Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
|
|
- Buck Doyle
- 8 years ago
- Views:
Transcription
1 Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation is requesting proposals from qualified offerers interested in providing Schneider Business Park Signs Design Build Services. Written proposals will be received by the City of Cibolo, Texas, at the office of the City Secretary in City Hall, 200 South Main Street, Cibolo, Texas SUBMITTAL & TIME: Thursday, May 21, 2015, no later than 2:00 p.m. The proposal should be mailed or hand delivered to: Peggy Cimics, City Secretary City of Cibolo, Texas 200 South Main Street Cibolo, Texas, All proposals must be received on or before the above date and time in the Office of the City Secretary at City Hall, 200 South Main Street, Cibolo, Texas Any proposal received after the stated time will be returned unopened. Copies of the specifications may be procured without charge from the City Secretary or the Economic Development Director s Office. All questions regarding this RFP should be referred to Mark Luft, Economic Development Director at (210) , ext The City of Cibolo reserves the right to reject any or all proposals and waive irregularities. Cibolo Economic Development Corporation Mark Luft Economic Development Director
2 INTRODUCTION Request For Proposal Schneider Business Park Signs Design Build Services The Cibolo Economic Development Corporation (CEDC) desires to enter into a contract with a firm that can provide a design and construction services for the purpose of performing sign design and construction services and other related services for the Corporation. The CEDC intends to use these services in order to obtain an entrance sign specifically for the Schneider Business Park located at the intersection of FM 1103 at Guadalupe Drive and budget permitting a second sign located at FM 1103 at Schneider Drive is also being desired if at all possible. I. PROPOSAL REQUEST. The City of Cibolo Economic Development Corporation, hereinafter referred to as CEDC is requesting proposals from sign design and construction firms, hereinafter referred to as the Contractor or Sign contractor for the purpose of entering into a contract to provide sign design services, and to construct the final sign design. The CEDC intends to award the Schneider Park Sign Design build Agreement, hereinafter referred to as Agreement, to the Contractor submitting the most responsive proposal to provide sign design and construction services required by the CEDC. All responses to this Request for Proposal (RFP) must comply with all conditions of this RFP and the CEDC procurement processes. This RFP has been prepared by the City staff with the best available knowledge on sign design and construction. Admittedly, the City staff may have limited knowledge in this field of design and construction of business park signs. Therefore, the RFP is structured so that the expert sign contractor will be responsible for both design and construction. If a potential Contractor has alternatives to the proposal herein which will help the design and construction process, please submit these alternative ideas with the technical proposal and the City will review and consider all alternatives. If requested, the City may conduct a voluntary pre-proposal meeting with interested offerors approximately one (1) week prior to the proposed submission date. II. PROPOSAL EVALUATION AND SELECTION. All proposals will be evaluated on the following basis (all topics are as presented in the text of the proposal):
3 A. Proposal Evaluation. All technical proposals will be evaluated by the City based on the following criteria. The exact basis or weight of each factor is shown below: 1. Capacity and capability of the Contractor Team to design the Industrial park Signs, including structural and geotechnical considerations, and the ability of the firm to complete the construction satisfactorily, including field crews, engineers, construction capabilities, etc. in a timely manner in order to meet the schedules herein. This item includes the contractor s abilities to satisfactorily design and build various information signs of this magnitude, secure necessary bonding and insurance, and complete construction within the suggested time schedule as specified in the RFP. 30% 2. Qualifications/competence of the Contractor to perform Sign design and construction, including experience in design of sign and lighting, engineering of steel, wind loads, structural, geotechnical, etc., site work, concrete foundations, working with metal, design orientation, and other related duties, etc. Performance of the firm with previous clients based on quality of work, ability to meet schedules and responsiveness to clients & past experience in the Cibolo area. 3. Cost Proposal for sign design & construction services 30% 40% The Cost Proposal will be used in the evaluation of the Contractor, especially for construction cost. The Cost Proposal will also be used as the basis for the Fee Schedule for the negotiated Agreement of the selected Contractor. B. Interviews. Interviews may be held with any or all of the firms submitting proposals, as determined in the best interest of the City. III. INSTRUCTIONS TO OFFERORS. A. SUBMITTING PROPOSALS 1. Sealed proposals will be received in the City Secretary s Office, 200 South Main Street, Cibolo, Texas 78108, in accordance with the Advertisement. Offerors
