CITY OF WEYBURN TENDER FOR LINE PAINTING
|
|
- Charles Watkins
- 7 years ago
- Views:
Transcription
1 TENDER FOR 2016
2 TABLE OF CONTENTS 1. NOTICE OF TENDER INSTRUCTIONS OF TENDER SCOPE OF WORK PAINT REQUIREMENTS EQUIPMENT REQUIREMENTS PAINT APPLICATION ROADWAY CENTER LINES SHOULDER LINES CROSSWALKS INTERSECTIONS NO PARKING ZONE AIRPORT MAIN RUNWAY LINES AIRPORT TAXIWAY LINES REFLECTIVITY QUALITY CONTROL/INSPECTIONS FORM OF TENDER AGREEMENT (FOR TENDERER S INFORMATION ONLY) LIST OF DRAWINGS... 17
3 1. NOTICE OF TENDER 2016 Painting for Center Lines, Crosswalks, Shoulder Lines, No Parking Zone & Intersections on the Roadways of the City Of Weyburn Runway Painting & Pavement Markings For The City of Weyburn Airport The City of Weyburn invites you to submit sealed tenders marked Line Painting Tender 2016, to be received by: Robert G. Smith City Manager Box 370, 157 Third Street N.E. Weyburn, Saskatchewan S4H 2K6 Contract documents are available on SaskTenders website, and at Weyburn City Hall, 157 Third Street N.E Weyburn SK. Tenders are scheduled to close at 2:00 p.m. local time on April 6 th Late tenders will not be accepted or considered, and will be returned unopened. Tentative start date is May 2016, with a second application in select areas in August The term of the contract shall last for three (3) years, from 2016 to 2018, inclusive. Direct all inquiries regarding this tender to: Sean Abram, P.Eng. FEC Director of Engineering City of Weyburn sabram@weyburn.ca Phone: Fax:
4 2. INSTRUCTIONS OF TENDER 2.1. The Successful Tenderer shall be considered the Prime Contractor of the Contract The Tenderer must complete the Form of Tender and sign the Agreement as supplied by the City of Weyburn, hereafter referred to as The City All price quotations shall be in Canadian Dollars The City reserves the right to accept a tender in whole or in part deemed most favorable in the interests of the City The lowest or any tender prices may not necessarily be accepted The City reserves the right to accept or reject any or all tenders The City reserves the right to waive any defect or deficiency in a tender which does not materially affect the Tender or the Tender Price The City reserves the right to accept an alternative Tender The term of the contract shall last for three (3) years. Spring painting is to be substantially completed by June 1 st. Fall painting shall be substantially completed by September 1 st This project is subject to budget constraints, the City reserves the right to add to or delete from the quantities and items in the Form of Tender The City of Weyburn General Conditions for Tenders and Contract Works, as attached in this document, is binding on this project and shall be adhered to The City s estimate of quantities, as shown in the Tender, is approximate only and for the purpose of comparing bids. Payment for work done under this Contract will be made on the basis of quantities measured on the site by the City of Weyburn and the unit prices submitted, unless a lump sum bid is requested The Successful Tenderer shall provide and maintain the necessary detour signs, construction signage, barricades, lights and provisions for public convenience and safety where existing public roads are interfered with. Traffic Control shall be in accordance with the Ministry of Highway Traffic Control Devices Manual for Work Zones on Highways 13, 35 and 39 and on all other streets the City of Regina Temporary Traffic Control Manuals. Every effort shall be made to minimize disruption to traffic flow The City will have City Street Sweeping Equipment work in conjunction with the contractor to ensure a clean road surface prior to paint application. However the Successful Tenderer shall perform localized cleaning and is responsible for final road surface preparation prior to paint application and curing of paint in accordance with the manufacturer s recommendations. 2
