Unity Community Center Metal Roof Installation. Request for Bids
|
|
- Cecily Harvey
- 7 years ago
- Views:
Transcription
1 Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box School Street Unity, ME (207)
2 INVITATION TO BIDDERS The Town of Unity and Unity Barn Raisers invites Contractors and Roofing Companies to respond to this request for bids which is being publicly advertised in The Republican Journal, The Morning Sentinel, and The Bangor Daily News on May 29, 30 & 31, Building drawings are available for viewing at the Unity Community Center by appointment. Copies are available for $35 if requested in advance. Bids are due by June 22 at noon and may be mailed to: UBR PO Box 381 Unity, Maine or hand delivered to the Unity Community Center 32 School Street Unity by appointment. Bids should be presented on the form provided by the OWNER with all requested supporting items. The Town of Unity and Unity Barn Raisers are EQUAL OPPORTUNITY EMPLOYERS. The OWNER reserves the right to reject any and all Bids, to waive technicalities, and to accept any proposal considered in its best interest. It is anticipated that this project will be awarded on or about June 29, 2012 for completion by November 1, END OF INVITATION TO BIDDERS
3 BID PROJECT: New Metal Roof for Unity Community Center OWNER: Unity Barn Raisers BIDDER NAME: ADDRESS: TELEPHONE: 1. The undersigned BIDDER proposes and agrees, if her/his Bid is accepted, to enter into an agreement with the OWNER on the form included in the Contract Documents to complete all work as specified or included in the Contract Time indicated in the Bid and in accordance with the Contract Documents. 2. The Bidder accepts all the terms and conditions of the Instructions to Bidder. This Bid will remain open for sixty days after the day of the Bid opening. Bidder will sign the agreement and submit the Contract Security and other documents required by the Contract Document within five days after the date of the OWNER S Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that a. BIDDER has examined the site and locality where the work will be performed, the legal requirements (federal, state, and local laws, ordinances, codes, rules, and regulations) and the conditions affecting cost, progress, or performance of the Work and has made such independent investigations as BIDDER deems necessary. b. This Bid is genuine and not made in the interest or on behalf of an undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, or BID 1 of 4
4 corporation; BIDDER has not directly or indirectly induced or solicited to submit a false or sham Bid. BIDDER has not solicited or induced any person, firm or corporation to refrain from Bidding; and BIDDER has not sought by collusion to obtain for her/himself and advantage over any BIDDER or by OWNER. 4. BIDDER will complete the Work for the prices listed on the following Bid Schedule. 5. BIDDER agrees that the Work will be completed within the number of calendar days shown on the Bid and Award; after the receipt of Notice to proceed. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 6. Communications and questions concerning the Project and/or Bid should be addressed to: Tess Woods, Executive Director Unity Barn Raisers PO Box 381 Unity, ME (207) ubr@uninets.net 7. The terms in the Bid which are defined in the General Conditions of the Construction Contract include a part of the Contract Documents and have the meaning assigned to them in the General Conditions. BID 2 of 4
5 SUBMITTED on, 2012 If BIDDER is: An Individual By: doing business as: Business Address: Phone No.: A Corporation: (Individual s Name) BY: (Corporation Name & State of Incorporation) (Corporate Seal) Attest: (Secretary) Business Address: Phone No.: A Joint Venture By: (Name & Address) By: (Name & Address) Each Joint Venturer MUST sign. The manner of signing for each Individual, partnership and Corporation that is party to the Joint Venture should be the manner indicated above). BID 3 of 4
6 BID Schedule Total Bid for the New Metal Roof for the Unity Community Center to be completed within 90 calendar days of Notice to proceed. $ WORDS NUMBERS Subcontractors to be used and type of Work: SUBCONTRACTOR TYPE OF WORK BID 4 of 4
7 SUPPLEMENTAL CONDITIONS 1.0 INTRODUCTION These Supplemental Conditions Amend or Supplement the Standard General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions, which are not amended or supplemented, remain in full force and effect. 2.0 INSURANCE 2.1 The Contractor shall purchase and maintain such insurance as will protect it from such claims set forth below which may arise out of or result from, the CONTRACTOR s execution of the Work, whether such execution be by the CONTRACTOR, SUBCONTRACTOR, or by anyone directly or indirectly employed by any of them, or by anyone for acts anyone of them may be liable; Claims under Worker s Compensation, disability benefit and other similar employee benefit acts; Claims for damages because of bodily injury, occupational sickness or disease, or death of employees; Claims for damages because of bodily injury, occupational sickness or disease, or death of any person other than employees; Claims for damages by usual personal injury liability coverage which are sustained (1) by any person as a result of any offense directly or indirectly related to the employment of such person by the CONTRACTOR, or (2) by any other person; and Claims of damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 2.2 Certificates of Insurance acceptable to the OWNER shall be files with the OWNER prior to commencement of the Work. These certificates shall contain provisions that coverage afforded under these policies will not be canceled unless at least fifteen (15) days prior WRITTEN NOTICE has been given to the OWNER. These certificates shall expressly name Unity Barn Raisers and the Town of Unity as named insured parties. 2.3 The CONTRACTOR shall procure and maintain, at the CONTRACTOR s own expense during the CONTRACT TIME, liability insurance as hereinafter specified: CONTRACTOR s General Public Liability and Property Damage Insurance including vehicle coverage issued to the CONTRACTOR and protecting CONTRACTOR from all claims for personal injury, including death, and all claims from destruction or damage to property, arising out of or in connection with any operations under the CONTRACT DOCUMENTS,
