Invitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475

Size: px
Start display at page:

Download "Invitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475"

Transcription

1 Invitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY Arlington House Roof Replacement THIS IS NOT AN ORDER Non-Mandatory Pre-Bid Conference: September 27, 2018, at 10:00 AM (ET), at The University Club at Arlington (Pro Shop) Bid Opening: October 17, 2018, at 2:00 PM (ET) Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies, equipment or services set forth herein, subject to all conditions outlined in this Bid Package, including : Invitation to Bid... 1 EKU General Terms and Conditions Project Specifications Project Drawings Note: If you require a larger format set of plans, you may download them from our website at: If you would like to purchase a hard copy set of project documents, contact Builder's Exchange of Kentucky at (502) , or at info@bxkentucky.com.

2 EKU Eastern Kentucky University Invitation to Bid Bid No: Return Original Copy of Bid To: Issue Date: 9/19/18 Eastern Kentucky University Purchasing Division Purchasing Officer: Justin Ingram Room 1411, Commonwealth Bldg. Phone: Project Name: Arlington Roof Replacement Richmond, KY IMPORTANT: BIDS MUST BE RECEIVED BY: October 17, 2018, at 2:00 PM (ET) Bids for competitive negotiation shall not be subject to public inspection until negotiations between the purchasing agency and all Offerors have been concluded and a contract awarded to the responsible offeror submitting the proposal determined in writing to be the most advantageous to the University, price and the evaluation factors set forth in the advertisement and solicitations for proposals will be considered. An award of contract may be made upon the basis of the initial written proposals received without written or oral discussions. Contracts resulting from this Bid must be governed by and in accordance with the laws of the Commonwealth of Kentucky. The University reserves the right to request proposal amendments or modifications after the bid receiving date. THE TERMS AND CONDITIONS OF THIS INVITATION TO BID INCLUDE ALL GENERAL CONDITIONS, AS SET FORTH BY EASTERN KENTUCKY UNIVERSITY, PLUS ANY SPECIAL CONDITIONS ENUMERATED HEREIN. NOTICE Any agreement or collusion among Offerors or prospective Offerors, which restrains, tends to restrain, or is reasonably calculated to restrain competition by agreement to bid at a fixed price or to refrain from offering, or otherwise, is prohibited. Any person who violates any provisions of KRS 45A.325 shall be guilty of a felony and shall be punished by a fine of not less than five thousand dollars nor more than ten thousand dollars, or be imprisoned not less than one year nor more than five years, or both such fine and imprisonment. Any firm, corporation, or association who violates any of the provisions of KRS 45A.325 shall, upon conviction, may be fined not less than ten thousand dollars or more than twenty thousand dollars. AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST I hereby swear (or affirm) under the penalty for false swearing as provided by KRS : That I am the offeror (if the offeror is an individual), a partner, (if the offeror is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the offeror is a corporation); That the attached proposal has been arrived at by the offeror independently and has been submitted without collusion with, and without any agreement, understanding or planned common course of action with, any other Contractor of materials, supplies, equipment or services described in the Request for Proposal, designed to limit independent bidding or competition; That the contents of the proposal have not been communicated by the offeror or its employees or agents to any person not an employee or agent of the offeror or its surety on any bond furnished with the proposal and will not be communicated to any such person prior to the official closing of the RFP: That the offeror is legally entitled to enter into contracts with the Eastern Kentucky University and is not in violation of any prohibited conflict of interest, including those prohibited by the provisions of KRS 45A.330 to.340, , and That I have fully informed myself regarding the accuracy of the statement made above. SWORN STATEMENT OF COMPLIANCE WITH CAMPAIGN FINANCE LAWS In accordance with KRS45A.110 (2), the undersigned hereby swears under penalty of perjury that he/she has not knowingly violated any provision of the campaign finance laws of the Commonwealth of Kentucky and that the award of a contract to a bidder will not violate any provision of the campaign finance laws of the Commonwealth of Kentucky. CONTRACTOR REPORT OF PRIOR VIOLATIONS OF KRS CHAPTERS 136, 139, 141, 337, 338, 341 & 342 The Contractor by signing and submitting a proposal agrees as required by 45A.485 to submit final determinations of any violations of the provisions of KRS Chapters 136, 139, 141, 337, 338, 341 and 342 that have occurred in the previous five (5) years prior to the award of a contract and agrees to remain in continuous compliance with the provisions of the statutes during the duration of any contract that may be established. Final determinations of violations of these statutes must be provided to the University by the successful Contractor prior to the award of a contract. CERTIFICATION OF NON-SEGREGATED FACILITIES The Contractor, by submitting a proposal, certifies that he/she is in compliance with the Code of Federal Regulations, No. 41 CFR (b) that prohibits the maintaining of segregated facilities. SMOKE FREE ZONE POLICY The Offeror, by signing and submitting a Proposal, agrees to comply with the University s Smoke Free Zone Policy. See: SUSTAINABILITY POLICY The University is committed to reducing the adverse environmental impact of its purchasing decisions; it is committed to buying goods and services from contractors who share its environmental concern and commitment. The University encourages bidders to include in their responses economical and environmentally friendly products and service options that serve to minimize waste, reduce excess packing, recycle, reduce, reuse, prevent pollution, and/or offer resource efficiency. It s the University s goal to maximize environmental responsibility on its campuses. SIGNATURE REQUIRED: This proposal cannot be considered valid unless signed and dated by an authorized agent of the Offeror. Type or print the signatory's name, title, address, phone number and fax number in the spaces provided. Offers signed by an agent are to be accompanied by evidence of his/her authority unless such evidence has been previously furnished to the issuing office. Company Name: Address: City, State, Zip: Phone No: Fax: Authorized Signature: Typed or Printed Name: Title: Federal ID No: Date: BID FORMS 8

3 INVITATION NUMBER: PROJECT: Arlington Roof Replacement PURCHASING INSTRUCTIONS TO BIDDERS EASTERN KENTUCKY UNIVERSITY DIVISION OF PURCHASES & STORES RICHMOND, KY THIS IS NOT AN ORDER 1. Bids must be received in the Division of Purchases and Stores, Commonwealth Building, Room 1411, Richmond, KY in a sealed envelope no later than 2:00 PM (ET) on October 17, 2018, at which time all bids received will be publicly opened and read in the Bid Opening Room. 2. Bid envelope shall be addressed as indicated herein below. No responsibility will attach to the Division of Purchases the premature opening of, or the failure to open a bid not properly addressed or identified. Address bids as follows: Name & Address of Bidder Eastern Kentucky University Division of Purchases & Stores Commonwealth Bldg. INVITATION NO.: EKU th Floor, Room 1411 BID OPENING: October 17, 2018 Richmond, KY OPENING TIME: 2:00 PM (ET) NON-MANDATORY PRE-BID CONFERENCE: September 27, 2018, at 10:00 AM (ET) September 27, 2018, at 10:00 AM (ET), at The University Club at Arlington (Pro Shop) Questions Due By: October 4, 2018, at 4:00 (ET) Submit all questions electronically to justin.ingram@eku.edu Temporary parking permits are available thru EKU Parking and Transportation, Commonwealth Hall, 2nd Floor 521 Lancaster Avenue, Richmond, KY 40475, (859) Please request parking permits at least (72) hours prior to campus visit. 3. No bidder may withdraw his bid for a period of thirty (30) calendar days after the date set for the opening of bids. Clerical errors and omissions in the computation of the lump sum bid shall be cause for withdrawal of the bid without forfeit of the bid bond. Bids may be withdrawn in person only prior to the closing date of the receipt of bids. 4. Bids, upon their receipt, are stamped showing the hour and date received. Bids received after the scheduled closing time will not be considered, provided legal and acceptable bids have been received. 5. The right is reserved to reject any and all bids and to waive all informalities and/or technicalities where the best interest of the University may be served. 6. Facsimile bids, or modification of bids by fax, are not permissible and/or not acceptable. 7. Bids may be rejected unless filled out in ink or typewritten and signed in ink. 8. For any clarification of this Invitation to Bid, contact: Justin Ingram, Buyer, University Procurement, Commonwealth Building 1411, For any clarification of the Project Specifications and Drawings, contact: Kishore Acharya, Associate Director, Capital Construction & Project Admin, BID FORMS 1

4 ARTICLE 1 INVITATION Bids are requested by the Division of Purchases & Stores from eligible firms for the furnishing of all labor, materials, tools, equipment, services, supplies, and related items necessary for the construction of the roof replacement at Arlington for Eastern Kentucky University complete and in accordance with the terms, conditions, specifications as contained herein, and as shown on drawings and amended by any Addendum which may be issued. ARTICLE 2 - METHOD OF BIDDING Bidders shall submit bids as indicated in the form. No other method of bidding will be considered and the bidder must use the Form of Proposal which is included in and made a part of this Invitation. All data and other information requested in said Form of Proposal must be supplied. ARTICLE 3 - AWARD OF CONTRACT The award will be made based on BEST VALUE. In determining the lowest responsible and responsive bidder, the following elements will be considered: If the bidder involved maintains a permanent place of business, has adequate plant equipment to perform properly and expeditiously, suitable financial status to meet obligations incidental to the work and has appropriate technical experience. Such information as may be required to make an award determination shall be supplied by apparent low bidder. (A) The "Owner" reserves the right to reject any and all bids to waive all informalities and/or technicalities of a bid when in the judgment the best interest of Eastern Kentucky University may be served. (B) In the event the bidder's proposal is accepted by the owner and such bidder shall fail to execute the contract and to furnish satisfactory performance bond within ten (10) calendar days from the date of notification of the award of the contract, the owner may at its option, determine that the awardee has abandoned the contract. Thereupon the proposal shall become null and void and the bid guarantee which accompanied it shall be forfeited to and become the property of the owner as liquidated damaged from such failure. If the bidder shall execute the contract and furnish satisfactory bond, the bid guarantee will be returned to the bidder by the owner. (C) That a contract is legally entered into will be indicated by the issuance and release of the Eastern Kentucky University purchase order. ARTICLE 4 - INSURANCE The contractor shall provide and include in his bid price the cost of the following minimum insurance coverage: (a) $1,000,000 Auto (b) $1,000,000 Workers Compensation (or statutory limits) (c) $2,000,000 Each Occurrence (d) $2,000,000 General Aggregate (e) $2,000,000 Products & Completed Operations Aggregate (f) $3,000,000 Umbrella Each Occurrence/Aggregate BID FORMS Contractor agrees to furnish Certificates of Insurance for each insurance policy to the Purchasing Official. Eastern Kentucky University, its regents, and employees must be added as Additional Insured on the General Liability policies with regard to the scope of this Contract. Any deductibles or self-insured retentions in the insurance policies must be paid by and are the sole responsibility of the Contractor. Coverage is to be primary and non-contributory with other coverage, if any, purchased by the University. All required insurance policies must include a Waiver of Subrogation in favor of Eastern Kentucky University, its regents, and employees. ARTICLE 5 CONSTRUCTION AND SAFETY DEVICES Refer to Eastern Kentucky University s General Terms and Conditions below. ARTICLE 6 - TAXES, WORKMEN'S COMPENSATION, ETC. The contractor shall be required to accept liability, make payment and include in bid amount all payroll taxes, sales and use tax, and all other taxes or deductions required by federal, state, or local laws such as old age pensions, social security or annuities measured by wages. Provisions of the current Kentucky Sales or Use Tax must be included in the bid amount and paid by the contractor. 2

