CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "CITY OF GAINESVILLE REQUEST FOR PROPOSAL"

Transcription

1 CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No Environmental Services Building Renovations 2641 Old Flowery Branch Road Gainesville, GA (Per Attached Specifications) Proposal Release: November 22, 2017 Proposal Questions Deadline: Proposal Due Date: November 30, December 14, 2:00pm Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Dept. of Water Resources SW Dept. of Water Resources SW 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA Gainesville, GA 30501

2 City of Gainesville Request for Proposal PROPOSAL No Environmental Services Building Renovations Sealed Proposals will be received by the City of Gainesville, Purchasing Department, 757 Queen City Parkway SW, Gainesville, GA until 2:00 PM., December 14, 2017, for the Renovation of Environmental Services Building. OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Proposals to provide Renovation of Environmental Services Building for Water Resources Department. The City desires to purchase Renovation of Environmental Services Building. List first available work List if available to work on weekends Bid bonds in the amount of not less than 5% of the base proposal must be submitted with each bid. Failure to supply bond will force your proposal to be declared nonresponsive. The successful bidder shall provide a 100% Payment and a 100% Performance Bond at the signing of the contract. Failure to supply bonds will result in default of contract. PROPOSAL CORRESPONDENT Upon Release of this Proposal, all vendor communications concerning this acquisition must be directed to the Purchasing Department correspondent listed below: Tammy Grier City of Gainesville Dept. of Water Resources 757 Queen City Parkway SW, Gainesville, GA Phone: FAX: tgrier@gainesville.org

3 Unauthorized contact regarding the Proposal with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the Proposal correspondent. PROPOSAL QUESTIONS All questions must be submitted in writing to the Proposal correspondent named above. Questions must be received by 10:00 a.m., November 30, A list of questions and answers will be provided to all know Proposers and by request. Requests may be made to the Proposal correspondent named above. PROPOSAL RESPONSE DATE AND LOCATION The Dept. of Water Resources Purchasing Department must receive the vendors Proposal in a sealed envelope, in its entirety, not later than 2:00 PM Eastern Standard Time in Gainesville, Georgia on December 14, Proposals arriving after the deadline will be returned unopened to their senders. All Proposals and accompanying documentation will become the property of the City of Gainesville and may not be returned. One (1) original and (2) copies of this Proposal must be submitted to allow for evaluation. Proposals must be clearly marked on the outside of the package: Renovation of Environmental Services Building Vendors assume the risk of the method of dispatch chosen. The City of Gainesville assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Proposal receipt. Late Proposals will not be accepted nor will additional time be granted to any vendor. Proposals may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Proposal Schedule: Proposal Release: November 22, 2017 Proposal Questions Deadline: Proposal Due Date: Anticipated Award Date: November 30, :00 AM December 14, :00 PM EST December 15, 2017 (subject to final Proposal review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the City of Gainesville. The City of Gainesville reserves the right to waive any technicalities and to reject or accept any Proposal in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the City of Gainesville. Award may be made by item number or in total. Determination of best response to Proposal will be the sole judgment of the City of Gainesville. Proposals shall remain valid for ninety days for the date of Proposal opening. PROPOSAL REJECTION The City of Gainesville reserves the right to reject any or all Proposals at any time without penalty. MODIFICATION OF PROPOSALS

4 Any clerical mistake that is patently obvious on the face of the Proposal may, subject to the limitations described below, be corrected upon written request and verification submitted by the Proposers. A nonmaterial omission in a Proposal may be corrected if the Purchasing Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Proposal opening: (1) Price Information; and (2) Any required Insurance WITHDRAWAL OF PROPOSALS Proposals may be withdrawn at any time prior to the Proposal opening. After Proposals have been publicly opened, withdrawal of a Proposal shall be based upon the following: The Proposers shall give notice in writing of his claim of right to withdraw his Proposal due to an error within two business days after the conclusion of the Proposal opening procedure. Proposals may be withdrawn from consideration if the price is substantially lower than the other Proposals due solely to a mistake therein, provided the Proposal was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Proposal, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Proposal sought to be withdrawn. The Proposers original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Proposal. If a Proposal is withdrawn under the authority of this provision, the lowest remaining responsive Proposal shall be deemed to be the low Proposal. PROPOSER S RESPONSIBILITY When determining whether a Proposer is responsible, or when evaluating a Proposal, the following factors may be considered, any one of which will suffice to determine whether a Proposers is responsible or the Proposal is the most advantageous to the City: The ability, capacity and skill of the Proposers to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Proposers. Whether the Proposers can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Proposers failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Proposer, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Proposers with laws relating to the contract or service. Evidence of collusion with any other Proposers, in which case colluding Proposers will be restricted from submitting further Proposals on the subject project or future Proposals, for a period not less than three years.