5 2.15. All vehicles and equipment must not be stored on city streets for longer than 24 hours. The Successful Tenderer is responsible to find a suitable area to store vehicles and equipment. This area must be approved by the Director of Engineering All access roads used during the project must be protected from damage due to hauling. If damage occurs, Successful Tenderer is responsible for repair at their cost The Successful Tenderer shall provide a Performance Bond and a Labour and/or Materials Bond within fifteen (15) Business Days of the awarding of the Successful Tenderer in the amount of fifty percent (50%) of the tender price, covering the performance of the Work including the Contractor s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of Saskatchewan, and in a form acceptable to the City of Weyburn A certificate from the Worker s Compensation Board certifying the Tenderer is not in arrears for compensation assessment must accompany each tender submitted The Successful Tenderer shall provide proof of a $2,000, all inclusive risk policy covering public liability and property damage. A certified copy of the insurance or a certificate acknowledging that such insurance shall be maintained during the currency of this agreement. The insurance policy shall name the City as an additional insured The Successful Tenderer shall purchase a City of Weyburn business license prior to commencing work on the contract Where specifications appear unclear, the Successful Tenderer shall consult with the City for clarifications. No oral representation or interpretation from the owner or any representative of the owner will affect, alter or amend any provisions of the contract document. 3
6 3. SCOPE OF WORK 3.1. PAINT REQUIREMENTS The paint to be use for this tender shall be Ennis Flint Low VOC Water Borne Acrylic Fast- Dry white/yellow EF Series, or a Saskatchewan Ministry of Highways and Infrastructure approved equivalent paint product EQUIPMENT REQUIREMENTS The Tenderer s paint and bead applicator must meet manufacturer s recommendations for type of application and rate of application. Work done with a paint brush will be by approval of the City only PAINT APPLICATION All line painting work shall include the use of Potters reflective glass beads in accordance with specifications of this document. Pavement surface must be free from surface water, frost, ice, dust, oil, grease and other foreign materials prior to paint application. Surface should meet manufacturer s recommended standard for surface preparation ROADWAY CENTER LINES Paint application shall follow layout of pavement markings, successful Tenderer shall: Apply paint only when air temperature is above 10 C and no rain in forecast Apply paint evenly to give a minimum film thickness of 15.0 wet mils Paint markings to be within plus or minus 20mm of specified dimensions The markings shall be 100mm wide, YELLOW single solid (continuous) lines separating opposite directions of traffic, indicating no passing on the City streets as specified in the Transportation Association of Canada Manual on Uniform Traffic Control Devices Protect pavement markings until dry. Symbols, letter and lines to conform to dimensions indicated Correction to existing paint markings shall be by black traffic paint, upon City approval Yellow solid lines DO NOT go through intersections but stop at the 0.6m stop bar or at the outside edge of the crosswalk SHOULDER LINES Follow the specifications from Centerlines, but the lines shall be continuous white lines CROSSWALKS The successful Tenderer shall follow layouts in the attached drawing titled 2016 Street Painting Crosswalk Locations which shows the locations requiring painting. Individual 4
7 crosswalks shall follow the dimensions laid out in the attached drawing City Of Weyburn Line Painting Drawings 2016, Sheet 4 and 5. There are a total of 204 individual crosswalks to be painted. All are to be painted in either May or June, while 183 crosswalks are be painted again in August, for a total of 387 crosswalks to be painted. Apply WHITE paint evenly to give a minimum film thickness of 15.0 wet mils Correction to existing paint markings shall be by black traffic paint, upon City approval Crosswalk lines should be offset from the intersecting roadway by 1.2m where possible Each crosswalk shall be painted in a two step process. Utilizing the street centre line as a divider, half the crosswalk shall be painted and coned and given appropriate drying time (depending on ambient air and road surface temperature) following manufacturer s specification. This shall then be repeated for the remaining half of the crosswalk thus allowing traffic to continue flowing (restricted to one lane) until the paint dries INTERSECTIONS Attached drawings City Of Weyburn Line Painting Drawings 2016, Sheets 7 to 13 detailing specific requirements for specific intersections where lane painting, directional arrows and stop bars are required. Please note crosswalks in these intersections are included in the previous section and therefore should not be included when pricing this section Apply paint evenly to give a minimum film thickness of 15.0 wet mils All stop bars are to have a width