4 shall use the proposal form included with the scope of work. Proposal forms must bear the signature of the offeror to be considered. Failure of the offerors to complete the attached documents in accordance with all instructions provided is cause for the Cibolo Economic Development Corporation to reject proposals. 2. Proposals must be submitted in a sealed envelope with the outside marked: PROPOSAL FOR SCHNEIDER BUSINESS PARK SIGNS DESIGN BUILD SERVICES 3. Request for Amendments All amendments to this Request for Proposal deemed necessary between issuance of the Request for Proposals and the proposal submission deadline will be distributed in writing to all recipients of the original RFP. If an amendment requires a time extension, the proposal submission date will be changed as part of the written amendment. 4. Proposal Evaluation- The Selection Committee will review each proposal. Points will be allocated as outlined in the evaluation criteria of this RFP to determine the best responsible proposal. Negotiations may be conducted with the responsible offerer who submits the proposal deemed to be the most qualified and highest ranked response to this RFP. The Cibolo Economic Development Corporation (CEDC) reserves the right to accept proposals in their entirety or portions thereof, and to reject any or all proposals and to wave any irregularity or formality. 5. It is agreed that proposals accepted by the CEDC shall be valid for a period of one hundred twenty (120) days following the date of the proposal opening. 6. Proposals may be withdrawn upon receipt of written request, prior to scheduled deadline for the purpose of making any corrections and/or changes. Such corrections must be properly identified and signed or initialed by the bidder. Resubmitting must be prior to scheduled deadline for consideration. 7. Any questions or clarifications regarding this proposal must be submitted to Mark Luft, Economic Development Director at (210) , ext 3118 in writing to coordinate a response no later than fourteen (14) days prior to the proposed submittal date. All clarifications will be issued in written format. No oral changes shall take place during and conversations. No proposal conference is scheduled for this project. B. TERM OF AGREEMENT The term of the Agreement shall be from the date of written notification of award of proposal, including design, construction and warranty phases.
5 C. AWARD OF CONTRACT The Cibolo Economic Development Corporation may award to the Contractor whose proposal is deemed to be in the best interest of the CEDC. The CEDC reserves the right to waive any and all irregularities in proposals and to reject any or all proposals or portions thereof. D. PAYMENT Payment shall be based on the Contractor s invoices for work satisfactorily completed, the CEDC s approval of those invoices, the Contract amount(s) stated in the Agreement, and the Contractor s Cost Proposal as submitted as part of the RFP response. The CEDC request that invoices not be submitted more frequently than on a monthly basis. Payment for satisfactorily completed services will be made within fifteen (15) days upon CEDC s certifications that all vendors have been paid completely and that all contract terms have been met. E. INSURANCE The successful Contractor shall obtain and provide written Certificate of Insurance to the Cibolo Economic Development Corporation (CEDC) of the following insurance coverage s: General Liability as follows: Premises, operations, explosions and collapse hazard, underground hazard, contractual insurance, products with complete operations, broad form property damage, independent contractors and personal injury. The limits of liability shall be no less than $1,000,000 combined single limits for bodily injury and property damage. Automobile Liability as follows: Owned, hired and non-owned vehicles. The limits of liability shall be no less than $1,000,000 combined single limit bodily injury and property damage. Errors and Omissions Insurance may be required on specific design projects with the amount of insurance commensurate with the size and nature of the Project. However, these insurance requirements will be negotiated with the approved Contractor at the time a work order is made. The CEDC shall be named as an additional insured on all of the above. The CEDC may require subcontractors to provide similar amounts of insurance coverage. Workers Compensation is required along with the Texas statutory employer s liability limits regardless of number of employees.