5 The Proposers has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Proposers shall affirmatively disclose to the City all such convictions, especially of management personnel or the Proposers as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Proposers will be unable, financially or otherwise, to perform the work. At the time of the Proposal opening, the Proposer is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City. A BID BOND in the amount of five percent (5%) of the total base bid shall accompany each Bid submitted. The Bid Bond shall be prepared on the Bid Bond form attached to the Contract Documents or a Surety Company's Standard Bid Bond, duly executed by the Bidder as principal and having as Surety thereon a surety company licensed to do business in the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570. THE SUCCESSFUL Bidder for this Contract will be required to furnish a satisfactory, complete Performance Bond and Payment Bond each in the amount of one hundred percent of the Bid and liability insurances per Section Insurance Requirements. RESPONSIVENESS TO RFP The Proposal shall include sufficient information and details to evaluate the responsiveness to the RFP and the clarity of the proposal follows the Request for Proposal. The Proposal includes the procedures and products being proposed to complete the Work. Answers should be complete, and must include and correspond to the questions in the RFP. In addition, the Proposer shall submit sufficient manufacturer's data to support the selection of materials being proposed. NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the City of Gainesville. PROPRIETARY PROPOSAL MATERIAL Any information contained in the Proposal that is proprietary will be neither accepted nor honored. All information contained in this Proposal is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the City of Gainesville. Selection or rejection of a response does not affect his right.

6 NO OBLIGATION TO BUY The City of Gainesville reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Proposal does not compel the City of Gainesville to purchase. COST OF PREPARING PROPOSALS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Proposals and demonstrations submitted in response to this Proposal. NUMBER OF PROPOSAL COPIES REQUIRED Vendors are to submit (3) copies- (1) original Proposal and (2) copies. PROPOSAL AWARD AND EXECUTION The City will select the Proposal that, in its sole discretion, is the most responsive and responsible Proposal to the City. The City reserves the right to make any award without further discussion of the Proposal submitted; there may be no best and final offer procedure. Therefore, the Proposal should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the City of Gainesville based on the vendor s Proposal and an increase or reduction of services with the manufacturer may be negotiated before Proposal award and execution. The vendor to be awarded the Proposal/RFP must fill out the vendor packet if they haven t already done so. If they refuse then we will move to the next lowest, etc. At the conclusion of the selection process, the vendor to be awarded the Proposal will be given a specific time limit, date, to complete the vendor packet and also be notified that failure to complete the packet by the stated date, the vendor will be deemed unresponsive and the next lowest Proposer will awarded the Proposal/RFP. LOCAL VENDOR PREFERENCE Local Vendor means a Proposer or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the City of Gainesville, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, Proposals, Proposal or contracts over $20,000 and less than $150,000. The local vendor may be given an opportunity to match the lowest price Proposal, if the quotation or Proposal of the local vendor is within 3% of the lowest price Proposal by a nonlocal vendor. In the event a local vendor matches the lowest price Proposal, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Proposal of more than one local vendor is within 3% of the lowest overall price Proposal of a non-local vendor, the local vendor with the lowest Proposal will be given the first opportunity to match the lowest overall price Proposal. If this local vendor declines to match the price Proposal, then the local vendor with the next lowest Proposal within 3% will be given the opportunity to match the lowest Proposal. This process will continue with all local vendors having Proposal within 3% of the lowest overall Proposal by a non-local vendor.