of 0.6m All stop bars are to be placed as shown on the plans; otherwise they are to be placed 1.0m away from the edge of the nearest crosswalk. All stop bars that are to be painted twice are mentioned in the respective Sheet NO PARKING ZONE Certain intersections have sections of yellow painted curbs to indicate No Parking zones. Some of these intersections are shown in the attached drawing City Of Weyburn Line Painting Drawings 2016, Sheet 2. In general, the successful Tender is to repaint any visible yellow painted curbs within the City, at the City of Weyburn discretion. The cost for this item shall be per lineal meter of curb line repainted and shall include all surface preparation, material and labor as required. The cost for this item will not be included in the total price bid for tender, but will be used in the evaluation of tenders AIRPORT MAIN RUNWAY LINES Paint application shall be for pavement marking on main runway and shall follow layout of pavement markings as shown on City Of Weyburn Line Painting Drawings 2016 Sheets 14 to 18. Successful bidder shall: 5
8 Apply paint only when air temperature is above 10 C and no rain in forecast Apply paint evenly to give a film thickness of 18.0 wet mils The line markings shall be 150mm wide, WHITE single solid (continuous) lines. Correction to existing paint markings shall be by black traffic paint, upon City approval AIRPORT TAXIWAY LINES Follow the specifications from Airport Main Runway Lines, but the lines shall be continuous yellow lines instead of white. In addition, the successful bidder shall: Mark all Taxiway Lines before applying paint Paint the Taxiway Lines only after approval of the marked lines from the City For the Runway Holding Position Markings, shown on City Of Weyburn Line Painting Drawings 2016, Sheet 16 and 18, black paint is also to be used. Allow enough time for the black paint to dry before applying the yellow paint 3.4. REFLECTIVITY All paint lines shall have reflector glass beads. Reflectorization of the paint lines will be obtained by using Potters glass beads during the painting process. The composite beads should meet a minimum of 70% spheres For Roadways, it shall be applied at a rate of 720 to 960 grams per liter (6-8 lbs of bead per US gallon) of paint sprayed on the road surface. For the City of Weyburn Airport Runway and Taxiway, it shall be applied at a rate of 1200 to 1400 grams per liter (10-12 lbs of bead per US gallon) of paint sprayed on the road surface The beads will be applied using an automatic spray gun under pressure, in a fashion to achieve 50% to 60% embedment. Bead coating should be employed to maximize embedment and retroreflectivity The bead supplier shall meet EPA regulations which restrict the emissions of heavy metals for health and safety reasons, and certify that their product does not exceed the following metal contaminants: Arsenic < 75ppm, Lead < 100ppm, Antimony < 80ppm QUALITY CONTROL/INSPECTIONS The City shall reject lines that are not straight, are over-sprayed, have insufficient thickness, are painted on dirty surfaces or are tracked. Periodic onsite inspections shall be carried out by designated City employees during the painting process. The successful Tenderer shall repair, remove or repaint faulty lines as directed by City. At no additional cost to the City 6
9 4. FORM OF TENDER The undersigned, having carefully read the Contract Documents, examined the Plans, inspected the Site, and read the following Addenda (if any): hereby agrees to execute and complete the work contemplated and provide all necessary maintenance for a period of one (1) year from the date of the completion certificate as specified herein. The unit price shall include all applicable Provincial and Federal taxes except the G.S.T. The estimate of quantities, as shown in the Tender, is approximate only and for the purpose of comparing bids. Payment for work done under this Contract will be made on the basis of quantities measured on the site by the City of Weyburn and the unit prices submitted. Prices quoted shall include all labor, equipment and material required for work to be completed as specified. No additional payments shall be made for unauthorized work. The Contract shall cover the period of 2016 to 2018, for three (3) years. The Total Bid and all listed cost shall be annual for the 2016 construction year. The purposed price shall be the basis of for the following two year price. The price for 2017 and 2018 shall be indexed in accordance with the Consumer Price Index as determined for the calendar