8 whether such operations are by the CONTRACTOR or anyone directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR employed by the CONTRACTOR. Insurance shall be written with a limit of liability of not less than $500, for all damages arising out of bodily injury including death, at any time resulting therefrom, sustained by any one person in any one accident; and a limit of liability of not less than $500, aggregate for any such damages sustained by two or more persons in any one accident. Insurance shall be written with a limit of liability of not less than $200, for all property damage sustained by any one person in any one accident; and a limit of liability of not less than $200, aggregate for any such damage sustained by two or more persons in any one accident The CONTRACTOR shall acquire and maintain Fire and Extended Coverage insurance upon the Project Award to the full insurable value thereof for the benefit of the OWNER, the CONTRACTOR, and SUBCONTRACTORS as their interests may appear. This Provision shall in no way release the CONTRACTOR or CONTRACTOR S surety from obligation under the CONTRACT DOCUMENTS to fully complete the Project. 2.4 The CONTRACTOR shall procure and maintain, at the CONTRACTOR S own expense during the CONTRACT TIME, in accordance with the provisions of the laws of the Sate of Maine Worker s Compensation Insurance, including occupational disease provisions, for all of the CONTRACTOR s employees at the site of the Project, and in case any Work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Worker s Compensation Insurance, including occupational disease provisions, for all the latter s employees unless such employees are covered by the protection afforded the CONTRACTOR. In case any class of employee engages in hazardous work under this Contract at the site of the Project and is not protected under Worker s Compensation statuate, the CONTRACTOR shall provide, and shall cause each SUBCONTRACTOR to provide, adequate and suitable insurance for the protection of it s employees not otherwise protected. CONTRACTOR agrees to furnish OWNER certificates of insurance to the effect that such insurance has been procured and is in force. The certificates shall contain the following express obligation: This is to certify that the policies of insurance described herein have been issued to the insured for whom this certificate is executed and are in force at this time. In the event of cancellation or material change in policy affecting the certificate holder, fifteen (15) days prior written notice will be given the certificate holder. END OF SUPPLEMENTAL CONDITIONS
9 Metal Roof Installation Unity Community Center Unity Barn Raisers/Town of Unity Communities for Maine s Future GENERAL REQUIREMENTS The CONTRACTOR shall provide all labor, materials, and incidentals to complete this Project. 1. Project Description: This Project includes, but is not limited to, the following general categories. A. Provide and complete any and all demolition and material disposal necessary. B. Provide and install any roof penetrations modifications required. C. Provide and install a metal roof on building. D. Provide and install ice guards over all exterior doors on building. E. Ensure proper roof ventilation. 2. Project Scope: BIDDERS are asked to submit bids for two (2) options as follows: Option A: A standing seam metal roof Option B: An exposed fastener metal roof 3. Materials: The CONTRACTOR shall utilize only new materials and those materials shall be of first quality. In the case the CONTRACTOR would like to have another option considered, s/he should provide manufacturer s data of the suggested material and/or application. All connectors and bolts shall be of the appropriate size and length for the application. Workmanship shall be normal for the industry standard. The roof shall be a minimum 24 gauge steel. The finish shall be galvalum or comparable. OWNER to review and approve color options before any materials are purchased. 4. Quality Control: The CONTRACTOR shall provide new materials free from defect and installed to industry standards and the instructions of the manufacturer. END GENERAL CONDITIONS
BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Santa Maria Public Airport
BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Public Airport TO: Board of Directors Public Airport District 3217 Terminal Drive, CA 93455 Ladies and Gentlemen: The undersigned,
More informationSECTION 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 informationINVITATION 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 informationCITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS
CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS Quotes for the installation of pavement markings for the City of Corning will be received by the City of Corning at the office of the Department
