ADVERTISEMENT FOR BIDDERS

Size: px
Start display at page:

Download "ADVERTISEMENT FOR BIDDERS"

Transcription

1 ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the Project known as: 2:00 PM, Local Time, September 6, 2014 Lookout Mountain 8 Sanitary Sewer at which time and place the proposals will be publicly opened and read aloud. Proposals received after the designated time will not be considered and returned unopened. The Project generally consists of the following major items: The Project will consist of the installation of approximately 375 linear feet of 8 Sanitary Sewer Line ; and additional miscellaneous improvements. Bidders shall inform themselves concerning Georgia Laws and comply with same. The successful bidder will be required to obtain and pay for all necessary land disturbing and building permits. Bidding Documents may be obtained from the web site of the City of Lookout Mountain. The following link is provided in order to download documents,. The OWNER is not obligated to consider a bidder s proposal, if bidder is not on record with the issuing office as having received complete Bidding Documents. For information concerning the proposed Work, contact Trevor Consulting, Inc., Attention Kenneth Trevor, telephone number For an appointment to visit the site, contact Brad Haven, City Manager at telephone number The time allowed for Substantial Completion is 30 days, and the time allowed for completion and readiness for final payment is 45 days from the date of commencement. Each Bid must be accompanied by a Bid Bond with good and sufficient surety or sureties approved by the owner for faithful acceptance of the contract, payable to, in favor of, and for the protection of the OWNER in an amount equivalent to five percent (5%) of the total amount payable by the terms of the contract or, in lieu thereof, a certified check, cashier's check, or cash in equal amount. The successful bidder will be required to furnish the necessary additional Bond(s) as described in the Bidding Documents. All Bids will remain subject to acceptance for 60 days after the day of the Bid opening, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to that date. Each prospective bidder will be required to submit a Statement of Bidder s Qualification to the Owner as part of the bidding documents. The requirements are included in the bid documents. The Project, if awarded, will be to the lowest qualified Bidder. The Owner reserves the right to reject any or all Bids, to waive informalities and re-advertise. Brad Haven, City Manager, Lookout Mountain, Georgia

2 1. The bid is to be submitted to: BID DOCUMENT City of Lookout Mountain, Georgia Lookout Mountain 8 Sanitary Sewer Installation City of Lookout Mountain, Georgia 1214 Lulu Lake Road Lookout Mountain, Georgia Attn: Brad Haven, City Manager 2. The undersigned bidder agrees, if this Bid is accepted, to enter into an Agreement with the Owner in the form included in the bidding documents. The undersigned further agrees to perform all Work as specified or indicated in the Bidding Documents for the prices indicated and within the time allotted for the project. The project duration is further defined as obtaining substantial completion within 30 calendar days of mobilization to the site. 3. Bidder accepts all terms and conditions, including the need to provide a Bid Security (5% of Bid Total) and appropriate Payment and Performance Bond for the full value of the bid. 4. In submitting this bid the bidder acknowledges the following: a. The bidder has examined and carefully studied the Bidding Documents, including all Addenda. Bidder must acknowledge this within the Bidding Form. b. Bidder has visited the Site and has become familiar and acknowledges a thorough understanding of all general and local Site conditions that may affect cost, schedule and general performance of the Work. c. Bidder acknowledges and will adhere to all federal, state and local laws including all traffic control requirements per the Manual of Uniform Traffic Control Devices (MUTCD). All State Department of Transportation requirements will be required to protect the safety of all residents. d. Bidder acknowledges that they will be crossing existing utilities. It is the responsibility of the Bidder, should they be chosen to perform the Work, to identify and confirm all existing utility locations and elevations to confirm the slope and grade of the proposed sewer line installation. Should the locations or elevations differ from what is depicted on the plans, then it is the responsibility of the Bidder to clearly notify the Owner of the deviations. e. Bidder identifies that no additional examinations or studies are necessary for the determination of this Bid and the performance of the Work with regards to either price or time for installation. f. Bidder acknowledges that they have given the Engineer written notice of all conflicts, errors, ambiguities or discrepancies that the Bidder has discovered in the Bidding Documents. g. It is the Right of the Owner to reject all bids due to non-conformance with the requirements as specified within the Bidding Documents or for issues deemed as necessary to the Owner to be provided with the most cost effective, time relative Bid for the Work.