5 ARTICLE 7 - INSPECTION OF WORK Refer to Eastern Kentucky University s General Terms and Conditions below. ARTICLE 8 - PERMITS AND CODES Refer to Eastern Kentucky University s General Terms and Conditions below. ARTICLE 9- ADDENDA Any Addenda or Instruction to Bidder issued by the Division of Purchases prior to the time for receiving bids shall be covered in thereof. Such Addenda shall be acknowledged in the Bid Proposal. No instructions or changes shall be binding unless documented by a proper and duly issued Addendum. Eastern Kentucky University is entitled to exemption from Federal Excise Tax. Exemption certificates will be furnished to cover excise tax exemption where applicable and when requested by the contractor. ARTICLE 10 - WITHDRAWAL OF BIDS (a) (b) Prior to closing date for receipt and opening of bids, any bidder may withdraw his bid in person only, at any time prior to the scheduled time for closing and receipt of bids. After receipt and opening of bids, withdrawal of bids will not be permitted for a period of thirty (30) Calendar days from the date of receipt and opening of bids. ARTICLE 11 - OR EQUAL If any material or equipment and/or specifications, unless specifically designated "no substitution" appear in this Invitation which restrict any bidder from bidding whose product is equal in performance, construction, efficiency, etc., to that specified, then, and in that event the bidder may submit a bid on the lowest and best bid here from. The burden of proof of equality shall be the responsibility of the bidder. If the architect/engineer judges the material or equipment not equal to that named in the specifications, the bidder/contractor shall provide material or equipment that is judged to be in compliance with the specifications. The architect/engineer's decision shall be final. ARTICLE 12 - ALTERNATES The owner reserves the right to reject any or all alternate bids if provided for in the bid documents. The determination as to the responsive and responsible bid will be made on the basis of the lump sum base bid plus and/or minus any alternate that may be accepted by the owner. Alternates to be used in sequence set forth in the proposal if considered for acceptance. ARTICLE 13 - AUT HENTICAT ION OF BID AND STATEMENT OF NON-COLLUSION AND NON- CONFLICT OF INTEREST This document or the Form of Proposal document where applicable, must be executed and signed for the bid to be valid. ARTICLE 14 - LIQUIDATED DAMAGE (IF APPLICABLE) See schedule of liquidated damage in attached Project specifications. The contractor affected will be held responsible for any loss to the owner on account of unnecessary delays or failure on his part to prosecute his work in the proper manner. ARTICLE 15 - BID AND PERFORMANCE AND PAYMENT BOND (a) BID FORMS Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the Base Bid executed by a Surety Company authorized to do business in the state of Kentucky. (Certified check is acceptable) It is agreed in the event that this proposal is accepted by the owner and the contractor shall fail to execute a contract within ten (10) consecutive calendar days from the date of notification of the Award of Contract, the owner shall determine that the contractor has abandoned the contract; thereupon, the proposal shall become null and void, and the bid guarantee, check, or bid bond which accompanied it shall be forfeited and become the property of the owner as liquidated 3

6 (b) (c) (d) damages for such failure and no protest pursuant to such action will be allowed. The contractor shall furnish a surety bond in an amount equal to one hundred percent (100%) of the contract price as security for the faithful performance of this contract and for the payment of all persons performing labor, including payment of all unemployment contributions which become due and payable under the Kentucky Unemployment Insurance Law furnishing materials in connection with this contract. This bond and all insurance coverage required by this Invitation and Laws of this State shall be executed by a Surety Company authorized to do business in the state of Kentucky There shall be an endorsement in each policy, reading as follows: "It is hereby agreed that in event of a claim arising under this policy, the company will not deny liability by reason of the insured being a state, county, Municipal Corporation or governmental agency." ARTICLE 16 - GENERAL GUARANTY Refer to Eastern Kentucky University s General Terms and Conditions below. ARTICLE 17 - CHANGES IN THE WORK Refer to Eastern Kentucky University s General Terms and Conditions below. ARTICLE 18 - INDEMNITY Refer to Eastern Kentucky University s General Terms and Conditions below. ARTICLE 19 - EMPLOYMENT PRACTICE (a) (b) (c) (d) BID FORMS The contractor, per State Executive Order 72-51, dated January 18, 1972, shall register from time to time with the State Department Service Office nearest the construction a complete list of all job requirements and positions necessary to perform this contract. Where persons referred to the contractor, by the State Employment Service, are found to be qualified the contractor is urged to utilize and employ said persons for such jobs. It is the policy of Eastern Kentucky University to utilize minority vendors and subcontractors whenever possible in order to help bring them into the main stream of the American economy. Therefore, the contractor, when looking for subcontractors, should make full faith efforts to locate minority business persons. For assistance in identifying minority vendors or subcontractors, the contractor may contact the Kentucky Procurement Assistance Program; 500 Metro Street; Capital Plaza Tower, 23rd Floor; Frankfort, Kentucky ; telephone or ; fax (502) , or ced.kpap@ky.gov. Apprentices shall be permitted to work only under an apprenticeship agreement approved by the Kentucky Supervisor of Apprenticeship and by the Kentucky Apprenticeship Council, which is recognized by the Bureau of Apprenticeship and Training, United States Department of Labor. ARTICLE 20 - NON-DISCRIMINATION IN EMPLOYMENT During the performance of this contract, the contractor agrees as follows: (a) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are treated during employment without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be proved setting forth the provisions of this non-discrimination clause. (b) The contractor will, in all solicitation or advertisements placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. (c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contracts or understanding, a notice to be provided advising the said labor union or worker's representative of the contractor's commitment under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor will take such action with respect to any subcontractor 4

7 or purchase order as the administrating agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. In case the work to be performed is paid for in whole or in part with funds obtained from the federal government or borrowed on the credit of the federal government pursuant to a grant, loan, insurance or guarantee, during the performance of this contract, the contractor, in addition, agrees to the following: (d) The contractor will comply with all provisions of Executive Order No of September 24, 1965, or as amended, and by the rules, regulations and relevant orders of the Secretary of Labor. (e) The contractor will furnish all information and reports required by Executive Order No of September 24, 1965, or as amended, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto and will permit access to his books, records, and accounts by the applicable federal agency and/or agencies and the Secretary of Labor for purpose of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the contractor's non-compliance with non- discrimination clauses of this contract or with any such rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further government contracts or federally-assisted construction contracts, in accordance with procedures authorized in Executive Order No of September 24, 1965, or as amended, and by the rules, regulations and orders of the Secretary of Labor, or as otherwise provided by law. (g) The contractor will include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor, issued pursuant to Section 204 of Executive Order No of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the federal agency or Secretary of Labor may direct as a means of enforcing such provisions, including actions for non-compliance. Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the federal agency or Secretary of Labor, the contractor may request the United States to enter into such litigation to protect the interest of the United States. ARTICLE 21 - PUBLIC WORKS 21.1 Under KRS337 the University or any State Agency shall not have the authority to require any employer to pay to an employee a certain wage or fringe benefit other than as determined by the employer and or hourly rates (Minimum Wage) as established by Federal, State, Local or Agency itself DAVIS BACON ACT (Applicable to federally funded construction projects exceeding $2,000) Contractor agrees to pay wages to mechanics and laborers at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. Supplier agrees to pay wages and meet the other requirements as specified by Davis-Bacon Act, as amended (40 U.S.C ) as supplemented by the Department of Labor regulations (29 CFR Part 5). Supplier acknowledges that University affiliated entity s decision to make a Contract with Supplier is conditioned upon the acceptance of the wage determination. ARTICLE 22- RECIPROCAL PREFERENCE In accordance with KRS 45A.494, a resident Offeror of the Commonwealth of Kentucky shall be given a preference against a non-resident Offeror. In evaluating proposals, the University will apply a reciprocal preference against an Offeror submitting a proposal from a state that grants residency preference equal to the preference given by the state of the nonresident Offeror. Residency and non-residency shall be defined in accordance with KRS 45A.494 (2) and 45A.494 (3), respectively. Any Offeror claiming Kentucky residency status shall submit with its proposal the notarized affidavit affirming that it meets the criteria as set for in the above referenced statute. ARTICLE 23 SERVICE AND SUPPORT PERSONNEL The University reserves the right of acceptance of all personnel assigned by the Offeror under this Contract. All company personnel of the Successful Offeror must be in appropriate company uniform which includes the company name visibly displayed at all times while on the campus of the University, and in all University buildings. The personnel must be cordial, well-groomed, and cognizant of the fact that they may be entered student living buildings. If, for any reason, the University believes that these guidelines are not being followed, the University will request intervention from appropriate supervisory personnel. If inappropriate behavior occurs, 6 BID FORMS

8 the University shall be entitled to a change in personnel serving the campus. The Successful Offeror agrees that it will company with the University policy regarding registered sex offenders, and shall not knowingly permit any employee who is a registered sex offender to service the Grand Campus, University residence halls, Model Laboratory School, the basement of the Burrier Building where the Child Development Center is currently located, or any areas of campus or University s buildings. The Successful Offeror will provide the University with verification of all assigned personnel background check clearance. ARTICLE 24 - DISBARMENT Vendor s signature on this solicitation response certifies that the vendor, and where applicable subcontract vendor, or any other person performing service under this agreement (a) is not now nor have ever been excluded, suspended, disbarred or otherwise deemed ineligible to participate in governmental procurement or other programs (b) and if disbarred, suspended or excluded during the life of the contract, the vendor will notify the University buyer of record within seventy two(72) hours of the vendor becoming aware of the governmental ineligibility. ARTICLE 25 - KEY EVENT DATES KEY EVENT DATES DATE TIME PLACE Pre-Bid Meeting 9/27/18 10:00 AM ET The University Club at Arlington (Pro Shop) Questions Deadline 10/4/18 4:00 PM ET justin.ingram@eku.edu Bid Opening 10/17/18 2:00 PM ET Commonwealth Bldg., Rm 1411 Project Notes: - Final Date for Completion: - Work shall commence after approval of submittals and shop drawings and purchase order releases and shall be completed by two calendar months from commencement of job. Final completion is reached when all punch list items for the completion of the roof have been corrected to the owner s and factory representative ssatisfaction. -Liquidated Damages: - $190.00$ until Final Completion BID FORMS 6