year of the previous year. The Successful Tenderer may increase price if it is shown that Material or Labour cost increase have exceeded the Consumer Price Index. The City of Weyburn retains the right to terminate the contract if performance of the paint or installation is substandard, and decrease the price if costs have been proven to decrease. Paint performance shall be based on ASTM Standard D913. CENTRELINES & SHOULDERLINES Description Complete Sheet 1, Centreline Painting, Centrelines Complete Sheet 1, Centreline Painting, Shoulder Lines Approximate Length km Unit Price per km Material Cost Labour Cost Total Cost NO PARKING ZONE Description Prepare surface and repaint concrete curb No Parking Zone as directed. Price shall be lineal metre of curb line. Consult Sheet 2, No Parking Zone Curb and Sheet 3, No Parking Curb Zone Details. Unit Price Per m 7
10 CROSSWALKS Description Complete Sheet 4, Crosswalk Locations Spring, Consult Sheet 6, Crosswalk Details Complete Sheet 5, Crosswalk Locations Fall, Consult Sheet 6 Crosswalk Details Approximate Length km Unit Price per km Material Cost Labour Cost Total Cost INTERSECTIONS Description/Location Material Cost Labour Cost Total Cost Government Road. & 1 st Avenue N 5 th Street N & 1 st Avenue N Government Road & Railway Avenue Government Road & Souris Avenue 3 rd Street and Railway Avenue 16 th Street & 1 st Avenue N WEYBURN AIRPORT MAIN RUNWAY Description Unit Unit Price Material Cost Complete Sheet 15, Main Runway, Threshold & 4.96 km Centreline Markings Complete Sheet 15, Main 4 Digits Runway, Runway Designation (3, 0, 1, 2) Markings Labour Cost Total Cost 8
11 WEYBURN AIRPORT TAXIWAY Description Unit Unit Price Material Cost Complete Sheets 16 to 18, Taxiway Centreline Markings Complete Sheet 16 & 18, Runway Holding Position Marking SUMMARY 1.5 km 2 Labour Cost Total Cost Centrelines Description Material cost Labour cost Total Cost Shoulder Lines Crosswalk Intersection Main Runway Taxiway Subtotal G.S.T. Total 9
12 I/We,, hereinafter called the Contractor, having carefully read the contract documents, examined the conditions, hereby agree to execute and complete the supply as per the specifications contained herein, at the prices contained herein, within the timelines contained herein, upon receipt of a letter of award from the City of Weyburn. The Contractor shall provide a breakdown of applicable taxes when invoicing The City for work completed. Any dispute arising out of the acceptance of this tender shall be decided by the Director of Engineering, the City Manager, or City Council, in that order, and the Contractor hereby agrees to these arrangements. 1 st Application (2016) Start Date: Completion Date: 2 nd Application (2016) Start Date: Completion Date: Prior to commencing supply the Contractor shall supply to the City a schedule showing supply dates and activities. This schedule shall be subject to the approval of the City and may be modified with the approval of the City. DATED AT THIS DAY OF, 2016 SIGNED: COMPANY: ADDRESS: PHONE: FAX: 10
13 COMPARABLE WORK EXPERINCE PROJECT OWNER/ CONTRACT WORK DESCRIPITION VALUE ($) CONTACT INFORMATION 11
14 SUBCONTRACTORS TENDER ITEM TRADE SUBCONTRACTOR NAME CONTACT INFORMATION 12
15 7. AGREEMENT (FOR TENDERER S INFORMATION ONLY) C I T Y O F W E Y B U R N 2016 CONTRACT - for the - Line Painting and Pavement Markings for Roadways and the Airport AGREEMENT THIS AGREEMENT, which is made in duplicate this day of, in the year 2016, by and between: WITNESSETH THAT: (hereinafter called the "Contractor") - and - THE CITY OF WEYBURN (hereinafter called the "Owner") The Contractor and the Owner undertake and agree that: 1. THE CONTRACTOR WILL: 1.1. Provide all the materials, unless otherwise indicated, and perform all of the work which is shown on the Drawings and described in the Specifications for the City of Weyburn Line Painting Tender 2016, which have been signed in duplicate by both parties Proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work for the 2016 calendar year on or before, 2016 subject to the provisions of the Contract Documents for adjustments to the Contract Time Do and fulfil everything which is indicated by this Agreement, the Form of Tender, the General Conditions of the Contract, the General Specifications, the Detailed Specifications, the Drawings Construct and complete such additional work, under the terms of this Contract, which may be negotiated by the Owner. 13