More informationCITY 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 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 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 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 informationATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
More informationREQUEST FOR QUOTES TYS RAMP SLAB REPLACEMENT MCGHEE TYSON AIRPORT KNOXVILLE, TENNESSEE
REQUEST FOR QUOTES TYS RAMP SLAB REPLACEMENT MCGHEE TYSON AIRPORT KNOXVILLE, TENNESSEE The Metropolitan Knoxville Airport Authority is soliciting quotes for the demolition and replacement of a portion
More informationInsurance & Bonding Requirements. Eastside Trail Extension
Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)
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 information5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department
5.2 Insurance Requirements The Highway Commissioner shall determine the minimum acceptable amounts for the following types of insurance--(1) Bodily Injury Liability and (2) Property Damage Liability. There
More informationTown of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification
Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis
More informationOffice of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
More informationWASHINGTON SUBURBAN SANITARY COMMISSION
APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
More informationREQUEST 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 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 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 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 informationD3 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 informationCastaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012
Castaic Lake Water Agency Castaic Lake Water Agency Storage Area Network Expansion Request for Proposal July 2012 Questions due by 5:00 p.m., Wednesday, July 18, 2012. Proposals will be received until
More informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More informationRequest for Quotes Conductor Heads / Downspout Replacement
February 8, 2016 RFP-1516-393 Request for Quotes Conductor Heads / Downspout Replacement The Danville Public Schools Maintenance Department is requesting quotes for Collector / Downspout replacement as
More informationREQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION
More informationCITY OF LEAWOOD. Independent Contractor Agreement
#3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement
More informationINVITATION TO BID CITY OF HOPKINSVILLE
INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD MASONRY RESTROOM FACILITIES FOR
More informationUNIVERSITY 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 informationPUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS
PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS Sealed bids will be received by the City of West Des Moines, Iowa on or before 2:00 p.m., Central Time,
More informationADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO
ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February
More informationMINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors
Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,
More informationCITY OF POMONA. Request for Qualifications and Proposals. For
CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification
More informationCHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
More informationNEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
More information-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
More informationSTAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
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 informationREQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
More informationSAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director July 23, 2013 TO: ALL PROSPECTIVE RESPONDERS FROM: REQUEST
More informationHow 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 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 informationREQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting
More informationCOMMERCIAL 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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
More informationTown of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification
Town of Trumbull Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR SOLAR ENERGY DEVELOPER Legal Notice Request
More informationREQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator scarroll@cityofconway.com 843 248 1760 LEC Security Camera System
More informationTerms and Conditions for Purchase Orders for Recycling Materials
Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California
More informationThe West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
More informationExhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS
Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies
More informationSchedule Q (Revised 1/5/15)
Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF
More informationINSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may
More informationHow To Insure Construction Contracts In Northern California Schools Insurance Group
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling
More informationCity of Fitchburg Insurance Requirements
INSURANCE REQUIREMENTS CITY OF FITCHBURG CERTIFICATES OF INSURANCE: The Contractor shall instruct his/her insurance carrier to complete a Certificate of Insurance. The attached City of Fitchburg Certificate