9 BIDDER'S CHECK LIST The following checklist is provided for the convenience of both you and Eastern Kentucky University to help eliminate errors or omissions which may render your bid non-responsive. Please check all appropriate boxes and submit this page with your bid. 1. Sworn Statement Regarding Campaign Finance Laws & Non Collusion. 2. Affidavit Regarding Workers Compensation Insurance. (Notarized) 3. Vendor Report of Prior Violations of KRS Chapters, 136, 139, 141, 337, 338, 341, and Bidder s Qualifications. 5. Bid Guaranty in the amount of no less than five percent (5%) of the TOTAL BID AMOUNT. (Vendor Provided) 6. List of Proposed Subcontractors (Vendor Provided) 7. Vendor Identification Form 8. Vendor Insurance Form (ACORD) 9. Resident Bidder Status Affidavit. (Notarized) 10. Bid Sheet 11. Performance Bond (To be provided at time of award.) 12. Payment Bond (To be provided at time of award.) BID FORMS 11

10 Whereas, the Owner has required the Contractor to furnish this Performance Bond containing the terms and conditions set forth herein as a condition to executing the Construction Contract with the Contractor; Now therefore, the Surety and the Contractor, both severally, and for themselves, their heirs, administrators, executors, and successors agree: 1. The Construction Contract is hereby incorporated herein and by reference made a part hereof to the same extent and effect as though it were copied verbatim herein. The Surety and the Contractor are bound for the full performance of the Construction Contract including without exception all of its terms and conditions, both express and implied. 2. If the Contractor is in default of the Construction Contract and the Owner, by written notice to the Contractor and the Surety, declares the Contractor to be in default and terminates the right of the Contractor to proceed, the Surety shall thereupon promptly notify the Owner in writing as to which of the actions permitted to the Surety in Paragraph 3 it will take. 3. Upon the default and termination of the Contractor and notice to the Contractor and Surety as provided in Paragraph 2 above, the Surety shall within 30 days proceed to take one or, at its option, more than one of the following courses of action: A. Proceed itself, or through others acting on its behalf, to complete full performance of the Construction Contract including, without limitation, correction of defective and nonconforming work performed by or on behalf of the Contractor. During such performance by the Surety, the Owner shall pay the Surety from its own funds only such sums as would have been due and payable to the Contractor in the absence of the default and termination. B. Applicable law permitting, and with the prior written consent of the Owner, obtain bids or proposals from contractors previously identified as being acceptable to the Owner, for full performance of the Construction Contract. The Surety shall furnish the Owner a copy of such bids or proposals upon receipt of same. The Surety shall promptly select, with the agreement of the Owner, the best responsive bid or proposal and shall promptly tender the contractor submitting it, together with a contract for fulfillment and completion of the Construction Contract executed by the completing contractor, to the Owner for the Owner s execution. Upon execution by the Owner of the contract for fulfillment and completion of the Construction Contract, the completing contractor shall furnish to the Owner a Performance Bond and a separate payment bond, each in the form of those bonds previously furnished to the Owner for the project by the Contractor. Each such bond shall be in the penal sum of the (1) fixed price for completion, (2) guaranteed maximum price for completions, or (3) estimated price for completion, whichever is applicable. The Owner shall pay the completing contractor from its own funds only such sums as would have been due and payable to the Contractor under the Construction Contract as and when they would have been due and payable to the Contractor in the absence of the default and termination. To the extent that the Owner is obligated to pay the completing contractor sums which would not have then been due and payable to the Contractor under the Construction Contract, the Surety shall provide the Owner with such sums in a sufficiently timely manner that the Owner can utilize such sums in making timely payment to the completing contractor; or C. Take any and all other acts if any, mutually agreed upon in writing by the Owner and the Surety. 4. In addition to those duties set forth hereinabove, the Surety shall promptly pay the Owner all loss, costs and expenses resulting from the Contractor s default(s), including, without limitation, fees, expenses and costs for architects, engineers, consultants, testing, surveying and attorneys, liquidated or actual damages, as applicable, for delay in completion of the Project, and fees, expenses and costs incurred at the direction, request, or as a result of the acts or omissions of the Surety.

11 5. In no event shall the Surety be obligated to the Owner hereunder for any sum in excess of the Penal Sum as it may be modified by addendum. 6. The Surety waives notice of any changes to the Construction Contract including, without limitation, changes in the contract time, the contract price, or the work to be performed. 7. This Performance Bond is provided by the Surety for the sole and exclusive benefit of the Owner, and, if applicable, any dual obligee designated by rider attached hereto, together with their heirs, administrators, executors, successors or assigns. No other party, person or entity shall have any rights against the Surety hereunder. 8. No action shall be commenced hereunder after the passage of the longer of two (2) years following the date on which the final payment of the contract falls due or, if this bond is provided in compliance with applicable law, any limitation period provided therein. If the limitation period contained in the Paragraph is unenforceable, it shall be deemed amended to provide the minimum period for an action against the Surety on a performance bond. 9. Any and all notices to the Surety, the Contractor or the Owner shall be given by Certified Mail, Return Receipt Requested, to the address set forth for each party above. 10. Any statutory limitation, which may be contractually superseded, to the contrary notwithstanding, any action hereon may be instituted so long as the applicable statute of limitations governing the Construction Contract has not run or expired.

12 Whereas, the Owner has required the Contractor to furnish this Payment Bond containing the terms and conditions set forth herein as a condition to executing the Construction Contract with the Contractor; Now therefore, the Surety and the Contractor, both severally, and for themselves, their heirs, administrators, executors, and successors agree: 1. The Construction Contract is hereby incorporated herein and by reference made a part hereof the same extend and effect as though it were copied verbatim herein. The Surety and the Contractor are bound for the full performance of the Construction Contract including without exception all of its terms and conditions, both express and implied, and without limitation, specifically including Contractor s obligation to pay for labor, materials, services, and equipment provided in connection with the Construction Contract performance. 2. For purposes of this Payment Bond, Beneficiary is defined as person or entity who has actually provided labor, material, equipment, services, or other items for use in furtherance of Construction Contract, and having: A. A direct contract with the Contractor; or B. A direct contract with a subcontractor of the Contractor; or C. Rights, under the laws of the Commonwealth of Kentucky, to the file a lien, a claim or notice of lien, or otherwise make a claim against the Project or against funds held by the Owner, if the Project is, or were, subject to such filing. 3. The Surety shall not be obligated hereunder to Beneficiary other than a Beneficiary having a direct contract with the Contractor unless such Beneficiary has given written notice of its claim to the Contractor and the Surety as follows: A. The period of time provided by the jurisdiction wherein the Project is located for (1) filing a lien, claim of lien, notice of lien, if the Project is, or were, subject to such filing (KRS ), or (2) otherwise making a claim against the Project or against funds held by the Owner; B. Address, the person or entity to whom such labor, material, equipment, services or other items were provided. 4. In no even shall the Surety be obligated hereunder for sums in excess of the Penal Sum as it may be modified by addendum. 5. Upon receipt of claim from a Beneficiary hereunder, the Surety shall promptly, and in no event later than 30 days after receipt of such claim, respond to such claim in writing (Furnishing a copy of such response to the Owner) by: A. Making payment of all sums not in dispute; and B. Stating the basis for disputing any sums not paid. 6. No action shall be commenced by a Beneficiary hereunder after the passage of the longer of two (2) years following the date on which the final payment of the contract falls due or, if this bond is provided in compliance with applicable law, any limitation period provided therein. If the limitation period contained in this paragraph is unenforceable, it shall be deemed amended to provide the minimum period for an action against the Surety on a payment bond by a third-party beneficiary thereof. 7. Any and all notices to the Surety or the Contractor shall be given by Certified Mail, Return Receipt Requested, to the address set forth for each party above.

13 SWORN STATEMENT REGARDING CAMPAIGN FINANCE LAWS PURSUANT TO KRS 45A.110 AND KRS 45A.115, AS AMENDED, A DETERMINATION OF RESPONSIBILITY OF A BIDDER OR OFFEROR CANNOT BE MADE UNTIL THE BIDDER OR OFFEROR PROVIDES A SWORN STATEMENT THAT HE HAS NOT KNOWINGLY VIOLATED ANY PROVISION OF THE CAMPAIGN FINANCE LAWS OF THE COMMONWEALTH AND THAT THE AWARD OF A CONTRACT TO A BIDDER OR OFFEROR WILL NOT VIOLATE ANY PROVISION OF THE CAMPAIGN FINANCE LAWS OF THE COMMONWEALTH. TO COMPLY WITH THESE STATUTES THE SWORN STATEMENT REGARDING CAMPAIGN FINANCE LAWS INCLUDED WITH THIS INVITATION FOR BID SHOULD BE SIGNED AND RETURNED WITH YOUR BID. THESE STATUTES CURRENTLY READ AS FOLLOWS: KRS 45A.110: (1) A written determination of responsibility of a bidder or offeror shall be made and it shall be made in accordance with administrative regulations promulgated by the secretary of Finance and Administration Cabinet. A reasonable inquiry to determine the responsibility of a bidder or offeror may be conducted. The failure of a bidder or offeror to promptly supply information in connection with such an inquiry may be grounds for a determination of non-responsibility with respect to such a bidder or offeror. (2) A written determination of responsibility of a bidder or offeror shall not be made until the bidder or offeror provides the Secretary of the Finance and Administration Cabinet with his sworn statement made under penalty of perjury that he has not knowingly violated any provisions of the campaign finance laws of the Commonwealth and that the award of a contract to a bidder or offeror will not violate any provision of the campaign finance laws of the Commonwealth. Knowingly means, with respect to conduct or to a circumstance described by a statute defining an offense, that a person is aware or should have been aware that his conduct is of that nature or that the circumstance exists. (3) Except as otherwise provided by law, information furnished by a bidder or offeror pursuant to this section may not be disclosed outside of the Division of State Purchasing or the purchasing agency administering the contract without prior written consent of the bidder or offeror. KRS 45A.115: Eastern Kentucky University at this time does not prequalify suppliers. Refer to KRS 45A.115 for qualification requirements for bid opportunities with the Finance and Administration Cabinet. (SIGNATURE) (TITLE) (NAME OF COMPANY) State of ) County of ) The foregoing statement was acknowledged and sworn to before me this day, 20, by (Title) (Company). My commission expires: Notary Public BID FORMS 9