6 IV. SCOPE OF WORK A. INTRODUCTION. The CEDC is requesting proposals for Design Build Services to construct Industrial Park Signs. The various locations of the signs are noted on the attached map. B. SITE LOCATIONS & DESCRIPTIONS OF THE SIGNS. It is the desire of the CEDC to design and build a monument sign located at the intersection of Guadalupe Drive at FM 1103 to announce the entrance and budget permitting a second monument sign located at the intersection of Schneider at FM C. CITY RESPONSIBILITIES ON THE SITES. 1. The City will assist with activities necessary to acquire access to all of the sites and will issue permits at no cost related to the City s jurisdiction for permits needed to construct the signs. 2. The City will be responsible for periodic inspections of the work, timely building permit issuance and inspections, and coordination of details as necessary with the Contractor. D. DESIGN PHASE. A primary goal of the sign design phase (and construction phase) is to build a permanent improvement with a minimum lifetime expectancy exceeding 20 years for the sign foundation, letters and structural components; and a minimum lifetime expectancy of 10 years for the exterior finish. The Sign Contractor must specify materials and components in the design phase to meet or exceed these goals for length of service of the improvement. The Contractor will complete the design of the sign and create construction plans. During the Design Phase, the Contractor will submit stamped shop drawings for review by the City. City officials will be available at all times to expedite the design process and minimize the time required to complete design. The construction plans will detail each location, the Base Sign, foundation height to bottom of the letters, and foundation and details. The Design Phase shall include drawings and written details including specific materials and quantities to be used in the planned construction, sufficient to make an application for a city sign building permit. The Contractor will provide advice on the proposed conceptual drawings, the proposed size of sign face and lettering size after review of sign sight distances, etc. Sample lettering may need to be provided to determine correct lettering size prior to the final letters being manufactured. The Contractor will also provide advice on the backing material for each sign. The City request a cost quote as alternate option for each sign
7 to contain a graffiti proof face. The Sign Contractor will provide advice and final design recommendations for the Business Park Information Signs. E. CONSTRUCTION PHASE. At least 10 calendar days prior to the start of the construction, the Contractor must provide the City with Performance and Payment Bonds. The Contractor must also provide a Certificate of Insurance in appropriate amounts as required by the City Attorney, based on the final construction cost estimate. The insurance coverage amounts stated in Section III E. above will need to be adjusted for the Construction Phase. The Performance Bond, Payment Bond and Certificate of insurance must be submitted and approved by the City prior to starting construction. The contractor will be responsible for construction of all the details of the Business Park Signs, including materials, labor and all other costs, according to the approved construction drawings. The City will be responsible for periodic inspections of the work, timely building permit issuance and inspections, and coordination of details as necessary with the Contractor. Removal of the old Sign The City shall be responsible for removing and the disposing of the existing sign. However the Contractor will be required to advise the City should the foundation base remain and be reused or should the base be removed as well. F. WARRANTY PHASE. An estimate for the completion of the design and finished construction of all signs is approximately 2 months. Following completion of construction, a Warranty Phase will continue for one year for the Contractor to make any necessary adjustments or modifications to the signs as required by the Cibolo Economic Development Corporation. Payment for repairs during the warranty phase due to negligent construction or design will be the responsibility of the Contractor.
8 V. TECHNICAL PROPOSAL CONTENT. Each Technical Proposal must contain the following as a minimum: 1. Name, address, and telephone number. 2. A list of the Contractor team, including a description of experience, professional designations, areas of competence and areas of special expertise for each team member. 3. Descriptions of at least five Sign Design and/or Construction Service Projects with dates, locations, and names and telephone numbers of contact persons. Also, please provide a list of three references on the firm not including those listed above. Please provide at least 2 design references and 2 construction references. 4. Business location where the work will be performed. 5. List all sub-contractors (if any), including addresses, qualifications and areas of responsibility. All Engineers should be named including registration information. 6. A statement of items to be provided as required in Section IV (Scope of Work) of this RFP. Include any exceptions or items the Contractor will not be able to provide, and a narrative description of steps routinely taken and procedures routinely used to provide cost-effective design and construction services. 7. A statement of the Contractor s ability to meet the time schedules recommended herein, or an alternative schedule to achieve the same goals. Also, statement on the length of time required to complete a.) the design of each sign; b.) construction of sign; or if not determinable, a statement that every effort will be made to meet the reasonable time requirements of the Cibolo Economic Development Corporation for the sign design and construction. 8. If all of the above services are not provided, the exceptions should be noted in the Technical Proposal. VI. PROPOSAL REQUIREMENTS. 1. The maximum length for a response proposal should not exceed 20 pages, not including the cost proposal. Please limit all resumes to one page per resume. 2. Please submit eight (8) copies of the proposal.