More informationTOWN OF TRUMBULL, CONNECTICUT REQUEST FOR QUOTATION (RFQ) VIRTUALIZED SERVER. BID NUMBER 5945 DUE: May 2, 2012 3:00PM GENERAL INSTRUCTIONS TO BIDDERS
Page of 7 BID NUMBER 595 DUE: May 2, 202 3:00PM GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept
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 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 informationRequest for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015
Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The
More informationCSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal
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 informationUNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-06 BID, CONTRACT & SPECIFICATIONS FOR MULCH MIX
UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-06 BID, CONTRACT & SPECIFICATIONS FOR MULCH MIX MAY 2015 INVITATION TO BID Sealed Bids will be received by the University
More informationPerformance Bond. Business):
Performance Bond CONTRACTOR (Name and Address): (Name and Address of Principal Place of Business): OWNER (Name and Address): City of Cedar Rapids City Clerk, 101 First Street SE Cedar Rapids, IA 52401
More informationSPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT.
RFQ 15-02 WEED CUTTING/TREE TRIMMING Page 1 of 11 SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT January 28, 2015 WHITEHALL TOWNSHIP 3219
More informationTown of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS
Town of North Haven REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Legal Notice Request for Qualifications and Proposals Town of North Haven The Town of North Haven requests that
More informationCITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL
CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL Project Name: MUNICIPAL NON-AUDIT SERVICES RFP Due By: December 10, 2015, 12 noon RFP Submitted By: 1 REQUEST FOR PROPOSAL (RFP)
More informationREQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION
More informationMANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON
More informationAPPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801
APPENDIX B INSURANCE & BONDING REQUIREMENTS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT HARTSFIELD- JACKSON ATLANTA A. Preamble The following requirements apply to all work under the agreement. Compliance
More information2014/2015 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 informationGRASS CUTTING Request for Proposals
GRASS CUTTING Request for Proposals CITY OF FAIRFIELD BUILDING & ZONING DIVISION 5350 PLEASANT AVENUE FAIRFIELD, OH 45014 (513) 867-5318 FAX: (513) 867-5310 Job Description: Grass cutting, trimming; debris
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 informationLOCATION OF DISPLAY: DATE OF DISPLAY:
Application for PYROTECHNIC PROXIMATE AUDIENCE DISPLAY Bureau of Fire Prevention City of Lincoln 555 S 10 th St. Rm 203 Lincoln, NE 68508-3995 Building & Safety Website Phone No. 402-441-7791 Fax No. 402-441-6442
More informationCURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE
CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE Local Public Agency (LPA) Projects The special provision which begins on the following page ---- (A-54-0414) --- became effective beginning with projects
More informationCHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
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 informationAGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
More informationEXHIBIT A (of Request for Proposal)
EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified
More information1. Applicants must provide information requested in the section titled Required Information.
Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated
More informationSECTION 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 informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
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 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 informationREQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
More informationINVITATION FOR PRICE QUOTES FIRE HOSE TESTING
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified
More information5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
More informationTOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
More informationIMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
More informationMemorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information
Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document
More informationTHE TOWN OF NORTH SMITHFIELD
THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR
More informationSTANDARD 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 informationBorough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT
More informationPayment Bond Department of Environment and Conservation, Division of Solid Waste Management, Hazardous Waste Program
Payment Bond Department of Environment and Conservation, Division of Solid Waste Management, Hazardous Waste Program A surety bond, as specified in Rule 0400-12-01-.05(8)(n)9 or part (n)9 of this paragraph,
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 informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS
More informationAGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
More informationCity of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationREQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING
Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering
More information