7 Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A or 32-4). PROPOSAL REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Proposer to demonstrate within their Proposals how each requirement will be satisfied. All Proposals must meet the specification as outlined in this Proposal. The City reserves the right to investigate the qualifications and experience of the Proposers, or to obtain new Proposals. Proposals not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Proposal become public information upon opening the Proposals. Interested firms must follow the process outlined in the following pages in submitting their Proposal. THE WORK will be awarded in one Contract. The following criteria, not listed in order of importance, will be used to evaluate Proposals. Award Method: Project Price 40% Past Satisfactory Experience 20% Responsiveness to RFP 20% Reference Input 20% Proposer Requirements Proposer must have five years of continuous experience. Proposer must provide evidence, satisfactory to the City, of the following insurance requirements: o Owner requires the Contractor to have and maintain the following insurance coverage and indemnification provisions with the City of Gainesville named as an additional insured hereunder. o The Contractor agrees to provide and maintain insurance coverage until the contract is completed and to furnish certificates from its insurance carriers showing that it carries insurance in the following minimum limits: Bodily Injury by Accident: $100,000 each accident $1,000,000 per occurrence limit Comprehensive General Liability: $1,000,000 per occurrence Automobile Liability: Workers Compensation $1,000,000 per occurrence for bodily injury $1,000,000 per occurrence for property damage Statutory Limits

8 o Proof of Insurance The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Such certificates shall also contain substantially the following statement: The insurance covered by this certificate will not be cancelled or materially altered, except after thirty (30) days written notice has been received by the Owner. A BID BOND in the amount of five percent (5%) of the total base bid shall accompany each Bid submitted. The Bid Bond shall be prepared on the Bid Bond form attached to the Contract Documents or a Surety Company's Standard Bid Bond, duly executed by the Bidder as principal and having as Surety thereon a surety company licensed to do business in the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570. THE SUCCESSFUL Bidder for this Contract will be required to Furnish a satisfactory, complete Performance Bond and Payment Bond each in the amount of one hundred percent of the Bid and liability insurances per Section Insurance Requirements. REFERENCES: Contractor shall include a brief Company biography to include: Number of years in service Number of current full-time employees Number of clients of similar size currently being serviced Contractor shall include a list of at least six current references with address, name of contact and tel. number. Product Requirements The following specifications are provided as a minimal requirement only. The City will consider any product that meets or exceeds the minimum requirements. Proposers shall provide information regarding the proposed product for evaluation by the City.

9 A. Renovation of Environmental Services Building 1. Includes all labor and materials and applicable insurance for demolition and renovations of two office spaces, the retrofit of existing lighting to LED lighting and replacement of flooring in carpeted areas. The carpeted areas will have new carpet installed in all office space and verner laminate flooring installed in the main hallway. Refer to attachment A for Specifications and Plans for Building Renovations. Any measurements will be the vendor s responsibility. Please state whether your company will be available to work on weekends on this project. Location: 2641 Old Flowery Branch Road Gainesville, GA For Site visit, please contact the following: Horace Gee, hgee@gainesville.org Brooks Corley, bcorley@gainesville.org Brian, bwiley@gainesville.org

10 City of Gainesville REQUEST FOR PROPOSAL Proposal No Renovation of Environmental Services Building Proposal Certification Proposers must return the following certification with their Proposals. With my signature, I certify that I am authorized to commit my firm to the Proposal and that they information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Proposal upon the City s request. Proposers Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone Fax Address Notary Public Commission Expires:

11 City of Gainesville REQUEST FOR PROPOSAL Proposal No Renovation of Environmental Services Building Proposal Certification This form must be completed and signed for Proposal to be considered. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA Gainesville, GA Proposal Response: Renovation of Environmental Services Building Price: $ LED Lighting Upgrades Interior Only Price: $ LED Lighting Upgrades Exterior Only Price: $ Demolition and Construction Office Space Price: $ Flooring to Include (New Carpet and Laminate Flooring in Hallway) Total Bid Price $ Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness (Name of Company) By: (Person authorized to sign binding contract) Title: Notary Public Commission Expires Attest: (Officer of Company if Corporation) Title:

12 Contractor Affidavit under O.C.G.A (b)(1) By executing this affidavit, the undersigned, who is the duly elected/appointed <insert title> of, <name of entity> the contractor, and is duly authorized to make this Affidavit on behalf of the contractor, verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of City of Gainesville, Georgia has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A (b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on,, 2017 in (city), (state). Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF,2017. NOTARY PUBLIC My Commission Expires:

13 STATE OF GEORGIA BOND NO. COUNTY OF HALL Know ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter known as "Contractor", and we,, as Surety, are held and firmly bound unto the City of Gainesville, hereinafter called the "Owner", in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said Contractor has entered into a certain Contract Agreement with said Owner, dated, 20, for the Project known as: Environmental Services Building Renovations City of Gainesville, Gainesville, Georgia hereinafter called the "Contract", which Contract Agreement and the Contract Documents for said Work shall be deemed a part hereof as fully if set out herein. NOW, THEREFORE, the condition of this obligation is such, that if said Contractor and all subcontractors to whom any portion of the Work provided for in said Contract Agreement is sublet and all assignees of said Contractor and of such subcontractors shall promptly make payments to all persons supplying them with labor, products, services, or supplies for or in the prosecution of the Work provided for in such Contract Agreement, or in any amendment or extension of or addition to said Contract Agreement, and for the payment of reasonable attorney's fees, incurred by the claimant in suits on this Bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this Bond is subject to the following conditions and limitations: (a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the prosecution of the Work provided for in said Contract Agreement shall have a direct right of action against the Contractor and Surety on this Bond, which right of action shall be asserted in proceeding, instituted in the county in which the Work provided for in said Contract Agreement is to be performed or in any county in which Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the name of the claimant or claimants for its use and benefit against said Contractor and Surety or either party, but not later than one (1) year after the final settlement of said Contract Agreement, in which action such claim or claims shall be adjudicated and judgement rendered thereon. (b) (c) The Principal and Surety hereby designate and appoint the, as the agent of each party to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. In no event shall the Surety be liable for a greater sum than the penalty of this Bond, or subject to any suit, action or proceedings thereon that is instituted later than one (1) year after the final settlement of said Contractor Agreement.

14 (d) This Bond is given pursuant to and in accordance with provisions of O.C.G.A. Section et. seq. and et. seq. hereinafter, and all the provisions of law referring to this character of Bond as set forth in said Sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extend as if set out herein full.

15 IN WITNESS WHEREOF, the said Contractor has hereunder affixed its signature and seal, and said Surety has hereunto caused to be affixed its corporate signature and seal, by it duly authorized officers, on this day of, 20 executed in six counterparts. CONTRACTOR Principal: (SEAL) BY: NAME: (Please Print) TITLE: ATTEST: NAME: (Please Print) TITLE: Note: Attestation for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a notary. SURETY: CONTACT: ADDRESS: PHONE: BY: NAME (Please Print) TITLE (SEAL) WITNESS: NAME: (Please Print) TITLE: Note: Surety companies executing Bond must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located.

16 This Contract Agreement made and entered into the day of, 2017_, by and between the City of Gainesville, Georgia, a municipal corporation located in the County of Hall of the State of Georgia, (hereinafter referred to as Owner) and (hereinafter referred to as Contractor). WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: That the Contractor will furnish all products, tools, construction equipment, skill and labor of every description necessary to carry out and to complete the Work in a good and workmanlike manner for the construction of the Project known as: Environmental Services Building Renovations and will complete the Work in strict conformity with the Drawings and the Specifications, which together with the Bid made by the Contractor, the Invitation to Bid, Instructions to Bidders, General, Supplementary, and Special Conditions, Performance and Payment Bonds, all Addenda, and any additional documents, agreements, terms and conditions specifically noted in the Table of Contents of the Contract Documents provided the bidders, are incorporated herein and form essential parts of this Contract Agreement, as if fully contained herein. That the Contractor shall commence the Work to be performed under this Contract Agreement on a date to be specified in a written Notice to Proceed and shall fully complete the Work, hereunder, within XXX consecutive calendar days, which includes the allowance of inclement weather days as described in Section , General Conditions, Article 30. If inclement weather days exceed the estimate calculated under Section , General Conditions, the additional days shall be added to the total number of calendar days to complete the Work. Time is of the essence and is an essential element of this Contract, and the Contractor shall pay to the Owner, not as a penalty, but as liquidated damages, the sum of # Dollars ($0.00) for each calendar day that there is default of completing the Work within the time limit named herein. If the Contractor abandons the Contract before commencement of the Work or defaults in completion of all the Work after commencement thereof, the Contractor shall be liable for such liquidated damages. These fixed liquidated damages are not established as a penalty but are calculated and agreed upon in advance by the Owner and the Contractor due to the uncertainty and impossibility of making a determination as to the actual and consequential damages incurred by the Owner and the general public of the City of Gainesville, Hall County, Georgia as a result of the failure on the part of the Contractor to complete the Work on time. Such liquidated damages referred to herein are intended to be and are cumulative and shall be in addition to every other remedy now or hereafter enforceable at law, in equity, by statute, or under the Contract. The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract Agreement, subject to additions and deductions as provided in the Specifications and Bid, in lawful money of the United States of America, the sum of Dollars ($ ) which sum shall also pay for loss or damage arising out of the nature of the Work aforesaid, or from the action of the elements, or from unforeseen obstructions or difficulties encountered in the prosecution of the Work, and for all expenses incurred by, or in consequence of the Work, its suspension or discontinuance by Owner and without default by Contractor, and for well and faithfully completing the Work and the whole thereof, as herein provided, and for replacing defective work or products for periods of time after completion as specified under various warranty and guarantee sections in the Contract Documents. The Owner shall make monthly partial payments to the Contractor in accordance with the provisions of the Contract Documents. Final payment on account of this Contract Agreement shall be made within thirty (30) days after completion by the Contractor of all Work covered by this Contract Agreement and the acceptance of such Work by the Owner, in accordance with the provisions of the Contract Documents.