14 COMMONWEALTH OF KENTUCKY AFFIDAVIT REGARDING WORKER S COMPENSATION INSURANCE AND UNEMPLOYMENT INSURANCE Pursuant to KRS 45A.480, the undersigned hereby swears or affirms, under penalty of perjury, that all contractors and subcontractors employed, or that will be employed, under the provisions of this contract shall be in compliance with the requirements for worker s compensation insurance under KRS Chapter 342 and unemployment insurance under established KRS Chapter 341. (SIGNATURE) (TITLE) (NAME OF COMPANY) State of ) County of ) The foregoing statement was acknowledged and sworn to before me this day, 20, by (Title) (Company). Notary Public My commission expires: BID FORMS 12

15 COMMONWEALTH OF KENTUCKY VENDOR REPORT OF PRIOR VIOLATIONS OF KRS CHAPTER 136, 139, 141, 337, 338, 341 AND 342 Pursuant to 1994 s Senate Bill 258, the Bidder/Offeror shall reveal to the Commonwealth, prior to this award of a contract, any final determination of a violation by the contractor within the previous five (5) year period of the provisions of KRS Chapters 136, 139, 141, 337, 341, and 342. For the purpose of complying with the provisions of Senate Bill 258, please list any final determination (s) of violation (s) of KRS Chapters 136, 139, 141, 337, 338, 341 and 342, which have been rendered against the bidder or Offer within the five (5) years preceding the award of this contract. Please include the date of the determination and the state agency issuing the determination. KRS VIOLATION DATE STATE AGENCY The Contractor is further notified that 1994 s Senate Bill 258 requires that for the duration of this contract, the Contractor shall be in continuous compliance with the provisions of KRS Chapters 136, 139, 141, 337, 338, 341 and 342, which apply to the Contractor s operations. Senate Bill 258, further provides that the Contractor s failure to reveal a final determination of a violation of KRS Chapters 136, 139, 141, 337, 338, 341, and 342, or failure to comply with the above-cited statutes for the duration of the contract, shall be grounds for the Commonwealth s disqualification from eligibility to bid or submit proposals to the Commonwealth for a period of two (2) years. BID FORMS 13

16 BIDDER'S QUALIFICATIONS The Bidder s qualifications are required by the Owner to be submitted as set forth herewith: 1. This firm is a Corporation or a Partnership or a Proprietorship. 2. A Permanent place of business is maintained at: STREET CITY STATE ZIP CODE TELEPHONE NUMBER AREA CODE 3. In the event the contract is awarded, the undersigned, Surety Bonds will be furnished by: 4. Experience of Contractor on other similar work: List contact information for list projects. 5. We now have the following jobs under contract and bonded: JOB LOCATION $ TOTAL CONTRACT PERCENT COMPLETED BID FORMS 14

17 TAXPAYER IDENTIFICATION NUMBER REQUEST Eastern Kentucky University requires a Federal Tax Identification number or Social Security number for all vendors or persons doing business with the University in order to comply with Federal Regulations and tax reporting requirements. Completion of this vendor form does not guarantee receipt of competitive bid solicitations. If you are interested in obtaining University solicitations, please visit IF SENDING A W-9, PLEASE RETURN THIS FORM ALSO. For your convenience, you may return the information one of the following ways: FAX: Vendor Mail: Purchasing Division Eastern Kentucky University Commonwealth Bldg., 14 th Floor,Room adm.purchasing@eku.edu 521 Lancaster Avenue Richmond, Kentucky Phone # (859) Please type or print legibly VENDOR INFORMATION Name of Firm * (Company or Individual) Phone Number * Make Checks Payable To * Address * Fax Number * Payment Address * Address Web Site Address or Payment Address Address Vendor Representative Name on Invoice * City * State * Zip* Federal Tax ID Number * Social Security Number * Willing to accept ACH payments * Yes Bank Name & Routing # Bank Account # No Willing to accept credit card payments* Yes No Payment Terms * *REGISTRATION Any foreign corporation (outside the State of Kentucky) must obtain a certificate of authority from the Secretary of State as is required by KRS 271B Certificate #: ( Claimed exemption: Any person (business or individual) making retail sales in the state are to be registered to collect Kentucky sales and use tax. If the foreign individual (or business) is making retail sales they should be registered for Kentucky sales and use tax purposes by completing a Tax Registration Application (form 10A100), available at the link below. If they are under contract to perform services that do not include the sale of tangible personal property or digital property, or do not perform services subject to tax per KRS (such as admissions, provision of telecommunication services, sewer services, and so on), then they are not required to register per.krs 14A A Consumer Use Tax Account number: ( Sales Tax Account Number: CERTIFICATION Under penalties of perjury. I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me) and 2. I am not subject to backup withholding because:(a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U. S. person (including a U.S. resident alien). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholdings because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct Taxpayer Identification Number. Signature of U.S. Person Date Federal Debarment Status By checking the box above, you certify that your company and its principals have not been disbarred, suspended, proposed for debarment, declared ineligible, are not in the process of being disbarred or are voluntarily excluded from doing business with a federal department or agency of the federal government. Type of Ownership (Check Appropriate Box(es)) * Business Classification (Check Appropriate Box(es)) * (1) Individual/Sole Proprietorship (5) Non-Resident Alien (SM) Small Business (SD) Small Disadvantaged Business (2) Partnership (6) Exempt from backup (LG) Large Business (GA) Government Agency (3) Corporation-Incorporated in (State) withholding Other: (CT) In County (MN) Minority Owned (NP) Non-Profit (AL) Alumni Owned (4) Non-profit/Education (WO) Women Owned (HZ) Hub Zone Small Business Other (Specify) *Required Fields Business Classification Reference Links: and Printed Name of Authorizing Official: Authorized Signature: Date:

18 Bid #: REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING RESIDENT BIDDER STATUS FOR BIDS AND CONTRACTS IN GENERAL: The bidder or offeror hereby swears and affirms under penalty of perjury that, in accordance with KRS 45A.494(2), the entity bidding is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: 1. Is authorized to transact business in the Commonwealth; 2. Has for one year prior to and through the date of advertisement a. Filed Kentucky corporate income taxes; b. Made payments to the Kentucky unemployment insurance fund established in KRS ; and c. Maintained a Kentucky workers compensation policy in effect. The BIDDING AGENCY reserves the right to request documentation supporting a bidder s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination. Signature Printed Name Title Date Company Name Address Subscribed and sworn to before me by (Affiant) (Title) of this day of,20. (Company Name) Notary Public [seal of notary] My commission expires: BID FORMS 16

19 FORM OF PROPOSAL-BID SHEET BID: PROJECT NAME: Arlington Roof Replacement LUMP SUM BASE BID: The Bidder agrees to furnish all materials, supplies, and services required to complete the above referenced job for Eastern Kentucky University, in accordance with the drawings, specifications and contract documents, and any duly issued Addenda for the LUMP SUM BASE BID AMOUNT set forth below: Bidder s Name: (USE WORDS) Dollars and Cents ($ ). Alternate (if applies): ($ ). (USE FIGURES) The Bidder, in compliance with your Invitation to Bid # and having carefully examined the drawings and complete contract documents as defined in the specifications hereby proposes to furnish all labor, materials, supplies, and services required to perform the specifics of this project within the time set forth therein and for the stated lump sum bid amount. The Bidder hereby acknowledges receipt of the following Addenda: ADDENDUM NO. ADDENDUM NO. DATED DATED ADDENDUM NO. DATED (IF NO ADDENDUM HAS BEEN ISSUED AND RECEIVED, INSERT THE WORD, NONE ) BID FORMS 10

20 Eastern Kentucky University Capital Construction & Project Administration Performance Bond CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): OWNER (Name and Address): CONSTRUCTION CONTRACT#: DATE: AMOUNT: DESCRIPTION (Name and Location): AGENT or BROKER information: Name: Title: Address: BOND DATE: AMOUNT: CONTRACTOR AS PRINCIPAL Phone: Company: (Corporate Seal) Signature: Name SURETY Signature: (Corporate Seal) Title

21 Whereas, the Owner has required the Contractor to furnish this Performance Bond containing the terms and conditions set forth herein as a condition to executing the Construction Contract with the Contractor; Now therefore, the Surety and the Contractor, both severally, and for themselves, their heirs, administrators, executors, and successors agree: 1. The Construction Contract is hereby incorporated herein and by reference made a part hereof to the same extent and effect as though it were copied verbatim herein. The Surety and the Contractor are bound for the full performance of the Construction Contract including without exception all of its terms and conditions, both express and implied. 2. If the Contractor is in default of the Construction Contract and the Owner, by written notice to the Contractor and the Surety, declares the Contractor to be in default and terminates the right of the Contractor to proceed, the Surety shall thereupon promptly notify the Owner in writing as to which of the actions permitted to the Surety in Paragraph 3 it will take. 3. Upon the default and termination of the Contractor and notice to the Contractor and Surety as provided in Paragraph 2 above, the Surety shall within 30 days proceed to take one or, at its option, more than one of the following courses of action: A. Proceed itself, or through others acting on its behalf, to complete full performance of the Construction Contract including, without limitation, correction of defective and nonconforming work performed by or on behalf of the Contractor. During such performance by the Surety, the Owner shall pay the Surety from its own funds only such sums as would have been due and payable to the Contractor in the absence of the default and termination. B. Applicable law permitting, and with the prior written consent of the Owner, obtain bids or proposals from contractors previously identified as being acceptable to the Owner, for full performance of the Construction Contract. The Surety shall furnish the Owner a copy of such bids or proposals upon receipt of same. The Surety shall promptly select, with the agreement of the Owner, the best responsive bid or proposal and shall promptly tender the contractor submitting it, together with a contract for fulfillment and completion of the Construction Contract executed by the completing contractor, to the Owner for the Owner s execution. Upon execution by the Owner of the contract for fulfillment and completion of the Construction Contract, the completing contractor shall furnish to the Owner a Performance Bond and a separate payment bond, each in the form of those bonds previously furnished to the Owner for the project by the Contractor. Each such bond shall be in the penal sum of the (1) fixed price for completion, (2) guaranteed maximum price for completions, or (3) estimated price for completion, whichever is applicable. The Owner shall pay the completing contractor from its own funds only such sums as would have been due and payable to the Contractor under the Construction Contract as and when they would have been due and payable to the Contractor in the absence of the default and termination. To the extent that the Owner is obligated to pay the completing contractor sums which would not have then been due and payable to the Contractor under the Construction Contract, the Surety shall provide the Owner with such sums in a sufficiently timely manner that the Owner can utilize such sums in making timely payment to the completing contractor; or C. Take any and all other acts if any, mutually agreed upon in writing by the Owner and the Surety. 4. In addition to those duties set forth hereinabove, the Surety shall promptly pay the Owner all loss, costs and expenses resulting from the Contractor s default(s), including, without limitation, fees, expenses and costs for architects, engineers, consultants, testing, surveying and attorneys, liquidated or actual damages, as applicable, for delay in completion of the Project, and fees, expenses and costs incurred at the direction, request, or as a result of the acts or omissions of the Surety.