9 VII. COST PROPOSAL CONTENT. Cost will be used as a factor in the evaluation procedures. The Fee Schedule (Cost Proposal) should be submitted at the end of the proposal. The Cost Proposal will be used as a basis for the Agreement. Each Fee Schedule must contain the following information as a minimum: 1. Lump Sum Cost for Sign Design Phase for each Sign. Including Geotechnical Design costs in the Lump Sum. 2. Lump Sum Cost Estimate for site Work for the Signs. 3. Lump Sum Cost Estimate to furnish all materials and labor to fabricate and manufacture the finished Sign(s) on site. 4. Charges for any miscellaneous item such as copying, rental of special equipment, etc. which are not included in the cost proposal lump sum items 1, 2, 3 and 4 on the cost proposal sheet. 5. The City intends to use the exact lump sum cost for item # 1 above on the Agreement. The City will use the cost for # 2, # 3 and # 4 above as cost estimates to be used as not to exceed upper limit cost for completion of the construction. 6. Payments to the Contractor will not exceed the total estimated cost for the contractor work program, pursuant to the negotiated contract amount. A contingency amount will be included in the Agreement, but not to be expended or charged against by the Contractor, unless approved in advance by the Cibolo Economic Development Corporation in writing, in the event of unforeseen circumstances and expenses, which may arise during the project, as determined by the Cibolo Economic Development Corporation.
10 SCHNEIDER BUSINESS PARK SIGNS COST PROPOSAL FORM Name of Firm: of Firm: City:, State:, Zip Code: Telephone Number: Fax Number: Date: 1. Lump Sum Cost for Sign Design Phase for one (1) Sign Main Entrance Design Sign Located at the Intersection of Guadalupe FM 1103 Amount $ 2. Lump Sum Cost Estimate to furnish all materials and labor to fabricate and manufacture one (1) sign on site, including construction at work site. Main Entrance Sign Located at the Intersection of Guadalupe FM 1103 Amount $ Alternate Bid (1.): Main Entrance Design Sign Located at the Intersection FM 1103 Amount $ Alternate Bid (2.): 3. Lump Sum Cost Estimate to furnish all materials and labor to fabricate and manufacture one (1) sign on site, including construction at work site. Main Entrance Sign Located at the Intersection of FM 1103 Amount $ Alternate Bid (3): CEDC is requesting submittals for Way-Finding signage at various sites which will be located in the business park for a total of two (2) to be installed within the
11 City Right of Way. In addition the CEDC is considering two (2) additional for the Central Business District Please provide unit price for each sign turnkey for frame: Amount $ Please provide unit price for each sign for the individual business to be place on the frame above: Amount $
12 SCHNEIDER BUSINESS PARK SIGNS DESIGN BUILD SERVICES AUTHORIZTION TO: The Cibolo Economic Development Corporation Date: Proposal of ; (Company Name) A.) A Corporation under the laws of the State of ; B.) A partnership consisting of ; or C.) An individual trading as. The undersigned offerer, pursuant to the foregoing Request for Proposals, has carefully examined the instructions to Offerers, this proposal form and the Detailed Specifications. Company Name BY: Type or Print Name Telephone Number City State Zip NOTE: TO BE VALID, BID MUST BE SIGNED. THE SIGNATURE OF A CORPORATION IS ITS PRESIDENT, OR AN AUTHORIZED REPRESENTATIVE. A SIGNATURE OF A PARTNERSHIP MUST BE A VALID PARTNER OR AUTHORIZED REPRESENTATIVE.