16 1.5. Maintain the work, with respect to defects which are caused by omissions and faulty material or workmanship, in complete repair for one (1) year from the date of certified completion, as required in the General Conditions, Section THE OWNER WILL: 2.1. Pay to the Contractor in lawful money of Canada, for the specified materials and services, the unit rates as stipulated in the Tender for work completed and accepted subject to additions or deductions which are provided in the General Conditions of the Contract Make payments under the Contract as follows: Monthly at the rate of ninety percent (90%) of the value of the labour and materials incorporated in the work as estimated by the Contractor, less the aggregate of previous payments. Forty (40) days after the Final Completion Certificate on production to the Owner of proof that there are no Builders Liens, garnishees, attachments or charges or moneys due by the Contractor thereon either to the City or any person in respect to the said work, the balance due under the Contract. 3. The following is an exact and complete list of the Contract Documents, as referred to in Section 1.2 & 1.3 of the Agreement: 1. Agreement 2. General Conditions 3. General Specifications 4. Detailed Specifications for Asphalt 5. Detailed Specifications for Concrete 6. List of Drawings 7. Instructions of Tender 8. Contract Terms Form of Tender 4. Neither party to the Contract shall assign, transfer or sublet the Contract, or any part thereof, without the written consent of the other. 5. If either party hereto desires to give notice to the other party under or in connection with this Contract, such notice shall be effectively given if sent by registered mail to: The Contractor at: The Owner at: To the Attention of: rd Street NE, Weyburn, Saskatchewan S4H SK6 Director of Engineering 6. A communication or notice that is addressed as above shall be considered to have been received 14
17 6.1. immediately upon delivery, if delivered by hand; or 6.2. immediately upon transmission if sent by fax and received in hard copy; or 6.3. after 5 Days from date of posting if sent by registered mail. 7. The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly if the Contractor s Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor. 8. The sender of a notice by fax assumes all risk that the fax is received in hard copy. 9. This Contract shall be construed according to the laws of the Province of Saskatchewan. 10. The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract. 11. The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents. 12. A word in the Contract Documents in the singular includes the plural and, in each case, vice versa. 13. This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns. 15
18 IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Owner: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Z:\Engineering\Engineering\Tenders & RFP's\Tenders 2016\Line Painting 16
19 8. LIST OF DRAWINGS Listed below are the drawings showing design specification and layouts to be followed. Length City Of Weyburn Line Painting Drawings 2016, Table of Contents Sheet Title 1. Centreline Painting 2. No Parking Zone Curb 3. No Parking Curb Zone Details 4. Crosswalk Locations for Spring 5. Crosswalk Locations for Fall 6. Crosswalk Details 7. Stop Bar & Pavement Arrow Typical Details 8. Government Rd & 1 st Ave N 9. 5 th St N & 1 st Ave NE 10. Government Rd & Railway Ave 11. Government Rd & Souris Ave rd St & Railway Ave th St & 1 st Ave NE 14. City of Weyburn Airport 15. Main Runway 16. Taxiway B, Northwest 17. Taxiway: Main Entrance 18. Taxiway C, Southeast 17
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
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 informationSpecifications For Manufactured Materials
SMM 1301-1 Specifications For Manufactured Materials 1. SCOPE This specification covers the requirements for white and yellow fast dry alkyd traffic paint, suitable for airless and air atomized spray application
More informationRequest for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to
More informationRequest 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 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 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 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 informationRequest for Quote 2016 STREETLIGHT PAINTING
Request for Quote For 2016 STREETLIGHT PAINTING Project Number: 5520-06 Issue Date: May 2016 Table of Contents 1. INTRODUCTION... 1 1.1 GENERAL 1 2. INSTRUCTIONS TO CONTRACTORS... 1 2.1 RESPONSIBILITY
More informationSCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO.