22 5. In no event shall the Surety be obligated to the Owner hereunder for any sum in excess of the Penal Sum as it may be modified by addendum. 6. The Surety waives notice of any changes to the Construction Contract including, without limitation, changes in the contract time, the contract price, or the work to be performed. 7. This Performance Bond is provided by the Surety for the sole and exclusive benefit of the Owner, and, if applicable, any dual obligee designated by rider attached hereto, together with their heirs, administrators, executors, successors or assigns. No other party, person or entity shall have any rights against the Surety hereunder. 8. No action shall be commenced hereunder after the passage of the longer of two (2) years following the date on which the final payment of the contract falls due or, if this bond is provided in compliance with applicable law, any limitation period provided therein. If the limitation period contained in the Paragraph is unenforceable, it shall be deemed amended to provide the minimum period for an action against the Surety on a performance bond. 9. Any and all notices to the Surety, the Contractor or the Owner shall be given by Certified Mail, Return Receipt Requested, to the address set forth for each party above. 10. Any statutory limitation, which may be contractually superseded, to the contrary notwithstanding, any action hereon may be instituted so long as the applicable statute of limitations governing the Construction Contract has not run or expired.

23 Eastern Kentucky University Capital Construction & Project Administration Payment Bond CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): OWNER (Name and Address): Eastern Kentucky University Capital Construction & Project Administration 1136 VanHoose Dr. Gentry CPO 6A-1 Richmond, KY CONSTRUCTION CONTRACT#: DATE: AMOUNT: DESCRIPTION (Name and Location) Invitation#: Project Description: BOND DATE: AMOUNT: AGENT or BROKER information: Name: Title: Address: Phone: CONTRACTOR AS PRINCIPAL Company: Signature: Name (Corporate Seal) SURETY Signature: (Corporate Seal) Title

24 Whereas, the Owner has required the Contractor to furnish this Payment Bond containing the terms and conditions set forth herein as a condition to executing the Construction Contract with the Contractor; Now therefore, the Surety and the Contractor, both severally, and for themselves, their heirs, administrators, executors, and successors agree: 1. The Construction Contract is hereby incorporated herein and by reference made a part hereof the same extend and effect as though it were copied verbatim herein. The Surety and the Contractor are bound for the full performance of the Construction Contract including without exception all of its terms and conditions, both express and implied, and without limitation, specifically including Contractor s obligation to pay for labor, materials, services, and equipment provided in connection with the Construction Contract performance. 2. For purposes of this Payment Bond, Beneficiary is defined as person or entity who has actually provided labor, material, equipment, services, or other items for use in furtherance of Construction Contract, and having: A. A direct contract with the Contractor; or B. A direct contract with a subcontractor of the Contractor; or C. Rights, under the laws of the Commonwealth of Kentucky, to the file a lien, a claim or notice of lien, or otherwise make a claim against the Project or against funds held by the Owner, if the Project is, or were, subject to such filing. 3. The Surety shall not be obligated hereunder to Beneficiary other than a Beneficiary having a direct contract with the Contractor unless such Beneficiary has given written notice of its claim to the Contractor and the Surety as follows: A. The period of time provided by the jurisdiction wherein the Project is located for (1) filing a lien, claim of lien, notice of lien, if the Project is, or were, subject to such filing (KRS ), or (2) otherwise making a claim against the Project or against funds held by the Owner; B. Address, the person or entity to whom such labor, material, equipment, services or other items were provided. 4. In no even shall the Surety be obligated hereunder for sums in excess of the Penal Sum as it may be modified by addendum. 5. Upon receipt of claim from a Beneficiary hereunder, the Surety shall promptly, and in no event later than 30 days after receipt of such claim, respond to such claim in writing (Furnishing a copy of such response to the Owner) by: A. Making payment of all sums not in dispute; and B. Stating the basis for disputing any sums not paid. 6. No action shall be commenced by a Beneficiary hereunder after the passage of the longer of two (2) years following the date on which the final payment of the contract falls due or, if this bond is provided in compliance with applicable law, any limitation period provided therein. If the limitation period contained in this paragraph is unenforceable, it shall be deemed amended to provide the minimum period for an action against the Surety on a payment bond by a third-party beneficiary thereof. 7. Any and all notices to the Surety or the Contractor shall be given by Certified Mail, Return Receipt Requested, to the address set forth for each party above.

25 Bid Number: Project: Arlington Roof Replacement Project Specifications

26 List of Unit Prices Provide unit price including the furnishing of all labor and material, cost of all items, and overhead and profit for the contractor, as well as any subcontractor involved. These unit prices shall be listed in units of work shown for roofing project at Arlington. Item # Item Description Unit $ amount per unit 1. Furnish and install deteriorated roof sheathing to match existing square foot

27 CAPITAL CONSTRUCTION AND PROJECT ADMINISTRATION ARLINGTON SELECTED ROOF REPLACEMENT 2018 PROJECT SCOPE 1. This project is located on the University Club at Arlington, in Richmond Kentucky. It will consist of roof replacement in the manner as specified herein. Roof replacement will consist of:hangar house (2,000 sqft), Proshop (10,000 sqft), and Pool locker (14,500 sqft). Roof area is approximate based on aerial image without consideration of roof slope surface and contractor shall field verify for the accuracy of areas. 2. The owner representative of this project is Kishore As noted in the attached documents, the company that bids these projects must have successfully completed similar projects in both size and complexity. It must also be noted and emphasized that the above referenced jobs must have been completed to the satisfaction of the owner both administratively and physically. Eastern will review the roofing contractor s past roofing projects based on both criteria and Eastern retains the right to reject the low bidder based on either or both of these. Simply completing a project of similar size, complexity, and furnishing a warranty will not be the only criteria used in determining the acceptance of a roofing contractor for these projects. 4. All work attached (unless otherwise noted) is to include labor, material, equipment, and services necessary for the installation and completion of the roofs as indicated on the attachments. 5. This building will be in continuous use and daily roofing activities shall maintain the roof integrity such that all areas beneath the roof deck remain dry. 6. All gutters and downspouts shall be inspected by contractor to insure of no STOPPAGE before commencement of work. Owner shall be contacted immediately by WRITTEN notice. All gutters and down spouts are declared to be fully functional and the contractor is responsible for maintaining full function through term of contract unless the owner is notified in writing prior to start or work. 7. The following information must be submitted at time of bid opening and contains information that is pertinent to company submission bid: A. 5 similar jobs in size and complexity. (Please provide current phone number and name of client s contact.) B. 5 years experience in installing modified bitumen roof and asphalt shingle roof systems. C. Letter from the proposed modified bitumen roof manufacturer confirming that the bidder is an acceptable contractor authorized to install the proposed system. D. If a or equal is submitted, other than a product specified within these contract documents, the contractor shall submit general product data at time of bid opening. These documents will not be accepted at a later date. Not submitting such will indicate that all items bid, are as specified. Other specific submittals will be required and reviewed before a purchase order is issued.

28 8. Work shall commence after approval of submittals and shop drawings and purchase order releases and shall be completed by two calendar months from commencement of job. (Final completion is reached when all punch list items for the completion of the roof have been corrected to the owner s and factory representative s satisfaction.) 9. Liquidated damages will be $ for each day the project exceeds final completion. 10. Once the job has begun, it is the responsibility of the contractor to notify, via e- mail or fax, any day that there is progress delay due to weather or other unforeseen circumstances beyond the contractor s control. This record will be used by the owner in determining if there will be any time extensions given to the contractors. Substantiated requests for extensions due to weather shall be reasonably granted. Substantiated means the National Weather Service has recorded more than trace precipitation on its closest rain gage station. 11. Contractor must keep sets of Specifications and details, Material Safety Data Sheet (MSDS) at construction site all time and must be able to furnish those documents to authority upon request. 12. To download existing building along with roof details, download zipped folder from the following link and unzip it to access files provided by use of Arlington.htm index file: ng 13. Hangar House roof replacement/repair specification can be accessed below for reference only. During this roof/repair project in 2007, asbestos and lead paint has been addressed. If roof contractor encounters with some lead paint at Hangar house, it is his/her responsibility to manage and dispose of according to EPA/OSHA rules and regulations. ATTACHEMENTS: 1. Roofing Specification 2. Roof Photos with notes

29 SECTION MODIFIED BITUMEN ROOFING SPECIFICATION PART 1 GENERAL 1.01 GENERAL REQUIREMENTS 1. Deviations: In the event this Specification deviates from the manufacturer's current specification, this specification prevails. 2. Specification Amendments: Drawings, addenda and modifications may be issued subsequent to the printing of this Specification. 3. Contractor Acceptance: Prior to the project start, ascertain that all aspects of this Specification and possible modifications are workable. Upon commencement of the work, it will be presumed that this Specification and drawings, addenda and modifications are satisfactory to both the Contractor and the manufacturer in their entirety. 4. Supplied Materials: Supply all materials of the roofing system, including accessory products. The bidding Contractor, by making his bid, represents that his bid price is based on the use of the materials listed in Part 2 Products. Refer to Part 1.03 Description of Work for specific use within each roofing assembly outlined REFERENCE STANDARDS References in these specifications to standards, test methods, and codes, are implied to mean the latest edition of each such standard adopted. The following is an abbreviated list of associations, institutions, and societies which may be used as references throughout these specifications. ASTM American Society for Testing and Materials Philadelphia, PA FM Factory Mutual Engineering and Research Norwood, MA NRCA National Roofing Contractors Association Rosemont, IL OSHA Occupational Safety and Health Administrations Washington, DC SMACNA Sheet Metal and Air Conditioning Contractors National Association Chantilly, VA UL Underwriters Laboratories Northbrook, IL DESCRIPTION OF WORK The basic work descriptions (components, layering and attachment methods) required in this specification is referenced below. Project Type: Tear-off existing modified bitumen Specification #: 2030 BA / 3FND-CA roof and replace with complete roofing system Deck: Wood Slope: 12 in 1 Base Sheet: Parabase FS or JM Vensulation or equal, mechanically attached. Roof system: Paradiene 20, applied in PA-311 M Adhesive or Johns Manville DynaBase installed in Johns Manville MBR Cold Adhesive or equal. Paradiene 30 FR, applied in PA-311 M Adhesive or Johns Manville DynaGlass FR installed in Johns Manville MBR Cold Adhesive or equal.