3 h. All work is to be performed during the day and between the hours of 8:00 AM to 6:00 PM. Should the Bidder need to perform the work outside of those hours, then the Bidder must receive prior approval before said work can be performed. i. The Bidder shall have the ability to provide the necessary insurance for the Work. The minimum insurance requirements are as follows: i. General Liability Each Occurrence - $500,000 ii. General Liability General Aggregate - $1,000,000 iii. Automobile Liability Combined Single Limit - $500,000 iv. Workers Compensation and Employers Liability - $1,000,000 j. All testing of proposed sewer line is to be performed prior to acceptance of the line for use to convey sewage. This testing shall include the air testing of all lines and manholes up to 10 p.s.i. for a period of 2 hours and mandrel testing of the proposed line to confirm proper line and grade. Once the testing of the new sewage conveyance system has been accepted, the Bidder shall coordinate the transfer of the sewage from the existing force main to the proposed gravity sewage conveyance system. k. The daily work shall be left in a manner that allows for the nightly use of the roadway. This shall consist of an acceptance of the existing grade and surface of the roadway that allows for an unencumbered use of the roadway by the general public. All signage shall identify the nature of the roadway to provide the general public with an understanding of the type of roadway condition. l. The contract used for this project is attached. m. Progress payments should not be required, however should the Bidder request a periodic payment for Materials Stored on Site and/or the Payment and Performance Bond, then they may request payment for these Materials and said Bonds. All payment requests for Materials Stored on Site or Bonds will only be approved with the submission of receipts for said materials and bonds. n. All payments will have a 10% retainage, withheld from payment. This retainage will be approved for payment to the Bidder once the Final Acceptance of the sanitary sewer system has been fully completed and acceptable for use. o. All work shall be warrantied for a period of one (1) year from the date of Final Acceptance. p. Contractor shall be responsible for all necessary notifications and adherence to the requirements of the 811 Utility notification system, defined by State Law. q. Contractors to provide documentation stating three projects of similar size and difficulty that they have performed. Documentation to identify the size and magnitude of the project including schedule. These projects are to also have references attached, and must provide adequate contact information of Owner.

4 BID FORM Unit Prices No. Description Quantity Unit Unit Price Total 1. Demolition and Sawcutting of Ex. Asphalt 375 LF $ $ 2. 8 DIP Protecto 401 Sanitary Sewer 375 LF $ $ 3. 4 DIA. Manhole 22 VF $ $ 4. Pavement Replacement 190 SY $ $ 5. Tie to Existing Force Main 1 LS $ $ 6. Tie to Existing Manhole 1 LS $ $ 7. Gravel Pipe Bedding 50 TN $ $ 8. Traffic Control 1 LS $ $ 9. Testing 1 LS $ $ Total Numerals $ Words Additional Unit Price Items 1. Rock Excavation via Excavator 50 CY $ $ 2. Rock Excavation via Blasting 50 CY $ $ 3. Additional GAB per Owner s Direction 15 TN $ $ Bidder acknowledges that they are an individual, partnership or corporation that is authorized to perform work in the State and they are fully licensed to perform work of this type. Name of Business: Authorized Signature: License No.

5 BID BOND BIDDER (Name and Address) SURETY (Name & Address of Principle Place of Business) OWNER: City of Lookout Mountain, Georgia BID: Bid DUE Date: September 6, 2014, 2:00 PM, Local PROJECT DESCRIPTION: Installation of approximately 375 linear feet of 8 Sanitary Sewer Line BOND: Bond Number and Date: Penal Sum: FIVE PERCENT OF BID

6 Surety and Bidder, intending to be legally bound, subject to the terms printed on the Bond to be duly executed on it s behalf by its authorized officer, agent, or representative. BIDDER Bidder s Name and Corporate Seal SURETY Surety s Name and Corporate Seal By: By: Witness: Witness:

7 AGREEMENT THIS AGREEMENT is by and between the City of Lookout Mountain (Owner) and (Contractor) Owner and Contractor agree as follows: 1. Contractor shall complete all Work as specified and indicated in the Contract Documents. The Work is generally described as: The installation of approximately 375 linear feet of 8 DIP sanitary Sewer Line and all necessary improvements 2. The Project has been designed by Trevor Consulting, Inc, who is to act as the Owner s representative, assume all duties and responsibilities and have the rights and authority assigned to the Engineer in the Contract Documents with the completion of the Work. 3. The Work shall be completed within 30 days of the mobilization of the Contractor onto the Site. Final Completion shall be completed within 45 days of the mobilization of the Contractor to the Site. 4. There shall no Liquidated Damages assigned to this project. 5. Owner shall pay the Contractor, based on the Unit Price Schedule, for the Work in accordance with the Contract Documents. For all of the Work, an amount equal to the sum of the Unit Price Items as indicated in the Contractor s Bid, however not more than the lump sum noted below. $ 6. The Owner shall pay up to ninety percent of the work until the time of Final Completion. Once the Final Completion has been obtained, then the Contractor may request the balance of the Contract. 7. The Contractor understands that the Bidding Documents and all of the clarifications defined in the Bidding Documents will be incorporated into this agreement. 8. Contract Documents: a. This Agreement b. The Construction Documents c. The Bidding Document including Bid Form d. Any Addenda e. Payment and Performance Bonds f. Any Change Directives

8 g. Any and all Local, State and Federal Laws 9. The Assignment of the Contract No assignment by any of the parties to another party will be binding without the express written consent of all parties of this agreement. 10. Successors and Assigns Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in duplicate. One counterpart each has been delivered to the Owner and Contractor. All portions of the Contract Documents have been signed or identified by the Owner and Contractor or on their behalf. This Agreement will be effective on, 20 (which is the effective date of the Agreement) OWNER: City of Lookout Mountain, Georgia By: Title: Corporate Seal: CONTRACTOR: By: Title: Corporate Seal: Witness: Title: Address: Witness: Title: Address (physical address) License No:

9 PERFORMANCE BOND CONTRACTOR (Name and Address) SURETY (Name & Address of Principle Place of Business) OWNER: City of Lookout Mountain, Georgia CONSTRUCTION CONTRACT: Date: _ Amount: $ PROJECT DESCRIPTION: Installation of approximately 375 linear feet of 8 Sanitary Sewer Line BOND: Bond Number and Date: Amount:

10 Surety and Bidder, intending to be legally bound, subject to the terms printed on the Bond to be duly executed on it s behalf by its authorized officer, agent, or representative. BIDDER Bidder s Name and Corporate Seal SURETY Surety s Name and Corporate Seal By: By: Witness: Witness:

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131 SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY

More information

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

PERFORMANCE 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 information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT JANUARY 2015 1 INVITATION TO BID Sealed Bids will be received

More information

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City 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 information

PROJECT 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. 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 information

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and

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

BID BOND CITY OF EAST POINT, GEORGIA

BID 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 information

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett

More information

1. Technical Offer Submission Sheet

1. Technical Offer Submission Sheet 8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.

More information

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

COMMONWEALTH 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 information

388 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 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 information

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

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

More information

City of Balch Springs, Texas. Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement

City of Balch Springs, Texas. Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement City of Balch Springs, Texas Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement Balch Springs is a city in Dallas County, Texas, United States. It is a suburb of Dallas and part

More information

NOTICE TO POTENTIAL BIDDERS

NOTICE TO POTENTIAL BIDDERS NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

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

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

Request 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 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 information

Section IX. Annex to the Particular Conditions - Contract Forms

Section 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 information

FORM A: BID (See B8) 1. Project Title 2006 COMBINED SEWER RENEWALS - CONTRACT 11

FORM A: BID (See B8) 1. Project Title 2006 COMBINED SEWER RENEWALS - CONTRACT 11 Bid Opportunity No. 638-2006 Page 1 of 20 Template Version: C120060615 FORM A: BID (See B8) 1. Project Title 2. Bidder Name of Bidder Street City Province Postal Code Facsimile Number (Mailing address

More information

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address:

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address: City of Woodland Park Internet Service Provider (IPS) Permit for Installation of Telecommunication Infrastructure within City Owned Rights-of-Way (up to five locations per single permit) Permit No. Permit

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

STATE 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 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 information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP 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 information

Contract Documents for Construction of JO-LIN SEWER LIFT STATION REHABILITATION

Contract Documents for Construction of JO-LIN SEWER LIFT STATION REHABILITATION Contract Documents for Construction of JO-LIN SEWER LIFT STATION REHABILITATION JANUARY 2016 Bid Proposals must be received no later than 2:00 p.m. MARCH 1, 2016 City of Los Banos City Clerk 520 J Street

More information

Expedited Dispute Resolution Bond (P3 Form)

Expedited 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 information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014 Department of Exceptional Learning Request for Proposal (RFP) Occupational and Physical Therapy Deadline for Submission: August 25, 2014 Notices to Companies/Firms Copies of RFP can be printed from our