13 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) and (2) hereinafter called PRINCIPAL and (3) of, State of, hereinafter called the SURITY, are held and firmly bound unto (4) Cibolo Economic Development Corporation, Cibolo, Texas, a Texas municipal corporation, Guadalupe County, Texas, hereinafter called OWNER, in the sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, personal representatives, and successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Owner, dated the day of, 2015, a copy of which is hereto attached and made a part hereof for the construction of: Schneider Business Park Signs Design Build Services NOW, THEREFORE, if the principal shall will, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract. And shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void otherwise to remain in full force and effect. PROVIDED, FURTHER< that the said Surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alterations, or addition to these terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed as an original, this the day of, 2015.
14 ATTEST: Principal Principal Secretary (SEAL) Witness as to Principal By: Surety By: Attorney in Fact ATTEST: (Surety) Secretary (SEAL) Witness as to Surety Note: Date of Bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A corporation, a partnership, or an individual as case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is partnership, all partners should execute Bond. SIGNED AND SEALED ON, (Contractor-Principal) By:
15 In presence of: APPROVED AS TO FORM: (Title) (SURETY) Attorney for Owner COUNTERSIGNED: Surety s Authorized Texas
16 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (I), a (2), hereinafter called Principal, and (3) of, State of, hereinafter called the Surety, are held firmly bound unto (4) City of Cibolo, Texas and Cibolo Economic Development Corporation municipal corporation, Guadalupe County, Texas, hereinafter called Owner, in the sum of Dollars ($ ) in lawful money of the United States, for payment of which sum will and truly to be made, we bind ourselves, our heirs, executor, administrators, personal representatives, and successors and assigns, jointly and severally, firmly by theses presents. THE CONDISTIONS OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Owner, dated the day of, 2015 a copy of which is hereto attached and made a part hereof for the construction of: Schneider Business Park Signs Build Services NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including, but not limited to, all amounts due for labor and materials consumed or used in connection with the construction of such work, and all insurance premiums on said subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way 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 or to the specifications. PROVIDER, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this the day of, 2015.
17 ATTEST: Principal Principal Secretary (SEAL) By: Witness as to Principal Surety ATTEST: Attorney-in-Fact (Surety) Secretary (SEAL) Witness as to Surety NOTE: Date of Bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A corporation, partnership, or individual, as case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is partnership, all partners should execute Bond. This bond is issued simultaneously with Performance Bond in favor of contracting agency for the faithful performance of the contract.
SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and
SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name
More information#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
More informationPERFORMANCE 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, as Surety, are hereby held and firmly bound unto the State of Texas as Obligee in
More informationPAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized
PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized and existing under laws of the of, with a principal office at, and authorized to do business
More informationBID BOND CITY OF EAST POINT, GEORGIA
BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point
More informationUpon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.
Section 10 - Page 1 of 5 Bonding Requirements Performance Bond and Payment Bond Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.
More informationBID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS.
KNOW ALL MEN BY THESE PRESENTS: THAT, and, as Principal are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, as Surety in the sum of (use words)
More informationPERFORMANCE BOND INSTRUCTIONS (FEB 2015)
PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature
More informationPROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions
PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents
More informationCONSTRUCTION AGREEMENT FOR
CONSTRUCTION AGREEMENT FOR THIS AGREEMENT, made as of the day of, 20, by and between, a corporation, hereinafter called the Contractor, and Wake County, a body corporate and politic and a political subdivision
More informationPERFORMANCE BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as. Principal (the Principal ), and, a corporation
PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and _, a corporation organized and existing under the laws of the of, having its principal office at, and authorized
More informationPAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05.