30 QUALITY ASSURANCE A. Acceptable Products: Primary roofing products, including each type of sheet, all manufactured in the United States, shall be supplied by a single manufacturer which has been successfully producing the specified types of primary products for not less than 10 years. The primary roofing products shall have maintained a consistent composition for a minimum of five years. > Manufacturers Siplast or Johns Manville or Soprema B. Agency Approvals: The proposed roof system shall conform to the following requirements. No other testing agency approvals will be accepted. 1. Underwriters Laboratories Class A acceptance of the proposed roofing system (including cold adhesive) without additional requirements for gravel or coatings. 2. Factory Mutual Approval Standard 4470 listing or letter of acceptance from FM for the proposed membrane system. The roof membrane configuration shall be approved by FM for Class 1. The roof configuration (including fastening of base sheet or insulation) shall be approved by FM for minimum 1-90 windstorm construction. C. Acceptable Contractor: Contractor shall have a minimum of 5 years experience in successfully installing the same or similar roofing materials and be certified in writing by the roofing materials manufacturer to install the primary roofing products. D. Scope of Work: The work to be performed under this specification shall include but is not limited to the following: Attend necessary job meetings and furnish competent and full time supervision, experienced roof mechanics, all materials, tools, and equipment necessary to complete, in an acceptable manner, the roof installation in accordance with this specification. Comply with the latest written application instructions of the manufacturer of the primary roofing products. In addition, application practice shall comply with requirements and recommendations contained in the latest edition of the Handbook of Accepted Roofing Knowledge (HARK) as published by the National Roofing Contractors Association, amended to include the acceptance of a phased roof system installation. E. Local Regulations: Conform to regulations of public agencies, including any specific requirements of the city and/or state of jurisdiction SUBMITTALS All submittals which do not conform to the following requirements will be rejected. A. Submittals Prior to Contract Award: 1. Letter from the proposed primary roofing manufacturer confirming that the bidder is an acceptable Contractor authorized to install the proposed system (one that can obtain a warranty from said manufacturer). B. Submittals Prior to Project Close-out (Also see General Conditions): 1. Certificate Of Analysis from the testing laboratory of the primary roofing materials manufacturer, confirming the physical and mechanical properties of the roofing membrane components. Testing shall be in accordance with the parameters published in ASTM D 5147 and ASTM D 6298* and indicate Quality Assurance/Quality Control data as required to meet the specified properties:

31 a) Material type b) Dimensions and Mass (indicate the lowest values recorded during the production run); - Roll length - Roll width - Selvage width - Total thickness - Thickness at selvage (coating thickness) - Weight c) Physical and Mechanical Properties; - Low temperature flexibility - Maximum load - 5% Maximum Load (ultimate elongation) - Dimensional stability - High Temperature Stability - Granule embedment - Resistance to thermal shock* (foil faced products) 2. Manufacturer's printed recommendations for proper maintenance of the specified roof system including inspection frequencies, penetration addition policies, and temporary repairs procedures PRODUCT DELIVERY STORAGE AND HANDLING A. Delivery: Deliver materials in the manufacturer's original sealed and labeled containers and in quantities required to allow continuity of application. B. Storage: Store materials out of direct exposure to the elements. Store rolls goods on a clean, flat and dry surface. All material stored on the roof overnight shall be stored on pallets. Rolls of roofing must be stored on ends. Store materials on the roof in a manner so as to preclude overloading of deck and building structure. Store materials such as solvents, adhesives and asphalt cutback products away from open flames, sparks or excessive heat. Cover all material using a breathable cover such as a canvas. Polyethylene or other non-breathable plastic coverings are not acceptable. C. Handling: Handle all materials in such a manner as to preclude damage and contamination with moisture or foreign matter. Handle rolled goods to prevent damage to edges or ends. D. Damaged Material: Any materials that are found to be damaged or stored in any manner other than stated above will be automatically rejected, removed and replaced at the Contractor's expense PROJECT/SITE CONDITIONS A. Requirements Prior to Job Start 1. Notification: Give a minimum of 10 days notice to the Owner prior to commencing any work and notify on a daily basis of any change in work schedule. 2. Safety: Familiarize every member of the application crew with all fire and safety regulations recommended by OSHA, NRCA and other industry or local governmental groups. B. Environmental Requirements 1. Precipitation: Do not apply roofing materials during precipitation or in the event there is a probability of precipitation during application. Take adequate precautions to ensure that material, applied roofing, and building interiors are protected from possible moisture damage or contamination.

32 2. Temperature Restrictions - cold adhesive: At low temperatures, the specified cold adhesive becomes more viscous, making even distribution more difficult. The optimal temperature of the adhesive at point of application is 70 F (21 C). To facilitate application when ambient temperatures are below 50 F (10 C), store the adhesive and roll goods in a warm place immediately prior to use. Roll or broom the sheets to ensure contact with the underlying adhesive. Suspend application in situations where the adhesive cannot be kept at temperatures allowing for even distribution. C. Protection Requirements (also see General Condition) 1. Membrane Protection: Provide protection against staining and mechanical damage for newly applied roofing and adjacent surfaces throughout this project. 2. Limited Access: Prevent access by the public to materials, tools and equipment during the course of the project. 3. Debris Removal: Remove all debris daily from the project site and take to a legal dumping area authorized to receive such materials. 4. Site Condition: Complete, to the owner's satisfaction, all job site clean-up including building interior, exterior and landscaping (see General Condition) where affected by the construction. PART 2 PRODUCTS 2.01 ROOFING SYSTEM ASSEMBLY/PRODUCTS A. Base Sheet A fiberglass reinforced, asphalt coated sheet with a polyolefin film backing, having a minimum weight of 20 lb/sq. The sheet shall conform to ASTM D 4601, Type II requirements. > Siplast Parabase FS or JM Ventsulation Felt or equal DESCRIPTION OF SYSTEMS A. Roofing Membrane Assembly: A roof membrane assembly consisting of two plies of a prefabricated, reinforced, homogeneous Styrene-Butadiene-Styrene (SBS) block copolymer modified asphalt membrane, applied over a prepared substrate. Both reinforcement mats shall be impregnated/saturated and coated each side with an SBS modified bitumen blend. The roof system shall pass 500 cycles of ASTM D 5849 Resistance to Cyclic Joint Displacement (fatigue) at 14 F (-10 C). Passing results shall show no signs of membrane cracking or interply delamination after 500 cycles. The roof system shall pass 200 cycles of ASTM D 5849 after heat conditioning performed in accordance with ASTM D The assembly shall possess waterproofing capability, such that a phased roof application, with only the modified bitumen base ply in place, can be achieved for prolonged periods of time without detriment to the watertight integrity of the entire roof system. > Siplast Paradiene 20/30 FR roof system or Johns Manville DynaBase/DynaGlass FR roof system or equal

33 1. Modified Bitumen Base and Stripping Ply a) Thickness (avg): 90 mils (2.3 mm) (ASTM D 5147) b) Thickness (min): 87 mils (2.2 mm) (ASTM D 5147) c) Weight (min per 100 ft² of coverage): 62 lb (3.0 kg/m²) d) Maximum filler content in elastomeric blend - 35% by weight e) Low temperature -13ºF (-25ºC): PASS (ASTM D 5147) f) Maximum Load 73ºF (23ºC): 30 lbf/inch (5.3 kn/m) (ASTM D 5147) g) Maximum Load 0ºF (-18ºC): 70 lbf/inch (12.3 kn/m) (ASTM D 5147) h) 5% Maximum Load 73ºF (23ºC): 50% (ASTM D 5147) i) Dimensional Stability (max): 0.1% (ASTM D 5147) j) High Temperature Stability (min): 250ºF (121ºC) (ASTM D 5147) k) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) l) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria > Siplast Paradiene 20 or Johns Manville DynaBase or equal 2. Modified Bitumen Finish Ply a) Thickness (avg): 130 mils (3.3 mm) (ASTM D 5147) b) Thickness at selvage (coating thickness) (avg): 98 mils (2.5 mm) (ASTM D 5147) c) Thickness at selvage (coating thickness) (min): 94 mils (2.4 mm) (ASTM D 5147) d) Weight (min per 100 ft² of coverage): 90 lb (4.4 kg/m²) e) Maximum filler content in elastomeric blend: 35% by weight f) Low temperature -13º F (-25º C): PASS (ASTM D 5147) g) Maximum Load 73ºF (23ºC): 30 lbf/inch (5.3 kn/m) (ASTM D 5147) h) Maximum Load 0ºF (-18ºC): 75 lbf/inch (13.2 kn/m) (ASTM D 5147) i) 5% Maximum Load 73ºF (23ºC): 55% (ASTM D 5147) j) Dimensional Stability (max): 0.1% (ASTM D 5147) k) High Temperature Stability (min): 250ºF (121º C) (ASTM D 5147) l) Granule Embedment (max loss): 2.0 grams per sample (ASTM D 5147) m) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) n) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria o) Surfacing: ceramic granules > Siplast Paradiene 30 FR or Johns Manville DynaGlass FR or equal 3. Flashing Reinforcing Ply - (Same as roof system base ply) 2.03 ROOFING ACCESSORIES A. Roofing Adhesives 1. Membrane Cold Adhesive: A blend of special adhesive asphalts and safe, highflash, quick drying solvents that meets or exceeds ASTM D 4479, Type II requirements. > Siplast PA-311 M Adhesive by Siplast; Irving, TX or Johns Manville MBR Cold Application Adhesive or equal 2. Flashing Adhesive: A slump resistant, asphalt cutback flashing adhesive, reinforced with non-asbestos fibers, conforming to ASTM D 4586 Type II requirements. > Siplast PA-828 Flashing Cement or Johns Manville MBR Flashing Cement or equal