SCHEDULE 14 BONDS Part 1 Performance Bond PERFORMANCE BOND NO. $ KNOW ALL PERSONS BY THESE PRESENTS, that Contractor s Name as Principal ( the Principal ) and Surety / Insurance Company name and address,
More 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 informationSUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address
Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter
More informationAPPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources
APPENDIX D CONTRACTUAL AGREEMENT (Sample) THIS AGREEMENT made in duplicate, BETWEEN: THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources (Hereinafter referred to as the
More informationRequest for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name
More informationADVERTISEMENT FOR BIDDERS
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
More informationRequest for Proposal
Request for Proposal Design, Build, Lease Rooftop Solar PV System RFP# 14-2015 Calabogie Community Rink, 574 Mill Street, Calabogie, Ontario Proposal Closing Date: September 25, 2015; 2:00 PM Local Time
More informationTHE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT
Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")
More informationRequest for Quotation
City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STORAGE AREA NETWORK AT WORKS YARD STORES Bidders are requested to respond to this Quotation call as
More informationAsphaltic Wedge Paving
OFFICIAL NOTICE ADVERTISEMENT FOR BIDS Notice is hereby given by the Town of Oregon, Dane County, Wisconsin, will receive sealed bids for Road Construction as listed in this request until 4:00 P.M., Local
More informationVillage of Nakusp RFQ 2016-1 Source Protection Plan
RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,
More informationSECTION 623 CONCRETE BONDING COMPOUND, EPOXY MORTAR AND EPOXY POLYMER CONCRETE OVERLAY SECTION 623.10 CONCRETE BONDING COMPOUND.
SECTION 623 CONCRETE BONDING COMPOUND, EPOXY MORTAR AND EPOXY POLYMER CONCRETE OVERLAY SECTION 623.10 CONCRETE BONDING COMPOUND. 623.10.1 Description. This work shall consist of preparing the surface,
More informationFORM 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 informationPERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND
Section 00 61 13.13 & 00 61 13.16 Douglas County School District Re.1 Castle Rock, Colorado PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1. FORMS TO BE USED Two (2) separate bonds are required: Both
More informationSealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
More 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 informationAIA Document A312 - Electronic Format. Performance Bond
AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION
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 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 informationPayment Bond U.S. Department of Housing OMB Approval No. 0000-0000 and Urban Development (Exp. 00/00/00) Office of Housing
1 Payment Bond U.S. Department of Housing OMB Approval No. 0000-0000 and Urban Development (Exp. 00/00/00) Office of Housing Public Reporting Burden for this collection of information is estimated to average
More informationFORM 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 informationAtrium 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 informationConstruction Performance Bond. THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of. Sample Preview CONTRACTOR: Address
Construction Performance Bond THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of [which is one hundred percent of the Contract Price], and is entered into by and between the parties
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 informationStandard 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 informationREQUEST FOR BIDS. Project Management Technical Services
REQUEST FOR BIDS Project Management Technical Services SECTION 1: GENERAL INSTRUCTIONS TO BIDDERS 1. Bids must be submitted in the form specified in this invitation, if any, and sealed in an envelope or
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 informationSPECIFICATIONS 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 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 informationAIA Document A310 TM 2010
AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections
More informationAGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into
More information1. 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 informationNOTICE 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 informationUnity Community Center Metal Roof Installation. Request for Bids
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 381 32 School Street
More informationCLIENT / PROJECT MANAGER AGREEMENT
Authorship of this work is claimed by The Association of Construction Project Managers and any unauthorised reproduction constitutes an infringement in terms of the Copyright Act No 98 of 1978. CLIENT
More informationHOMER 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 informationContract Between Publisher and Author.
