UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT
|
|
|
- Griffin Gibbs
- 10 years ago
- Views:
Transcription
1 UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT JANUARY
2 INVITATION TO BID Sealed Bids will be received by the University Area Joint Authority in their offices at 1576 Spring Valley Road, State College, Centre County, Pennsylvania, until 2 PM prevailing time, February 10 th, 2015, at which time they will be opened and read aloud. The bids are to be for the purchase of: 1. CONTRACT # , PAVING CONTRACT Instructions to Bidders, Specifications and Forms of Contracts may be obtained at the office of the Authority. All Bids shall be on the Bid Form and shall be irrevocable for a period of sixty (60) days after the opening of Bids. The University Area Joint Authority reserves the right to waive any defects, errors, omissions, mistakes, informalities, to accept any bid or combination of bids that are deemed to be in the best interest of the Authority, and to reject any or all bids. Please be advised that the University Area Joint Authority will not discriminate against any interested firms or individuals in regard to race, creed, color, sex, age, handicap or national origin in the selection process. Please contact Diane Ruth at between the hours of 8 a.m. and 4 p.m. with questions. University Area Joint Authority Cory R. Miller, Executive Director Dated: January
3 FORM OF BID FOR: PAVING CONTRACT TO: University Area Joint Authority 1576 Spring Valley Road State College, Pa Contractor: Pursuant to and in accordance with your advertisement for bids dated January 28 th, and January 31 ST, 2015 and the Instructions to Bidders relating thereto, the Undersigned having carefully examined the Specifications and other Contract Documents hereby proposes to furnish PAVING in accordance with the Specifications and all Addenda issued by the Owner and mailed to the Undersigned a minimum of three (3) working days prior to the opening of Bids whether received by the undersigned or not, complete, and ready for use, for the price set forth in the following Schedule. 3
4 CONTRACT # SCHEDULE NO. 1 ARTICLE #1: TRENCH PAVING For furnishing TRENCH PAVING as specified in Section No. 2 of these Specifications, the square yard price is: Additions or Deductions for Modifications and/or Exceptions to the Specifications: 1. $ 2. $ ARTICLE #2: TRENCH PAVING, BASE ONLY For furnishing TRENCH PAVING, BASE ONLY as specified in Section No. 2 of these Specifications, the square yard price is: Additions or Deductions for Modifications and/or Exceptions to the Specifications: 1. $ 2. $ 4
5 BIDDER S REPRESENTATION The undersigned hereby represents as follows: 1. That their Bid is made without connection with any person, firm, or corporation making a bid for the same PAVING, and is in all respects fair and without fraud or collusion; 2. That no officer, agent or employee of the University Area Joint Authority is personally interested directly or indirectly in their Contract or the compensation to be paid hereunder; and, 3. That no representation, statement or statements, oral or in writing, has induced them to enter into their contract excepting only those contained in the Contract Documents or made a part hereof by its terms. The undersigned hereby designates as their office to which any notice of acceptance may be sent. Please provide company name, address, contact, phone and address. 5
6 Their bid may be withdrawn at any time prior to the scheduled time for opening of bids or any authorized postponement thereof. WITNESS: WITNESS: INDIVIDUAL: (SEAL) PARTNERSHIP: (SEAL) By: (SEAL) (SEAL) WITNESS: FIRM OR CORPORATION: (SEAL) By: If a corporation, give State of Incorporation using the phrase, A Corporation Organized under the Laws of. If a partnership, give names of partners, using also, the phrase, Co-partners trading and doing business under the firm name of. If an individual, using a trade name, give individual name, using also, the phrase, An individual doing business under the firm name of. 6
7 SECTION NO. 1 INSTRUCTIONS TO BIDDERS 1. The attached Specifications set forth for PAVING CONTRACT. Any change, variation or substitution of equal product must be clearly stated in the bid. 2. All Contracts must be executed on forms furnished by the Authority. 3. All Bids shall be sealed in an envelope plainly marked SEALED BID FOR PAVING CONTRACT # UNIVERSITY AREA JOINT AUTHORITY. 