34 B. Bituminous Cutback Materials 1. Asphalt Primer: A high flash, quick drying, asphalt solvent blend which meets or exceeds ASTM D 41 requirements. > Siplast PA-1125 Asphalt Primer by Siplast; Irving, TX or Johns Manville Primer or equal 2. Mastics: An asphalt cutback mastic, reinforced with non-asbestos fibers, used as a base for setting metal flanges conforming to ASTM D 4586 Type II requirements. > Siplast PA-1021 Plastic Cement by Siplast; Irving, TX or Johns Manville Flashing Cement or equal C. Sealant: A moisture-curing, non-slump elastomeric sealant designed for roofing applications. The sealant shall be approved by the roof membrane manufacturer for use in conjunction with the roof membrane materials. Acceptable types are as follows: > Siplast PS-304 Elastomeric Sealant by Siplast; Irving, TX or Johns Manville TopGard or equal D. Ceramic Granules: No. 11 grade specification ceramic granules of color scheme matching the granule surfacing of the finish ply. E. Fasteners 1. Fasteners All fasteners and plates shall be FM Approved, and/or approved by the manufacturer of the primary roofing products. PART 3 EXECUTION 3.01 FIELD QUALITY CONTROL A. Pre-Job Conference: Conduct a pre-job conference to include the designer, Owner, roofing Contractor and manufacturer's representative prior to application of roofing. B. Foremen: Provide the roofing foreman with a copy of these specifications to be available at the job site at all times. The presence of specifications and an inspector shall not relieve the Contractor of strict compliance with the manufacturer's specifications, detail drawings, and/or approved material requirements. C. Deck Penetrations: Verify that work penetrating the roof deck, or which may otherwise affect the roofing application, has been properly completed. D. Final Inspection post installation meeting: Arrange a meeting at the completion of the project to be attended by all parties that were present at the pre-job conference. A punch list of items required for completion shall be compiled and corrected by the Contractor to the satisfaction of owner PREPARATION A. General: Sweep or vacuum all surfaces, removing all dirt and foreign substances prior to commencement of roofing. B. Remove All Existing: - Shingle Roof membrane - Underlayment etc.

35 C. Base Sheet Securement to plywood sheathing: Lay the base sheet over the entire area to be roofed, lapping sides 3 inches and ends 6 inches. Using the specified fasteners, fasten each sheet at the FM approved fastening rate and pattern approved for the 1A-90 approvals, Increase the fastening pattern at the corners/perimeter in accordance with the recommendations set forth in Factory Mutual Loss Prevention Bulletin 1-29 and FM ROOF MEMBRANE INSTALLATION - GENERAL A. Membrane Application: Apply roofing in accordance with roofing system manufacturer's instructions and the following requirements. Application of roofing membrane components shall immediately follow application of base sheet as a continuous operation. B. Aesthetic Considerations: An aesthetically pleasing overall appearance of the finished roof application is a standard requirement for this project. Make necessary preparations, utilize recommended application techniques, apply the specified materials including granules and metallic powder, and exercise care in ensuring that the finished application is acceptable to the Owner. C. Priming: Prime metal and concrete and masonry surfaces with a uniform coating of the specified asphalt primer. D. Membrane Adhesive Application: Membrane adhesive can be applied by roller, squeegee or spray unit. Apply cold adhesive in a smooth, even, continuous layer without breaks or voids. Utilize an application rate of 2 to 2 1/2 gal/sq (0.6 to 1.0 l/m²) over irregular or porous substrates. Utilize an application rate of 1 1/2 to 2 gal/sq (0.6 to 0.8 kg/m²) for interply applications. Double the adhesive application rate at the end laps of granule surfaced sheets. In the areas surrounding details that are to receive the catalyzed acrylic resin primer and flashing system, apply membrane plies in a full coating of the specified elastomeric sealant in lieu of the solvent based adhesive a minimum 8 inches from the base of the penetration or curb. E. Bitumen Consistency: Cutting or alterations of bitumen, primer, and sealants will not be permitted. F. Roofing Application: Apply all layers of roofing free of wrinkles, creases or fish mouths. Exert sufficient pressure on the roll during application to ensure prevention of air pockets. 1. Apply all layers of roofing perpendicular to the slope of the deck. 2. Fully bond the base ply to the prepared substrate, utilizing minimum 3 inch side and end laps. Apply each sheet directly behind the cold adhesive applicator. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T-laps immediately following sheet application. Stagger end laps a minimum of 3 feet. 3. Fully bond the finish ply to the base ply, utilizing minimum 3 inch side and end laps. Apply each sheet directly behind the cold adhesive applicator. Stagger end laps of the finish ply a minimum 3 feet. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T-laps immediately following sheet application. Stagger side laps of the finish ply a minimum 12 inches from side laps in the underlying base ply. Stagger end laps of the finish ply a minimum 3 feet from end laps in the underlying base ply. 4. Maximum sheet lengths and special fastening of the specified roof membrane system may be required at various slope increments where the roof deck slope exceeds 1/2 inch per foot. The manufacturer shall provide acceptable sheet lengths

36 and the required fastening schedule for all roofing sheet applications to applicable roof slopes. G. Granule Embedment: Broadcast mineral granules over all bitumen overruns on the finish ply surface, while the bitumen is still hot or the adhesive is soft, to ensure a monolithic surface color. H. Water Cut-Off: At end of day's work, or when precipitation is imminent, construct a water cut-off at all open edges. Cut-offs can be built using asphalt or plastic cement and roofing felts, constructed to withstand protracted periods of service. Cut-offs must be completely removed prior to the resumption of roofing RELATED COMPONENTS - INSTALLATION A. Sealant: Caulk all exposed finish ply edges at the transition to metal flashings incorporated into the roof system with a smooth continuous bead of the specified sealant SPECIAL CONDITIONS A. Site Condition: Leave all areas around job site free of debris, roofing materials, equipment and related items after completion of job. B. Final Inspection 1. Post-Installation Meeting: Hold a meeting at the completion of the project, attended by all parties that were present at the pre-job conference. A punch list of items required for completion shall be corrected by contractor before substantial completion of job. C. Issuance of Guarantee Contractor shall provide a written three year warranty for material and workmanship commencing with the date of substantial completion. The warranty shall cover all labor and all material necessary to maintain complete water tightness, including that required to repair and all roof leaks and water infiltration through the roof, and flashing in any configuration including standing water at no additional cost to the owner. END OF SECTION SECTION ASPHALT SHINGLES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK Replace shingle roof of Hangar house, Proshop, and Pool locker. Sheet metal, ridge vent and all roofing accessories required for the roof as recommended by roof manufacturer and NRCA steep roofing manual is part of this specification. Transition of Shingle to SBS Modified bitumen roof on Pool locker and standing seam metal roof on Hanger house shall be as recommended by manufacturer and shall match the existing. Minimum overlap of Shingle shall be at least 6.

37 1.02 QUALITY ASSURANCE UL Listing: Provide labeled materials which have been tested and listed by UL for Class and Rating indicated for each shingle type required. Roof on each individual building shall have same dye lot SUBMITTALS Product Data: Submit technical product data, installation instructions and recommendations from shingle manufacturer, including data that materials comply with requirements. Samples: Submit full range of samples for color and texture selection. After selection, submit 2 full-size shingles for verification of each color/style/texture selected DELIVERY, STORAGE AND HANDLING Deliver materials in manufacturer's unopened, labeled bundles, rolls or containers. Store materials to avoid water damage, and store rolled goods on end. Comply with manufacturer's recommendations for job-site storage and protection JOB CONDITIONS Weather Conditions: Proceed with shingle work only when weather conditions are in compliance with manufacturer's recommendations and when substrate is completely dry. At end of each work day, roof is to be "dried in" to insure against sudden weather condition changes. Contractor is responsible for any subsequent damage from water due to construction SPECIFIED PRODUCT WARRANTY Provide shingle manufacturer's warranty on installed work, agreeing to pay for repair or replacement of defective shingles as necessary to eliminate leaks. Period of warranty is 40 years minimum from date of substantial completion. Provide Algae Resistance limited warranty for 10 years. Contractor shall provide a written three year warranty for material and workmanship commencing with the date of substantial completion. The warranty shall cover all labor and all material necessary to maintain complete water tightness, including that required to repair and all roof leaks and water infiltration through the roof, and flashing in any configuration including standing water at no additional cost to the owner. PART 2 - PRODUCTS

38 2.01 ASPHALT SHINGLE MATERIALS Shingles Manufacturers: Subject to compliance with specified requirements provide products by one of the following, but not limited to the following: 1. Owens Corning 2. Certain Teed 3. GAF Basis of Design: Owens-Corning, Oakridge Asphalt Shingles: Asphalt-coated glass felt, mineral granule surfaced, complying with ASTM D 3462; Class A fire resistance. 1. Self-sealing type 2. Style: Square 3. Nominal Size: 13 ¼ X 38 ¼ 4. Exposure: 5 ⅜ 5. Color: Selected by EKU from manufacturer s standard color chart Underlayment: Asphalt-Saturated organic roofing felt, No. 30, unperforated organic felt, complying with ASTM D 226, 36" wide, approximate weight 30 lbs/square. Nails: Standard round wire shingle type, of hot-dipped zinc coated steel, 12 - gage, inch shank diameter, ⅜" head diameter, and of 1 length to penetrate through roof sheathing. No power driven fasteners accepted. Metal Drip Edge: Provide prefinished aluminum sheet with fluoropolymer 2-coat coating system with not less than 70% polyvinylidene fluoride resin by weight; complying with AAMA drip edge to match shingle and existing roof detail. PART 3 - EXECUTION 3.01 INSPECTION Examine substrate and conditions under which shingle work is to be performed and notify EKU in writing of unsatisfactory conditions. Do not proceed with shingle work until unsatisfactory conditions if found have been corrected DEMOLITION Remove existing felts, shingles, ridge flashings, and any other items on roof which will be replaced with new shingle roofing system

