and entered into, 20 by and between the City of St. Petersburg, Florida, a municipal corporation, ("City"),

More information

Table of Contents SE-310, Invitation for Construction Services... 1

Table of Contents SE-310, Invitation for Construction Services... 1 TABLE OF CONTENTS PROJECT NAME: SCC Sustainable Agriculture Building PROJECT NUMBER: SCC2018-01 SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction Services... 1 AIA A701-1997

More information

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages BIDDING & CONTRACT DOCUMENTS INVITATION TO BID 2 pages BID PROPOSAL & BID FORM 2 pages BIDDERS INFORMATION.. 3 pages AGREEMENT 4 pages SPECIFICATION 1 page LABOR & MATERIALS 4 pages PERFORMANCE BOND 4

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18016 Environmental Services Building Renovations 2641 Old Flowery Branch Road Gainesville, GA 30504 (Per Attached Specifications) Proposal Release:

More information

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C.

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C. SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE

More information

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C. PAYMENT BOND FOR DESIGN-BUILD PROJECTS Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT By

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

OHIO DEPARTMENT OF TRANSPORTATION

OHIO DEPARTMENT OF TRANSPORTATION OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 WEST BROAD STREET, COLUMBUS, OHIO 43223 TED STRICKLAND, GOVERNOR JAMES G. BEASLEY, P.E., P.S., DIRECTOR April 24, 2008 2610 CRESCENTVILLE RD WEST

More information

Warehouse Agreement. WHEREAS, Warehouse Operator is in the business of warehousing and storing goods; and

Warehouse Agreement. WHEREAS, Warehouse Operator is in the business of warehousing and storing goods; and Warehouse Agreement This Warehouse Agreement, dated as of [DATE] (this Agreement ), is entered into between [WAREHOUSE OPERATOR NAME], a [STATE OF ORGANIZATION] [TYPE OF ENTITY] ( Warehouse Operator )

More information

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT FIRST INDEMNITY OF AMERICA INSURANCE COMPANY Agreement Number: Execution Date: Click here to enter text. Click here to enter text. INDEMNITY AGREEMENT DEFINITIONS: Surety: First Indemnity of America Insurance

More information

E&S PERFORMANCE BOND

E&S PERFORMANCE BOND E&S PERFORMANCE BOND BETWEEN _ (Surety) AND THE NEW KENT COUNTY, VIRGINIA BOARD OF SUPERVISORS DATE: TAX MAP NO. OR SUBDIVISION NAME: AMOUNT OF SECURITY: BOND NUMBER: Prepared 10/01/2012 NEW KENT COUNTY

More information

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions Contract No.: FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender. DOCUMENTS INCLUDED IN CONTRACT Special Provisions

More information

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner. ADDENDUM No. 1 Project: Carpet Replacement South Ripley Elementary Versailles, Indiana Project No: 1839.01 Date: October 12, 2018 This addendum is a part of the bid documents. Acknowledge receipt on the

More information

CITY OF THOUSAND OAKS PUBLIC WORKS DEPARTMENT SPECIFICATIONS / ADDITIONAL CONDITIONS FOR ENCROACHMENT PERMITS. Encroachment Permit # Project #

CITY OF THOUSAND OAKS PUBLIC WORKS DEPARTMENT SPECIFICATIONS / ADDITIONAL CONDITIONS FOR ENCROACHMENT PERMITS. Encroachment Permit # Project # CITY OF THOUSAND OAKS PUBLIC WORKS DEPARTMENT SPECIFICATIONS / ADDITIONAL CONDITIONS FOR ENCROACHMENT PERMITS Encroachment Permit # Project # Applicant/Applicant Signature City Inspector City Drawing #

More information

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act No. (the Bond ) Bond Amount $ (name of the contractor*) as a principal, hereinafter [collectively] called the Contractor, and, THE

More information

EXHIBIT CONSTRUCTION CONTRACT BOND

EXHIBIT CONSTRUCTION CONTRACT BOND Bond Number: Bond Number: EXHIBIT CONSTRUCTION CONTRACT BOND This Agreement made the day of, 20, between, a corporation organized and existing under the laws of the State of Florida, with its principal

More information

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color 1 Page SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color TABLE OF CONTENTS Call for Bids... Section I Bid Proposal... Section II Instructions to Bidders... Section III

More information

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 003-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications always

More information

Note: Text in red identifies and/or explains information that requires editing for each individual agreement as applicable.

Note: Text in red identifies and/or explains information that requires editing for each individual agreement as applicable. Note: Text in red identifies and/or explains information that requires editing for each individual agreement as applicable. STATE OF NORTH CAROLINA COUNTY OF LICENSE AGREEMENT THIS LICENSE AGREEMENT (

More information