4. All supplemental instructions will be in the form of written Addenda to the bid and Specifications, which if issued, will be mailed to all prospective Bidders not later than three (3) working days prior to the date fixed for the opening of the bids. 5. The successful Bidder will be responsible for the payment of all Excise, Sales and Use Taxes and all other taxes required by law on all materials, tools, apparatus, equipment, fixtures, services, uses and incidentals which they purchase or use for the purpose of fulfilling the work of their Contract, and they shall include all amounts required for such taxes within the item prices in their Bid. No additional payment will be made to cover such taxes. Each Bidder shall thoroughly familiarize themselves before submitting a Bid with all laws requiring the payment of such taxes. Attention is directed to the fact that under existing provisions of the Pennsylvania 1963 Tax Act for Education and regulations promulgated by the Pennsylvania Department of Revenue, items of tangible personal property used or consumed directly in the rendition of a public utility service (including a sewer system) are exempt from tax under said Act upon proper application for the certificate of exemption. Bidders are further advised that, upon proper application, an Excise Tax Exemption Certificate will be provided to the successful Bidder. 7
8 CONTRACT THIS AGREEMENT made and entered into this day of by and between the University Area Joint Authority, hereinafter known as the Owner, Party of the First Part, and a known as, existing under the laws of, hereinafter called the CONTRACTOR, Party of the Second Part. WITNESSETH, that the Parties hereto for the consideration stated mutually agree as follows: ARTICLE I SCOPE OF WORK: The Contractor agrees to furnish the specified PAVING and perform all work necessary for or incidental to, and to perform all other obligations imposed by their contract for the complete work, all in strict accordance with the CONTRACT DOCUMENTS as prepared by the Authority, attached hereto or referred to herein, all of which are made a part of and designated as follows: a. Notice to Bidders b. Instructions to Bidders c. Form of Bid d. Specifications for PAVING CONTRACT 8
9 ARTICLE II DISPOSAL OF CONTRACT: The CONTRACTOR shall keep the CONTRACT under their own control and shall not sell, transfer or assign or otherwise dispose of the CONTRACT or any portion thereof or their right, title or interest herein to any person, firm or corporation without the express written consent of the OWNER. IN WITNESS WHEREOF, the parties hereto have caused the signatures of their proper officers to be affixed hereunto on the day and year first above written. CONTRACT # PAVING CONTRACT ARTICLE #1: TRENCH PAVING UNIVERSITY AREA JOINT AUTHORITY By: Chairman ATTEST: Secretary CONTRACTOR By: ATTEST: 9
10 ARTICLE II DISPOSAL OF CONTRACT: The CONTRACTOR shall keep the CONTRACT under their own control and shall not sell, transfer or assign or otherwise dispose of the CONTRACT or any portion thereof or their right, title or interest herein to any person, firm or corporation without the express written consent of the OWNER. IN WITNESS WHEREOF, the parties hereto have caused the signatures of their proper officers to be affixed hereunto on the day and year first above written. CONTRACT # PAVING CONTRACT ARTICLE #2: TRENCH PAVING, BASE ONLY UNIVERSITY AREA JOINT AUTHORITY By: Chairman ATTEST: Secretary CONTRACTOR By: ATTEST: 10
11 SECTION NO. 2 SPECIFICATIONS The following indicates the MINIMUM specifications of their contract. Contract period will be for the calendar year of Contractor must give UAJA 30 day written notice before winter work shutdown. ARTICLE #1 TRENCH PAVING CONTRACT: 1) Trench Paving Requirements: Paving Contract will fall within the calendar year 2015, with the option to extend the contract up to 3 times in one year increments, if agreed upon by both parties. Beginning and ending dates will be at the discretion of UAJA. Approximate pavement quantity required: square yards Contractor must excavate stone backfill to sub grade elevation, and compact surface of 2A sub grade material. Place and compact 6 (compacted depth) BCBC. Place and compact 2 (compacted depth) ID-2 wearing surface. Seal all joints with AC-20 hot oil. Contractor must remove all excess materials from site. Roadway must be cleaned by broom before highway is re-opened. Remove all traffic devices. 2) Special Conditions: Mobilization involved in patching a location must involve establishing traffic controls and include flag persons if necessary. Mobilization for all patchwork will be included in the price per square yard. UAJA will attempt to schedule more than one paving location per day when feasible. Bidder will supply all materials and equipment to complete the job. UAJA shall be responsible for any necessary permits. UAJA shall be responsible for compaction of select stone backfill in trench patch areas. The successful bidder must provide a maintenance bond to UAJA upon award of contract against defects in workmanship or materials for a period of one (1) year. The successful bidder must provide proof of Workman s Compensation Insurance. The successful bidder must provide a Certificate of Insurance naming UAJA as an additional insured and providing proof of commercial auto and general liability coverage at a minimum of $1,000, per occurrence. Work must commence within 5 workdays upon verbal notification from UAJA, weather permitting. 11