More information

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

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

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

KNOW 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 information

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI TM REF: RD171/13 TM Quotation 142/13 QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI Date Published: 18 th October 2013 Closing Date: 29 th October 2013 at 10:00am CET

More information

OIL CONTAINMENT TANK. For SPRING CREEK SUBSTATION TUB PROJECT E-007633

OIL CONTAINMENT TANK. For SPRING CREEK SUBSTATION TUB PROJECT E-007633 SECTION 00 01 01 TITLE PAGE OIL CONTAINMENT TANK For SPRING CREEK SUBSTATION TUB PROJECT E-007633 Prepared and issued by: Tullahoma Utilities Board Tullahoma, TN (Buyer & Engineer) In coordination with:

More information

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer

More information

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS Bid Opportunity No. 656-2011 Page 1 of 8 FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS 2. Bidder Name of Bidder Usual Business Name of Bidder as it appears

More information

SURETY BOND - SAMPLE FORM

SURETY 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 information

Appendix F Subdivision Street Construction Applications and Forms

Appendix 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 information

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

Performance 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 information

TOWN OF SCITUATE MASSACHUSETTS

TOWN 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 information

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

PROPOSAL 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 information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

NOTICE TO CONTRACTORS INVITATION FOR BIDS

NOTICE TO CONTRACTORS INVITATION FOR BIDS NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the FOUNTAIN ALLEY PEDESTRIAN WALK PROJECT ( Project ), located in the Century

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( )

CONTRACT 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 information

Sewage Sludge Utilization Performance Bond

Sewage Sludge Utilization Performance Bond Sewage Sludge Utilization Performance Bond Total Sum of the Performance Bond (the Bond ) Bond. No. This Bond assures performance for Sewage Sludge Utilization Permit(s) ( Permit for Permits ) No(s). authorizing

More information

INVITATION TO BID. Contractor Services Associated with:

INVITATION TO BID. Contractor Services Associated with: INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND

More information

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** February 11, 2014 DESCRIPTION The Invitation to Bid and Very High

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA 2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA Issued on January 7, 2015 1 ADVERTISEMENT FOR BIDS 2014/2015 ROADWAY PATCHING PROJECT JASPER COUNTY, GEORGIA Separate,

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

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

All other provisions of the contract documents, plans and specifications shall remain unchanged. B. Supplementary Conditions a. Reference Page CS-5, Section 11.0 Insurance, Section C3.3-11 Insurance Item c.7: Delete paragraph and replace with the following: Environmental Impairment Liability Coverage

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than

More information

#5 Independent Contractor Form - With Insurance With Bonds

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

More information

PROJECT T Sewer Line Replacement 7000 South Street 3000 East to Pippin Drive

PROJECT T Sewer Line Replacement 7000 South Street 3000 East to Pippin Drive COTTONWOOD IMPROVEMENT DISTRICT 8620 SOUTH HIGHLAND DRIVE SANDY, UT 84093 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT T Sewer Line Replacement 7000 South Street 3000 East to Pippin Drive CONTRACT

More information

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

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991 Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA Bid Package Contracting Officer: Joshua Longmore, District Manager 570-674-7991 1. PROPOSALS INSTRUCTIONS TO BIDDERS A. The Drawings

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292 THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292 MANITOBA PARKS AND PROTECTED SPACES WEKUSKO FALLS CAMPGROUND WATER TREATMENT PLANT UPGRADES AE Project #: 20154758 Page 1 of 5 Table of Contents

More information

SECTION 3 AWARD AND EXECUTION OF CONTRACT

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

More information

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05.

PAYMENT/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 information

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:

More information

Limited Agency/Company Agreement

Limited Agency/Company Agreement Effective, this Agreement is entered into by and between Safepoint MGA, LLC and Safepoint Insurance Company Inc., hereinafter referred to as Company, and hereinafter referred to as Agent. It being the

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations for the completion of masonry restoration at the Nepean Creative Arts Centre located at 35

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS.