PAYMENT/PERFORMANCE BOND STATE OF ) COUNTY OF ) ss This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05. Surety Name: Bond Number: Contractor Name: Owner
More informationMAINTENANCE AND PERFORMANCE BONDS
MAINTENANCE AND PERFORMANCE BONDS CITY OF AUSTELL MAINTENANCE BOND FOR SUBDIVISION KNOWN ALL MEN BY THESE PRESENTS, that Subdivider,, (hereinafter called the Principal), as Principal and, a corporation
More informationThis page left blank intentionally
ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY
More informationSUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address
Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter
More informationCONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( )
CONTRACT NUMBER [Contract Number] PERFORMANCE BOND As to the Contractor/Principal: Name: [CONTRACTOR NAME], [Contractor Address] Telephone: [Contractor Phone Number] As to the Surety: Name: Principal Business
More informationNC General Statutes - Chapter 44A Article 3 1
Article 3. Model Payment and Performance Bond. 44A-25. Definitions. Unless the context otherwise requires in this Article: (1) "Claimant" includes any individual, firm, partnership, association or corporation
More informationRequest for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015
Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015 Westchase District is seeking proposals to replace the colored vinyl and acrylic sections of all its 41 monuments
More informationEXHIBIT S - BOND SURETY FORMS
EXHIBIT S - BOND SURETY FORMS PERFORMANCE BOND 1. KNOW ALL MEN BY THESE PRESENTS, THAT: (name) (address) as Principal, hereinafter called Principal, and (surety name) (surety address) a corporation organized
More informationKNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
SURETY BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Contractor's Name) as Principal, and, as Surety, are hereby held and firmly bound into City of Buckeye as OWNER in the penal sum of
More informationSECTION 103 - AWARD AND EXECUTION OF CONTRACT
SECTION 103 - AWARD AND EXECUTION OF CONTRACT 103.04 Contract Bonds. The Engineer may make changes in the work or add extra work within the contract scope without notice to the sureties (bonding companies)
More informationExpedited Dispute Resolution Bond (P3 Form)
Expedited Dispute Resolution Bond (P3 Form) Bond No. KNOW ALL WHO SHALL SEE THESE PRESENTS: THAT WHEREAS, (the "Owner") has awarded to (the "Obligee"), a Public-Private Agreement (the PPA ) for a project
More informationFIGURE 20 BOND FORMS
KNOW ALL MEN BY THESE PRESENTS: FIGURE 20 BOND FORMS A. PERFORMANCE/WARRANTY BOND THAT [Insert the legal name and address of Contractor for Subdivider/Developer], as Principal, hereinafter called the Contractor,
More informationOhio Department of Transportation
Ohio Department of Transportation 1980 West Broad Street, Columbus, Ohio 43223 Office of Contracts February 1, 2008 1525 DITMORE STROLL NEWARK, OH 43055 Re: Project Number 080088 Dear Contractor: This
More informationCALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND
CALIFORNIA TRANSPORTATION COMMISSION WSSED BY DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND FEB 2 4 2010 1.1. WHEREAS the Design-Build Demonstration Program was established
More informationCOMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND
(Rev 03/02) Page 1 of 6 COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, the Contractor ( Principal ) whose principal place of business is located at and ( Surety
More informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationARTICLE 11. INSURANCE AND BONDS
Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether
More informationContractor s License & Endorsements
Planning, Development & Transportation Engineering Department 281 North College Avenue P.O. Box 580 Fort Collins, CO 80522.0580 970.221.6605 970.221.6378 - fax fcgov.com/engineering Contractor s License
More informationPERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND
Section 00 61 13.13 & 00 61 13.16 Douglas County School District Re.1 Castle Rock, Colorado PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1. FORMS TO BE USED Two (2) separate bonds are required: Both
More informationREQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
More informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationTHE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT
Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")
More informationCITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE
CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE CONTENTS Informational Letter City of Fairfax Telecommunications Code, Ordinance &
More informationDUE DATE: August 23, 2011-2:00 p.m.
REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS
More informationSTATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION
STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION IN THE MATTER OF THE PERMIT OF ) ) ) S U R E T Y B
More informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationFebruary 18, 2015. FC-7893; Downtown Traffic Operations Program (DTOP)
February 18, 2015 Dear Potential Respondents: Re: FC-7893; Downtown Traffic Operations Program (DTOP) Attached is one (1) copy of Addendum No. 1, which is hereby made a part of the above-referenced project.
More informationSURETY BOND - SAMPLE FORM
FORM-SI-BOND SURETY BOND - SAMPLE FORM OKLAHOMA WORKERS COMPENSATION COMMISSION 1915 N. STILES AVENUE OKLAHOMA CITY, OK 73105 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION IN THE MATTER OF THE PERMIT
More informationAttachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
More informationPrice quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.
Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline
More informationConstruction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
More informationCOUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS FAITHFUL PERFORMANCE BOND. For Tract/Parcel Map No.
COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS FAITHFUL PERFORMANCE BOND For Tract/Parcel Map No. KNOW ALL MEN BY THESE PRESENTS: That We, Name of Address as PRINCIPAL and as SURETY, are firmly bound
More informationFaithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department
Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department Planting, Wall and/or Fence Installation Date Stamp Landscape Maintenance Model Home Conversion Sales Trailer
More informationAPPALCART REQUEST FOR PROPOSAL
APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight
More informationRFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00
More informationNOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the
More information388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
More informationEXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000
INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter
More informationSECTION 12 CONSTRUCTION SECURITY
SECTION 12 CONSTRUCTION SECURITY 10% Security Prior to the Division of Highways issuing a notice to proceed for the construction of subdivision streets the Developer shall first post with the Division
More informationBRITISH SOCCER CAMP A G R E E M E N T
THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between
More informationDuring the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:
CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and
More informationOAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
More informationCITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
More informationINDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
More informationINDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
More informationSealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
More informationadditional insured. It must also include a 30 day cancellation notice. ** Please read attached instructions for detailed information**
To perform construction in the City s right of way, Contractors must be licensed and bonded. The following documents and fee are required by the City of Fort Worth for licensing and bonding: Original $10,000
More informationAppendix F Subdivision Street Construction Applications and Forms
Appendix F Subdivision Street Construction Applications and Forms Subdivison Street Construction Process: Applicant submits the following: o Copy of the recorded record plan o Approved construction drawings
More informationRONALD WASTEWATER DISTRICT 17505 LINDEN AVENUE NORTH - P.O. BOX 33490 SHORELINE WA 98133-0490 (206) 546-2494
17505 LINDEN AVENUE NORTH - P.O. BOX 33490 SHORELINE WA 98133-0490 (206) 546-2494 APPLICATION FOR SIDE SEWER CONTRACTOR TO WORK FOR RONALD WASTEWATER DISTRICT 1. Firm name: 2. Name of Principals: 3. Name
More informationINSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000
Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold
More informationCITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY
CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY Name of Project Contractor(Principal) Project/Contract # Surety Bond Amount $ Bond # 1. Date and Parties This performance and payment bond with guaranty
More informationAGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR
AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationTROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
More informationINVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
More informationSection IX. Annex to the Particular Conditions - Contract Forms
Section IX. Annex to the Particular Conditions - Contract Forms Table of Forms Notification of Award Contract Agreement Performance Security Advance Payment Security Retention Money Security - 2 - Notification
More informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationDRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES
ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter
More information(contractor s name) (hereinafter called the Contractor ) located at: (contractor s address) and (surety s name)