12 All materials must be guaranteed to meet UAJA specifications. All work to be completed in a workman like manner according to Penn Dot standard practices. Any deviation from the above specifications will be executed only upon written order to UAJA, and will become an extra charge over and above the contract only after UAJA approval. All agreements are contingent upon strikes, accidents or delays beyond our control. Faxed or ed bids will not be accepted. All bidders must provide a minimum of 3 work references (unless you have had previous work experience with UAJA). ARTICLE #2 TRENCH PAVING, BASE ONLY CONTRACT: 1) Trench Paving, Base Only Requirements: Paving Contract will fall within the calendar year 2015, with the option to extend the contract up to 3 times in one year increments, if agreed upon by both parties. Beginning and ending dates will be at the discretion of UAJA. Approximate pavement quantity required: square yards Contractor must excavate stone backfill to sub grade elevation, and compact surface of 2A sub grade material. Place and compact 6 (compacted depth) BCBC. Place and compact 2 (compacted depth) ID-2 wearing surface. Seal all joints with AC-20 hot oil. Contractor must remove all excess materials from site. Roadway must be cleaned by broom before highway is re-opened. Remove all traffic devices. 2) Special Conditions: Mobilization involved in patching a location must involve establishing traffic controls and include flag persons if necessary. Mobilization for all patchwork will be included in the price per square yard. UAJA will attempt to schedule more than one paving location per day when feasible. Bidder will supply all materials and equipment to complete the job. UAJA shall be responsible for any necessary permits. UAJA shall be responsible for compaction of select stone backfill in trench patch areas. The successful bidder must provide a maintenance bond to UAJA upon award of contract against defects in workmanship or materials for a period of one (1) year. The successful bidder must provide proof of Workman s Compensation Insurance. The successful bidder must provide a Certificate of Insurance naming UAJA as an additional insured and providing proof of commercial auto and general liability coverage at a minimum of $1,000, per occurrence. Work must commence within 5 workdays upon verbal notification from UAJA, weather permitting. 12
13 All materials must be guaranteed to meet UAJA specifications. All work to be completed in a workman like manner according to Penn Dot standard practices. Any deviation from the above specifications will be executed only upon written order to UAJA, and will become an extra charge over and above the contract only after UAJA approval. All agreements are contingent upon strikes, accidents or delays beyond our control. Faxed or ed bids will not be accepted. All bidders must provide a minimum of 3 work references (unless you have had previous work experience with UAJA). 13
UNIVERSITY 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
Asphaltic 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
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131
SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett
NEGAUNEE 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
MANTON 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
ADVERTISEMENT 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
#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
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids
CONSULTANT AGREEMENT WITNESSETH. Recitals:
CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of, 2000, by and between ( CONSULTANT ) and the City of Santa Ana, a municipal corporation of the State of California ( CITY ). WITNESSETH
Borough 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
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
INSTRUCTIONS 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
AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR
AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION
RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00
MASTER ROAD REPAIR AGREEMENT STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF HOOD
SUP-20 - Date or PL-20 - Date GW-20 - Date MASTER ROAD REPAIR AGREEMENT STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF HOOD This Road Repair Agreement, ( Agreement ), is made and entered into
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
WHEREAS, Replacement Customer has requested that Operator provide certain natural gas services for Replacement Customer; and
FORM OF SERVICE AGREEMENT FOR CAPACITY RELEASE UMBRELLA AGREEMENT UNDER RATE SCHEDULE FSS and FWS Service Agreement No. This UMBRELLA SERVICE AGREEMENT, made and entered into this day of by and between
STANDARD CONTRACT EXECUTION FORMS
THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous
Unity 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
TOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
CONSTRUCTION AGREEMENT FOR