BID 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 information

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

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT. for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS)

CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT. for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS) CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS) City of Shawnee P O Box 1448 Shawnee, Oklahoma 74802-1448 SHAWNEE

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

Request for Proposals BUILDING DEMOLITION SERVICES

Request for Proposals BUILDING DEMOLITION SERVICES Request for Proposals BUILDING DEMOLITION SERVICES Coffeyville Community College 400 W. 11 th Street Coffeyville, KS 67337 Date Issued: February 17, 2014 Date Due: March 6, 2014 at 2:00 pm, local time

More information

PERFORMANCE BOND INSTRUCTIONS (FEB 2015)

PERFORMANCE 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 information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

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

Upon 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 information

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR PH 231.946.5874 FAX 231.946.3703 WWW.gourdiefraser.com CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR Little Traverse Bay Bands of Odawa Indians Nine Mile Point Boat Launch Hayes Township, Charlevoix

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

CONSTRUCTION AGREEMENT FOR

CONSTRUCTION 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 information

NC General Statutes - Chapter 44A Article 3 1

NC 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 information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSALS PLUMBING SERVICES 2016 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting proposals for Plumbing Services for a one (1) year period with the option

More information

This page left blank intentionally

This 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 information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE 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 information

CITY OF COMMERCE CITY BID BOND

CITY OF COMMERCE CITY BID BOND BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($

More information

DEPARTMENT OF TRANSPORTATION OFFICE OF SMALL AND DISADVANTAGE BUSINESS UTILIZATION SHORT TERM LENDING PROGRAM GUARANTEE AGREEMENT

DEPARTMENT OF TRANSPORTATION OFFICE OF SMALL AND DISADVANTAGE BUSINESS UTILIZATION SHORT TERM LENDING PROGRAM GUARANTEE AGREEMENT DEPARTMENT OF TRANSPORTATION OFFICE OF SMALL AND DISADVANTAGE BUSINESS UTILIZATION SHORT TERM LENDING PROGRAM GUARANTEE AGREEMENT This GUARANTEE AGREEMENT dated as of [DATE] (this Agreement) is made by

More information

LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT

LEGAL 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 information

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT The Town of Avon and Avon Board of Education are seeking written responses to a Request for

More information

INDEPENDENT CONTRACTORS AGREEMENT

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

More information

REQUEST FOR BIDS. Electrical Contracting Services for

REQUEST FOR BIDS. Electrical Contracting Services for REQUEST FOR BIDS Electrical Contracting Services for [Retrofitting to LED Bulbs and installing new LED Fixtures at Tri City Medical Center and Satellite Campuses] Date of Issuance: December 3, 2015 Mandatory

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT BID NO. 10-91345-003 Addendum 3a

W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT BID NO. 10-91345-003 Addendum 3a PROPOSAL AND BID FORM W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT Pursuant to and in compliance with your Invitation to Bid dated February 9, 2010, the Instructions to Bidders, Special Conditions and

More information

How To Build A Data Backup System In Town Of Trumbull

How To Build A Data Backup System In Town Of Trumbull TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from

More information

SECTION EIGHT BONDING REQUIREMENTS

SECTION EIGHT BONDING REQUIREMENTS SECTION EIGHT BONDING REQUIREMENTS 8-00 BONDING REQUIREMENTS 8-01 No building permit for any construction in the subdivision shall be issued nor any lot within the subdivision conveyed until a bond has

More information

Sample form not to be used as original

Sample form not to be used as original Town Of Ashburnham Planning Board FORM H SURETY AGREEMENT FOR A BOND Sample form not to be used as original This Surety Agreement is entered into this day of, 2 by and between the city/town of, a Massachusetts

More information

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

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ). COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with

More information

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

CLEARING MEMBERSHIP AGREEMENT

CLEARING MEMBERSHIP AGREEMENT CLEARING MEMBERSHIP AGREEMENT DATED between LCH.CLEARNET LLC and LCH.CLEARNET LIMITED 17 State Street, 28th floor, New York, NY 10004 Telephone: +1 (212) 513-8282 Website: www.lchclearnet.com In consideration

More information

Request for Quotation (RFQ)

Request for Quotation (RFQ) Request for Quotation (RFQ) RFQ 562-13 Dining Hall Smallwares Due: July 30, 2013 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 astull@coloradomtn.edu COLORADO

More information

BID NOTICE. Bids may be delivered or mailed to the Administration Office at the above address. TRAFFIC LINES AND MARKINGS

BID NOTICE. Bids may be delivered or mailed to the Administration Office at the above address. TRAFFIC LINES AND MARKINGS BID NOTICE Sealed proposals will be received by the Board of Supervisors of the TOWNSHIP OF WEST BRADFORD, 1385 Campus Drive, Downingtown, Chester County, Pennsylvania 19335 until 12:00 Noon on Monday,

More information