17 It is further mutually agreed between the parties hereto that if, at any time after the execution of this Contract Agreement and the surety bonds hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the performance of the Work, the Contractor shall, at no additional expense to the Owner, within five days after the receipt of notice from the Owner to do so, furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Contract Agreement until such new or additional security for the faithful performance of the Work shall be furnished in manner and form satisfactory to the Owner. IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement under their respective seals on the day and date first above written in three counterparts each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract.

18 APPROVED TO FORM BEFORE EXECUTION: By: Abbott S. Hayes, Jr., Attorney for the Owner OWNER: CITY OF GAINESVILLE, GEORGIA By: Name: Bryan Lackey Title: City Manager WITNESS: By: Name: Denise Jordan (SEAL) Title: City Clerk CONTRACTOR: By: Name: (Please Print) Title: ATTEST: By: Name: Title: (Please Print) (SEAL) Note: If the Contractor is a corporation, the Contract Agreement shall be signed by the president or vice president, attested by the secretary and the corporate seal affixed. If the Contractor is a partnership, the Contract Agreement shall be signed in the partnership name by one of the partners, with indication that he or she is a general partner.

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

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

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

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

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

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

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

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

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

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

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

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

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

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

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

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

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

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

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

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. 143-128.1C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. Any contract entered into between a private developer and a contractor

More information

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds. Invitation to Bid Bridge #101 over Snake Creek New Bridge Construction Mayes County, Oklahoma NBI No. 07190, County Bid No. BR101SNAKE PROJECT DESCRIPTION: Mayes County will be accepting lump sum bids

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

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

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

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

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

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS SECTION TITLE F G H General Information About the RFP General Instructions for Offerors General Conditions for Offerors 18 SECTION

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

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

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

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

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: September 28, 2018 Bid Number: 19-20, 19-21 and 19-22 The City of Sikeston is soliciting bids for the demolition and disposal of 315

More information

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520) City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL

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

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

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

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No. SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile

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

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

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA SPECIFICATIONS for CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove for CITY OF FOREST PARK, GEORGIA Department of Public Works Authorized by CITY OF FOREST PARK MAYOR AND COUNCIL CORINE

More information

LEGAL NOTICE - ADVERTISEMENT FOR BID

LEGAL NOTICE - ADVERTISEMENT FOR BID LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All

More information

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion SECTION B FORM OF PROPOSAL Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion TO: FROM: St. Johns County School Board Office of the Director for Facilities and New

More information

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT This Deposit Agreement Guaranteeing Site Plan Improvements with Letter of Credit (the Agreement ) is made and entered into as

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA Request for Proposal (RFP) For Patrol Rifles Bid Proposals due no later than 4:00 PM, Wednesday, August 20, 2014 at the County Council

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

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

Public Notice Advertisement for Bids

Public Notice Advertisement for Bids Public Notice Advertisement for Bids Sealed bids for the purchase of multiple self-contained breathing apparatus (SCBA) and related equipment for the Fire Department will be received by the City of Bucyrus

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

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

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

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

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m. NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the DISTRICT of San Bernardino County, California, acting by and through its Governing Board, will receive sealed bids for the award of a contract for:

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

these specifications shall be made based on this statement.