39 3.03 PREPARATION OF SUBSTRATE Clean substrate of any projections and substances detrimental to shingling work. Seal roof deck joints wider than 1/16 with deck tape. Cover knot holes or other minor voids in substrate with sheet metal flashing secured with roofing nails. Coordinate installation of shingles with flashing and other adjoining work to ensure proper sequencing. Remove any damaged roof sheathing and replace at a per square foot price INSTALLATION Underlayment: Install underlayment perpendicular to slope of roof, with ends and edges weather lapped minimum 4 inches. Stagger end laps of each consecutive layer. Nail in place. Weather lap minimum 4 inches over eaves protection. Items projecting through or mounted on roof shall be weather lapped and sealed watertight with plastic cement. Shingles: Install shingles in accordance with manufacturer s instruction and NRCA Steep Roofing Manual. Place shingles in straight coursing pattern with 5 inches weather exposure to produce double thickness over full roof area. Use horizontal and vertical chalk lines to ensure straight coursing. Provide double course of shingles at eaves. Extend shingles ½ inch beyond side drip edge. Complete installation to provide weather tight service. Flashing and Edge Protection: Install metal flashing, vent flashing, lightening protection rod and edge protection to match existing condition or as required and in compliance with details and recommendations of the NRCA Steep Roofing Manual. Lightening protection shall be installed by a certified person (UL listed installer in good standing with UL) and certificate of inspection shall be submitted. Comply with NEC, NFPA, and UL PROTECTION Do not permit traffic over finished roof surface MAINTENANCE MATERIAL Provide minimum of 2% of installed quantity of each type/color/texture shingle used in the work. Provide in unopened clearly labeled bundles or containers. END OF SECTION 07311

40 Bid Number: Project: Arlington Roof Replacement Project Drawings

41 Hanger House roof Inspect existing flashing and repair/replace as required to match the existing to make new shingle roof water tight. Stabilize existing trim by driving galvanized screws as required where roofing work is impacted. Inspect existing flashing around chimneys and repair/replace as required to match the existing. Protect existing standing seam metal roofs and overlap shingle roof as recommended by shingle manufacturer, with minimum of 6. Page 16 of 18

42 Proshop roof Replace existing shingle roof with new system as specified in this specification. Flash around all roof penetrations and gazebo roof as recommended by roof manufacturer. Inspect existing flashing around and on the top of chimney and repair/replace as required to match the existing. Page 17 of 18

43 Pool Locker roof Replace existing shingle and modified bitumen roof with new system as specified in this specification. Flash around all roof penetrations as recommended by roof manufacturer. Extend this PVC condensation pipe as marked here. Inspect this ventilation through roof and stabilize the pipe before flashing. Page 18 of 18

Invitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY Perkins Building Conduit Installation

Invitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY Perkins Building Conduit Installation Invitation No.: EKU 85-18 Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475 Perkins Building Conduit Installation THIS IS NOT AN ORDER Non-Mandatory Pre-Bid Conference: Wednesday, September

More information

Invitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY Cleaning of VRV Units in Telford Hall

Invitation No.: EKU Eastern Kentucky University 521 Lancaster Avenue Richmond, KY Cleaning of VRV Units in Telford Hall Invitation No.: EKU 69-19 Eastern Kentucky University 521 Lancaster Avenue Richmond, KY 40475 Cleaning of VRV Units in Telford Hall THIS IS NOT AN ORDER Non-Mandatory Pre-Bid Conference: December 5, 2018,

More information

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE Eastern Kentucky University Purchases & Stores- Commonwealth 14th Floor #1411 521 Lancaster Avenue Richmond, KY 40475 CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE RFP No. 50-18 1. REQUEST

More information

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE Eastern Kentucky University Purchases & Stores- Commonwealth 14th Floor #1411 521 Lancaster Avenue Richmond, KY 40475 CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE RFP No. 51-18 1. REQUEST

More information

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE Eastern Kentucky University Purchases & Stores- Commonwealth 14th Floor #1411 521 Lancaster Avenue Richmond, KY 40475 CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE 38-19 1. REQUEST DATE: 08/27/18

More information

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE

CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE University Procurement - Commonwealth 1411 521 Lancaster Avenue Richmond, KY 40475 CONTRACTOR S AGREEMENT REQUEST FOR PROPOSAL/SIGNATURE PAGE RFP No. 08-20 1. REQUEST DATE: 2. REQUESTING DEPARTMENT: 4/16/2019

More information

EASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since Lancaster Avenue CPO 6A-1 Richmond, KY

EASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since Lancaster Avenue CPO 6A-1 Richmond, KY Office of Finance & Administration Division of Capital Construction & Project Administration EASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since 1906 521 Lancaster Avenue CPO 6A-1 Richmond, KY 40475-3102

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

2/21/18 2:00 PM ET Commonwealth 14th Floor #1411 VENDOR

2/21/18 2:00 PM ET Commonwealth 14th Floor #1411 VENDOR EASTERN KENTUCKY UNIVERSITY DIVISION OF PURCHASES REQUEST FOR BID ATTENTION: This is Not an Order. Read All Instructions, Terms, And Conditions Carefully. IMPORTANT: Sealed Bids Must be Received By: DATE:

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

Network Cabling Upgrade/Renovation. Request for Proposal

Network Cabling Upgrade/Renovation. Request for Proposal Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this

More information

KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019

KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019 KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI-19-02 SURPLUS VEHICLES 2019 Issue Date: March 1, 2019 Due Date: March 18, 2019 Purchasing Department 400 East Main Street Academic Services Building, Suite

More information

Network Cabling Upgrade Request for Proposal

Network Cabling Upgrade Request for Proposal Network Cabling Upgrade Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this RFP... 4

More information

Request for Proposal Eastern Kentucky University Property Lease - Central Business District of Richmond, Kentucky (RFP 05-18)

Request for Proposal Eastern Kentucky University Property Lease - Central Business District of Richmond, Kentucky (RFP 05-18) Request for Proposal Eastern Kentucky University Property Lease - Central Business District of Richmond, Kentucky (RFP 05-18) Issued: December 16, 2016 Due: February 6, 2017 521 Lancaster Avenue Richmond,

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

Commonwealth of Kentucky, hereinafter referred to as the University or as the First Party, and

Commonwealth of Kentucky, hereinafter referred to as the University or as the First Party, and Personal Service Contract Number PS: Account Number: KENTUCKY STATE UNIVERSITY PERSONAL SERVICES CONTRACT ($10,000 or more) THIS CONTRACT is made and entered into this day of, 20, by Total Amount: Contract

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court Boone County, Kentucky Bid #: 082517SCSW Storage Cages for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., August 31, 2017 Local time ACCEPTANCE PLACE Boone

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

Request for Proposal Eastern Kentucky University Higher Education Advertising Services RFP 89-17

Request for Proposal Eastern Kentucky University Higher Education Advertising Services RFP 89-17 Request for Proposal Eastern Kentucky University Higher Education Advertising Services RFP 89-17 Issued: April 25, 2017 Due: May 18, 2017 2:00PM (ET) 521 Lancaster Avenue Richmond, Kentucky 40475 Eastern

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Interior Signage, BEP and AS&T Buildings

Interior Signage, BEP and AS&T Buildings PROJECT MANUAL INVITATION FOR BID # NS-03-12 Interior Signage, BEP and AS&T Buildings BIDS DUE: Thursday, July 28, 2011 @ 2:00 pm ISSUED July 14, 2011 Northern Kentucky University Don Johnson, CPSM, C.P.M.

More information

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

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

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners

More information

INVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION TO BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: KCT-01092 RETURN ORIGINAL COPY OF BID TO: Issue Date: October 27, 2017 KCTCS Method

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of new cylinders for self contained breathing apparatus (SCBA s) for the Galesburg

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 To: All Bidders of Record From: Kraig Boynton, Purchasing Agent Date: February 01, 2017 Re: Addendum No. 1 Request

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax: HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 Fax: 706-839-0219 www.habershamga.com REQUEST FOR PROPOSALS Habersham County is soliciting

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES Issued by the The Somerset County Joint Insurance Fund Date Issued: November 30, 2018 Responses Due by

More information

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services. December 12, 2018 To Whom It May Concern: Enclosed please find our Request for Professional Services. This service is to begin February 4, 2019 and continue through reorganization 2020. The Pine Hill Borough

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE

BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE Boone County, Kentucky INVITATION FOR BID #050516PW BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE ACCEPTANCE DATE: Prior to 2:00 p.m., May 5, 2016 Local time ACCEPTANCE PLACE Boone County Fiscal Court 2950

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS ARTICLE NO. TITLE PAGE 1. DEFINITIONS IB 2 3 2. BIDDERʹS REPRESENTATION IB 3 3. BIDDING DOCUMENTS

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 NOTICE IS HEREBY GIVEN that sealed submissions will be received by

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

INVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION TO BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: KCT-01124 RETURN ORIGINAL COPY OF BID TO: Issue Date: June 15, 2018 KCTCS Method

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES Section 1. RECEIPT AND OPENING OF SUBMISSIONS A. OWNER AND PROJECT The

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

INVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION TO BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: KCT-01147 RETURN ORIGINAL COPY OF BID TO: Issue Date: September 20, 2018 KCTCS

More information

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes. BID NO: Q6970 DATE ISSUED: 04/03/2014 DATE DUE: 04/29/2014 TIME DUE: 2:00 p.m. PAGE: 1 of 7 Notice to Bidders Sealed proposals will be received by the Purchasing Agent of the Des Moines Independent Community

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

Bergen County Board of Social Service

Bergen County Board of Social Service Bergen County Board of Social Service REQUEST FOR QUALIFICATIONS The Bergen County Board of Social Services (the Board ) is soliciting Qualification Statements from interested persons and/or firms for

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED** I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

Pedestrian Walkway, BOK to Callahan

Pedestrian Walkway, BOK to Callahan PROJECT MANUAL INVITATION FOR BID # NS-02-12 Pedestrian Walkway, BOK to Callahan BIDS DUE: Friday, July 15, 2011 @ 2:00 pm ISSUED July 1, 2011 Northern Kentucky University Don Johnson, CPSM, C.P.M. Associate

More information

BID REQUIREMENTS INVITATION TO BID #C19-14

BID REQUIREMENTS INVITATION TO BID #C19-14 BID REQUIREMENTS INVITATION TO BID #C19-14 The Board of Public Education for the City of Savannah and the County of Chatham, the body corporate responsible for public education in the city of Savannah

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

AIA Document A101 TM 2007

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

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT. REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR BUILDING ANALYSIS OF THE CITY- OWNED BUILDING LOCATED AT 149 NORTH BROAD STREET (FORMER ILLINOIS NATIONAL GUARD ARMORY) Kraig Boynton,

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information