CITY OF DULUTH PERFORMANCE BOND ATTACHMENT D KNOW ALL MEN BY THESE PRESENTS: That we: (contractor s name) (hereinafter called the Contractor ) located at:_ (contractor s address) and (surety s name) (a
More informationThe AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:
AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering
More informationALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00
More informationLEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT
INFORMAL BID PACKAGE NO. 12-38 CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND
More informationPERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and
(Multiple Wells) Bond No. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (bonding
More informationPerformance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)
Performance Bond KNOW ALL PERSONS BY THESE PRESENTS, that we: as Principal, (Legal title of the ) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety) (Street, City, State, Zip Code)
More informationRetaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
More informationPERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we,
PERMIT BOND ONE LOCATION LIABILITY KNOW ALL PERSONS BY THESE PRESENTS, that we, hereinafter referred to as the Principal, and hereinafter referred to as the (or Sureties ) are held and firmly bound to
More informationMenlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
More informationREQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org
More informationPayment Bond U.S. Department of Housing OMB Approval No. 0000-0000 and Urban Development (Exp. 00/00/00) Office of Housing
1 Payment Bond U.S. Department of Housing OMB Approval No. 0000-0000 and Urban Development (Exp. 00/00/00) Office of Housing Public Reporting Burden for this collection of information is estimated to average
More informationBY THIS BOND,, whose principal address is, business phone number is as Principal,hereinafter Contractor, and, whose principal address is
STATUTORY CO-OBLIGEE PAYMENT BOND BOND NO. BY THIS BOND,, whose principal address is, business phone number is as Principal,hereinafter Contractor, and, whose principal address is as Surety, are held and
More informationTest Bore, Monitoring Well, & Underground Storage Tank Decommissioning Permit Application Packet
Test Bore, Monitoring Well, & Underground Storage Tank Decommissioning Permit Application Packet This packet contains the requirements and forms needed to apply for a permit allowing test bore, monitoring
More informationTHE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
More informationARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
More informationSCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO.
SCHEDULE 14 BONDS Part 1 Performance Bond PERFORMANCE BOND NO. $ KNOW ALL PERSONS BY THESE PRESENTS, that Contractor s Name as Principal ( the Principal ) and Surety / Insurance Company name and address,
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
More informationROAD REPAIR AGREEMENT BETWEEN THE CITY OF GRAND PRAIRIE AND
ROAD REPAIR AGREEMENT BETWEEN THE CITY OF GRAND PRAIRIE AND This Road Repair Agreement, (Agreement), is made and entered into on this the day of, 20, by and between the City of Grand Prairie Texas ("City"),
More informationREQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
More informationCITY OF DALLAS WATER AND WASTEWATER PRIVATE DEVELOPMENT CONTRACT CHECKLIST
CITY OF DALLAS WATER AND WASTEWATER PRIVATE DEVELOPMENT CONTRACT CHECKLIST All documents must be submitted on City of Dallas Sustainable Development and Construction Department Forms. 1. Early Start Construction
More informationCity of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
More informationCHAPTER 5 PROCUREMENT OF CONSTRUCTION ARCHITECT-ENGINEER
CHAPTER 5 PROCUREMENT OF CONSTRUCTION ARCHITECT-ENGINEER AND LAND SURVEYING SERVICES 5101. Reserved. 5102. Responsibility for Selection of Methods of Construction Contracting Management. 5103. Bid Security
More informationWITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
More informationCONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
More information** Please read attached instructions for detailed information**
To perform construction in the City s right of way, contractors must be licensed and bonded. The following documents and fee are required by the City of Fort Worth for licensing and bonding: Original $25,000
More informationAgent Agreement WITNESSETH
PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and
More informationACKNOWLEDGEMENT OF RECEIPT OF THE CITY OF DUBLIN CONSTRUCTION AND DEMOLITION DEBRIS ORDINANCE INFORMATION PACKET
ACKNOWLEDGEMENT OF RECEIPT OF THE CITY OF DUBLIN CONSTRUCTION AND DEMOLITION DEBRIS ORDINANCE INFORMATION PACKET I do hereby acknowledge that I have received the City of Dublin Construction and Demolition
More informationTOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
More informationINDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement
More informationPERMIT HOURS: 8:30 A.M. --- 10:00 A.M. & 1:00 P.M. --- 2:00 P.M.
40 Severance Circle Cleveland Heights, OH 44118 291-4900 / FAX 291-4421 REQUIREMENTS FOR OBTAINING A CONTRACTOR'S REGISTRATION Complete application. (Please TYPE OR PRINT.) The owner of the Company must
More informationWarner Robins Housing Authority
REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option
More information