Contract Between Publisher and Author. Agreement made this day of, 19", between, of, hereinafter called author, and, of, hereinafter called publisher. Author agrees as follows: 1. To furnish and deliver
More informationINVESTMENT ADVISORY AGREEMENT
The undersigned client ( I ) agrees to engage WealthStrategies Financial Advisors, LLC ( you ) as advisor for the Account(s) custodied with FOLIOfn Investments, Inc. ( Account(s) ) upon the following terms
More informationCanterbury 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 informationAIA Document A141 TM - 2004 Standard From of Agreement Between Owner and Design- Builder
AIA Document A141 TM - 2004 Standard From of Agreement Between Owner and Design- Builder AGREEMENT made as of the day of in the year of (In words, indicate day, month and year) BETWEEN the Owner: (Name,
More informationRequest 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 informationRequest for Proposal
Request for Proposal Central Library Building Assessment Review Issued by: Regina Public Library P.O. Box 2311 2311 12 th Avenue Regina, Saskatchewan S4P 3Z5 Issue Date: May 22, 2014 Closing Date: June
More informationSample: Request for Proposals District Official Community Plan. Request for Proposal. Elm Planning District
Sample: Request for Proposals District Official Community Plan Request for Proposal For professional community planning services to the Elm Planning District, including, but not limited to, the preparation
More informationPERFORMANCE BOND INSTRUCTIONS (FEB 2015)
PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature
More informationKentucky Department of Education Version of Document A312 2010
Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal
More informationAppendix F Subdivision Street Construction Applications and Forms
Appendix F Subdivision Street Construction Applications and Forms Subdivison Street Construction Process: Applicant submits the following: o Copy of the recorded record plan o Approved construction drawings
More informationPERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we,
PERMIT BOND ONE LOCATION LIABILITY KNOW ALL PERSONS BY THESE PRESENTS, that we, hereinafter referred to as the Principal, and hereinafter referred to as the (or Sureties ) are held and firmly bound to
More 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 informationSURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)
Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT
More informationCONTRACT 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 informationMUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE
MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE LED LIGHTING UPGRADE MADOC & DISTRICT RECREATION CENTRE 45 COOPER RD DATE OF ISSUE: April 18, 2016 TENDER CLOSING: INQUIRIES TO: 12:00 Noon local time,
More informationAIA Document A312 TM 1984
Performance Bond AIA Document A312 TM 1984 CONTRACTOR (Name and Address): H. B. Barnard, General Corporation 53 West Jackson Boulevard Suite 235 OWNER (Name and Address): The Chicago Society of Alpha Delta
More informationCITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES
CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be
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 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 information2014 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 informationBID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM
BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationTerms and Conditions of Offer and Contract (Works & Services) Conditions of Offer
Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland
More informationTENDER 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 informationUNIVERSITY OF MINNESOTA
UNIVERSITY OF MINNESOTA Bond Number CONTRACTOR: «Vendor_Name» «Address_1» «Address_2» 00620PAY PAYMENT BOND SURETY (Name and Address as listed in the current Federal Register): OWNER: Regents of the University
More informationQUOTE 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 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 informationREQUEST 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 informationDocument A312" 2010. of business) OWNER'S REPRESENTATIVE: (Architect, Engineer or other party:) 500 North Main Street Monroe, North Carolina 28112
Document A312" 2010 Payment Bond CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) Union County 500 North Main Street Monroe, North Carolina 28112 CONSTRUCTION CONTRACT
More informationPROMISSORY NOTE. Interest calculations shall be based on a 360-day year and charged on the basis of actual days elapsed.
PROMISSORY NOTE...(date)... 1. Principal. FOR VALUE RECEIVED, the undersigned,...(name)... (Borrower), whose address is..., promises to pay to...(name)..., a... (Lender), whose address is..., the principal
More informationKennebecasis Valley Fire Department Inc.