these specifications shall be made based on this statement. The Town of Front Royal invites the submission of sealed bids from qualified Contractors, licensed to work in Virginia, capable of satisfying the Town's needs, in accordance with the enclosed scope of

More information

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0303-1, Sports Photography This procurement

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

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date. INVITATION TO BID The Arlington Heights Park District will receive sealed bids for: PURCHASE OF TWO ZERO- TURN LAWN MOWERS at the Park District office at 410 N. Arlington Heights Road, until 11:00 AM on

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

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

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

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS AFFIDAVIT OF NON-COLLUSION CERTIFICATION OF COMPLIANCE

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS 375-040-55 Page 1 of 7 1. SERVICES AND PERFORMANCE Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s)

More information

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO. 05-12/13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE 1 TABLE OF CONTENTS ITEM DESCRIPTION PAGE NUMBER INVITATION-TO-BID 3 SCOPE OF

More information

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016 TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016 Ordinance-to amend and reenact Chapter 30 (Finance & Taxation), Article VIII (Fiscal Procedures), Division 2 (Procurement), of the Herndon Town Code,

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

Proposal must provide warranty for all material and construction. See the specifications on the building.

Proposal must provide warranty for all material and construction. See the specifications on the building. 1 INTRODUCTION: Oklahoma Turnpike Authority 3500 Martin Luther King Ave. Oklahoma City. OK 73111 Invitation to Bid To Provide & Erect Three (3) Metal Buildings To House Front End Loaders Turner Turnpike

More information

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD PARTIES: PUBLIC UTILITY DISTRICT No. 1 of SKAMANIA COUNTY, WASHINGTON, a Washington municipal corporation, hereinafter called PUD, and [Name] a [State

More information

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR THIS AGREEMENT (hereafter Agreement) is made by and between the County of Santa Barbara, a political subdivision of the State of California (hereafter COUNTY)

More information

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST Specifications for UPGRADE TRAFFIC SIGNAL CONTROLLERS PLAN NO. 1198 FOR USE IN CONNECTION WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION BID OPENING MARCH 31, 2016 10:00

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL: DEPARTMENT OF PUBLIC WORKS Road Division Dana S. Hertfelder Director 345 West 7th Street Merced, CA 95340 Phone: (209) 385-7601 Fax: (209) 722-7690 www.co.merced.ca.us Equal Opportunity Employer ADDENDUM

More information

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1023 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 INVITATION TO BID Carpet Cleaning Service for Statesboro Bulloch County Parks and Recreation Department Sealed bids

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER TOWN OF LABRADOR CITY FORM OF TENDER TLC-13-18 RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER 1. The undersigned bidder has carefully examined the proposed project and all conditions

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

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT This Deposit Agreement for Maintenance of Site Plan Improvements with Letter of Credit (the Agreement ) is made and entered

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).

More information

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016 San Francisco Unified School District Facilities Design & Construction Project CUPCCAA PROJECT 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016 555 Franklin Street San Francisco,

More information

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1000 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE

More information

DATE: June 7,

DATE: June 7, M E M O R A N D U M TO: FROM: Prospective Bidders Johnna M. Allen, Purchasing Director RE: Request for Bid - #024-16 DATE: June 7, 2016 ---------------------------------------------------------------------------------------------------------------------

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

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. SERVICES & DELIVERABLES. Seller agrees to provide to CORTEC PRECISION SHEETMETAL (or its subsidiaries, if such subsidiaries are designated as the contracting parties

More information

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND Contract Number Draft CVEA Professional Services Agreement INDEX SECTION 1. SCOPE OF SERVICES...1 SECTION

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

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

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/ Antelope Valley College District Business Services - Purchasing and Contract Services 3041 W. Avenue K Lancaster, CA 93536-5426 661-722-6310 purchasing@avc.edu REQUEST FOR BIDS FOR RFB # AVC2016/2017-16

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

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park

More information

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS SEALED PROPOSALS for Proposed Sidewalk construction at various locations throughout the Village of Allegany, NY will be received at the office of

More information

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE Book No. BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS

More information

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School THIS AGREEMENT made this day of, 2013 between the Milford School District, a New Hampshire school district having a usual place of business

More information

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112 KNOW ALL MEN BY THESE PRESENTS: BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112 That we, as Principal, whose

More information