CONSTRUCTION AGREEMENT FOR THIS AGREEMENT, made as of the day of, 20, by and between, a corporation, hereinafter called the Contractor, and Wake County, a body corporate and politic and a political subdivision
Exhibit D CONTRACT DOCUMENTS
Exhibit D CONTRACT DOCUMENTS Table of Contents: PUBLIC CONSTRUCTION BOND... 1 CONTRACT... 3 CONSENT OF SURETY TO FINAL PAYMENT... 7 PROPOSAL/BID BOND... 8 AFFIDAVIT... 9 NON COLLUSION AFFIDAVIT... 10 SCRUTINIZED
CITY 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
Small Public Work Contract
City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date
Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1
Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222
Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address:
City of Woodland Park Internet Service Provider (IPS) Permit for Installation of Telecommunication Infrastructure within City Owned Rights-of-Way (up to five locations per single permit) Permit No. Permit
BID BOND CITY OF EAST POINT, GEORGIA
BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point
AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101
AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,
WITNESSETH. 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
Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald
LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch
Request for Proposals BUILDING DEMOLITION SERVICES
Request for Proposals BUILDING DEMOLITION SERVICES Coffeyville Community College 400 W. 11 th Street Coffeyville, KS 67337 Date Issued: February 17, 2014 Date Due: March 6, 2014 at 2:00 pm, local time
How To Write A Contract In The European
(Form-9) Agreement with Contractor for THIS AGREEMENT (hereinafter, together with the appendices and all the documents annexed hereto and forming an integral part hereof, referred to as the Contract )
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT. for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS)
CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS) City of Shawnee P O Box 1448 Shawnee, Oklahoma 74802-1448 SHAWNEE
COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID
COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment
MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES
MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES MASTER SERVICES AGREEMENT This Master Services Agreement (the Agreement ) shall govern the provision of services to the undersigned client (the
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION ELECTRONIC SIGNATURE AGREEMENT
CCO Form: DE06 Approved: 02/14 (AR) Revised: Modified: MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION ELECTRONIC SIGNATURE AGREEMENT THIS AGREEMENT is entered into by the Missouri Highways and Transportation
REQUEST 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
PAYROLL SERVICE AGREEMENT. On this day of, 2016, this PAYROLL SERVICE AGREEMENT. ( Agreement ) is entered into by and between ("EMPLOYER")
PAYROLL SERVICE AGREEMENT On this day of, 2016, this PAYROLL SERVICE AGREEMENT ( Agreement ) is entered into by and between ("EMPLOYER") and WE PAY Payroll Processing Company, 3 W. Olive Street, Suite
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
ASBESTOS/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
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly
REQUEST FOR PROPOSAL Procurement of Landscaping Services
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012
SECTION 000100 - INSTRUCTIONS TO BIDDERS
SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted
During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:
CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and
W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT BID NO. 10-91345-003 Addendum 3a
PROPOSAL AND BID FORM W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT Pursuant to and in compliance with your Invitation to Bid dated February 9, 2010, the Instructions to Bidders, Special Conditions and
REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:
COUNTY OF TANEY, MISSOURI
COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March
REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring
MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 704-921-1912, Fax: 704-921-1914
Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 7049211912, Fax: 7049211914 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Longterm Rental Property This Exclusive
Western Virginia Water Authority. Roanoke, Virginia
Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE
Request 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
PAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized
PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized and existing under laws of the of, with a principal office at, and authorized to do business
BID 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
PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND
Section 00 61 13.13 & 00 61 13.16 Douglas County School District Re.1 Castle Rock, Colorado PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1. FORMS TO BE USED Two (2) separate bonds are required: Both
HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015
HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby
SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as
SERVICE PROVIDER AGREEMENT This SERVICE PROVIDER AGREEMENT is made and entered into this day of, 20, between the Board of County Commissioners of LEE COUNTY, a political subdivision of the STATE OF FLORIDA
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340
PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:
PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an
Request for Proposal. Internet Access. Oconee Regional Library. E-rate Funding Year July 1, 2014 through June 30, 2015
Request for Proposal Internet Access Oconee Regional Library E-rate Funding Year July 1, 2014 through June 30, 2015 October 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Oconee Regional Library Form
PERFORMANCE BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as. Principal (the Principal ), and, a corporation
PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and _, a corporation organized and existing under the laws of the of, having its principal office at, and authorized
STATE OF NORTH CAROLINA AGREEMENT COUNTY OF WAKE
SURETY AGREEMENT Instrument prepared by: Raleigh City Attorney's Office Brief Description for Index: Access Agreement Tax Identifier Number: Wake County Courthouse Mail After Recording to: City Clerk's
Town 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
Four Seasons Property Management Inc 2334 The Plaza Charlotte, NC 28205
Four Seasons Property Management Inc 2334 The Plaza Charlotte, NC 28205 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Long-term Rental Property This Exclusive Property Management Agreement is entered into by
CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID
PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the
How To Build A Data Backup System In Town Of Trumbull
TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from
CITY OF LASTRUP, MINNESOTA
, MINNESOTA SPECIFICATIONS AND CONTRACT DOCUMENTS FOR LAWN MOWING -2016 PUBLIC NOTICE OF REQUEST FOR BIDS, MINNESOTA LAWN MOWING 2016 Notice is hereby given that the City of Lastrup is seeking bids for
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
SPECIFICATIONS, TERMS AND CONDITIONS FOR PAVING PROJECT
SPECIFICATIONS, TERMS AND CONDITIONS FOR PAVING PROJECT Sealed Bids DUE DATE: Tuesday, June 21, 2016 3:00 pm LOCATION: District Office: 2000 West State Street Coal Township, PA 17866 INSTRUCTIONS TO BIDDERS
STAMFORD 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
INVITATION 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
REQUEST 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
St. Louis County Water Service Line Repair Program Rules and Regulations
St. Louis County Water Service Line Repair Program Rules and Regulations Chapter 1112 of the St. Louis County Revised Ordinances ( SLCRO ) and the following Rules and Regulations shall implement the Water
SPECIFICATIONS 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
AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO 2012-13 TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE)
AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO 2012-13 TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE) THIS AGREEMENT, made as of the 11 th day of June, 2012, by and between the COUNTY
Appendix F Subdivision Street Construction Applications and Forms
Appendix F Subdivision Street Construction Applications and Forms Subdivison Street Construction Process: Applicant submits the following: o Copy of the recorded record plan o Approved construction drawings
BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No. 400360 Issued: June 3, 2013. PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)428-7389
Department of Finance City Hall Room 105A, 30 Church Street Rochester, New York 14614-1281 www.cityofrochester.gov Printed Name of Bidder BOTTLED WATER/COFFEE SERVICE Invitation to Bid No. 400360 Issued:
Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
AGREEMENT 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
Phone: 866-666-3835 FAX: 614-652-7919 Email:[email protected]. Credit Application
Phone: 866-666-3835 FAX: 614-652-7919 Email:[email protected] Credit Application 1. Legal Entity Name: 2. D/B/A (if any): 3. Business Type (check one): Proprietorship Partnership (S) Corp
LANDSCAPING & GROUNDS CARE BIDDING CHECKLIST
LANDSCAPING & GROUNDS CARE BIDDING CHECKLIST 1. Insurance Certificate 2. Form of Contract Executed and Notarized 3. Certifications Executed and Notarized 4. Bid Proposal Executed and Notarized 5. Pages
DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD
DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD The contactor shall possess a California contractor s license, Class A,