Inc. Chief Bill Ireland Deputy Chief Dan McCoy 7 Campbell Drive, Rothesay, NB E2E 5B6 Phone (506 848-6604 Fax (506 848-6608 Email: admin.kvfd@nb.aibn.com REQUEST FOR QUOTATION RFQ No. 15-1030 Winter Maintenance
More informationInvitation 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 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 informationCITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages
CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages May 2016 PAGE 2 CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking
More informationCITY OF REDMOND SIDE SEWER CONTRACTOR PERFORMANCE AND WARRANTY BOND
Development Engineering and Construction Bond No. CITY OF REDMOND SIDE SEWER CONTRACTOR PERFORMANCE AND WARRANTY BOND WHEREAS,, hereinafter referred "Principal" has applied to the City of Redmond, hereinafter
More informationConstruction Contract
Construction Contract Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS IS A MODEL DOCUMENT FOR USE IN RENOVATION OR CONSTRUCTION LOAN TRANSACTIONS. THIS FORM IS PROVIDED AS AN EXAMPLE AND IS
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 informationCONTRACTOR GUIDELINES
CONTRACTOR GUIDELINES WORKING IN NEIGHBORHOODS (WIN) HOUSING DIVISION 175 East Second Street, Suite 580 Tulsa, OK 74103 Telephone 918.576.5552 Fax 918.699.3239 Website www.cityoftulsa.org/housing Email
More informationUSING THE ROAD MAINTENANCE AGREEMENT TEMPLATE
USING THE ROAD MAINTENANCE AGREEMENT TEMPLATE The Ministry of Government Relations has created a draft Road Maintenance Agreement template for municipalities and industry to use cooperatively. The primary
More informationTOWN OF WINDSOR REQUEST FOR QUOTES. Drying Bed Construction
QUOTATION Closing Date: May 13, 2016 at 3:00pm Opening Date: May 13, 2016 at 3:00pm At 100 King Street, Windsor N.S. Quotes can be faxed to 902-798-5679 Attn: Todd Richard or Mailed or dropped off at the
More informationTOWNSHIP 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 informationQSP 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 informationREQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
More informationASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT
APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING
More informationAgreement for Net Metering and Interconnection Services (Level 1, 2 and 3 Interconnection)
Agreement for Net Metering and Interconnection Services (Level 1, 2 and 3 Interconnection) This Agreement for Net Metering and Interconnection Services ( Agreement ) is made and entered into this day of
More informationPAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05.
PAYMENT/PERFORMANCE BOND STATE OF ) COUNTY OF ) ss This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05. Surety Name: Bond Number: Contractor Name: Owner
More informationBidding 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 informationLicensee Application for. Texas Southern University
Licensee Application for Texas Southern University Office of General Counsel Hannah Hall, Suite 310 Houston, Texas 77004 Phone: 713/313-7950 Fax: 713/313-1906 Nonexclusive License Date: Company Name: Address:
More informationCONCIERGE SERVICE AGREEMENT. THIS AGREEMENT made this day of, 20, by and between QILIVING,
CONCIERGE SERVICE AGREEMENT THIS AGREEMENT made this day of, 20, by and between QILIVING, LLC., a New York Limited Liability Company with an address at 234 East 58 th Street, Suite 3 New York, New York
More informationCONSTRUCTION AND PURCHASE CONTRACT (Fixed Price - Builder-owned Lot)
Home Builders Association of HBA Phone Contract No. CONSTRUCTION AND PURCHASE CONTRACT (Fixed Price - Builder-owned Lot) THIS CONTRACT, dated, 20, between (referred to as "Builder") and (referred to as
More informationTENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana
TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for
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 informationCITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY
CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY Name of Project Contractor(Principal) Project/Contract # Surety Bond Amount $ Bond # 1. Date and Parties This performance and payment bond with guaranty
More informationREQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01
The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, On L9V 0G8 REQUEST FOR QUOTATION FOR GOODS AND SERVICES RFQ-2016-01 SCREENING, HAULING, MIXING & STACKING WINTER SAND QUOTATIONS
More informationRFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
More information