INVITATION TO BID STATION 93 AND 94 EXTERIOR PAINTING PROJECT

Size: px
Start display at page:

Download "INVITATION TO BID STATION 93 AND 94 EXTERIOR PAINTING PROJECT"

Transcription

1 INVITATION TO BID STATION 93 AND 94 EXTERIOR PAINTING PROJECT Thurston County Fire District No. 9, District is the entity issuing this invitation for bids. The District is a municipal corporation and political subdivision of the State of Washington. This bid is for the exterior painting of Fire Stations 93 and 94. The scope of work is outlined in the project specifications. Project Addresses: Station 93: 2815 Summit Lake Shore RD NW, Olympia, WA Station 94: 6005 Cooper Point RD NW, Olympia, WA District Project Manager: Captain Jeff Novak (360) Cell (360) Definitions The following terms shall have the meaning set forth below when used in this instrument: 1.1. District. Thurston County Fire District # Bidder. Any person or entity that submits a qualified bid in response to the invitation for bids by the District Successful Bidder. The apparent lowest and best bidder to whom an award is made Contractor. The successful bidder who has satisfied the requirements for the award and who receives a contract executed by the District Acceptance. The term acceptance shall mean that time at which the District indicates that the product, as received, substantially complies with the specifications. 2. Invitation for Bids: Thurston County Fire District #9 will accept bid proposals for Station 93 and 94 exterior painting as follows: 2.1. Time. Bid proposals must be received by the District on or before 5:00 p.m. on May 10, Place. Bid proposals may be mailed or delivered to the District headquarters fire station located at 125 Delphi RD NW, Olympia, WA

2 2.3. Bid Marking. All bids must be submitted in sealed envelopes and must be clearly marked on the outside of the envelope Station 93 and 94 Exterior Painting Bid 2.4. Bid Opening. Bids will be opened at 6:00 p.m. on May 10, 2018 at the District s Headquarters station. 3. Project Specifications Full project specifications are attached. Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List) is provided to Prime Bidders, Subcontractors, and Vendors by going to and clicking on "Posted Projects", "Public Works", and "Thurston County Fire District #9". This online plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that Bidders Register in order to receive automatic notification of future addenda and to place themselves on the Self-Registered Bidders List". Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on-line plan room for addenda issued on this project. Contact Builders Exchange of Washington at (425) should you require assistance with access or registration. 4. Prevailing Wage This project constitutes a public work under state law. Bidders are warned to take into consideration the statutory legal requirements, particularly, the payment of prevailing wages, fringe benefits and performance of bonds and sales tax implications in making their bids. It is the sole responsibility of the bidder to insure the appropriate labor classification(s) are identified and the applicable wage and benefit rates are taken into consideration when preparing their bid according to these specifications. Questions should be referred to the State of Washington, Department of Labor and Industries, P.O. Box 44540, Olympia WA 98504, phone (360) Bidder Responsibility Criteria It is the intent of the District to award a contract to the lowest responsible bidder. Before award, the bidder must meet the following responsibility criteria to be considered a responsible bidder. The bidder may be required by the District to submit documentation demonstrating compliance with the criteria. The bidder must: (a) Have a current certificate of registration as a contractor in compliance with chapter RCW, which must have been in effect at the time of bid submittal; (b) Have current Washington Unified Business Identifier (UBI) number; (c) If applicable: i. Have Industrial Insurance coverage (workers compensation) coverage for the bidders employees working in Washington as required in Title 51 RCW; 2

3 ii. iii. Have an employment security department number as required in Title 50 RCW; and Have a Washington Department of Revenue state excise tax registration number as required in Title 82 RCW; (d) Not be disqualified from bidding any public works contract under RCW or ; (e) Contractor experience criteria apply. See Section 1.3 Quality Assurance (A) of the Project Specifications. The public works contractor must verify responsibility for each first tier subcontractor, and a subcontractor of any tier that hires other subcontractors must verify responsibility criteria for each of its subcontractors. 6. Examination of Site & Conditions The contractor, by filing a bid, acknowledges that he has examined or has had the opportunity but knowingly declined to examine the premises and site so as to compare them with the drawings and specifications, and to have satisfied himself as to the facilities and difficulties attending the execution of the proposed contract (including local conditions, uncertainty of weather and all other contingencies) before delivery of this proposal, and no allowance shall be subsequently made on behalf of the Contractor by reason of any error or neglect on his part. 7. Contractor s Bond Prior to the execution of the contract, the bidder will be required to file a Performance and Payment bond to the State of Washington at an amount equal to one hundred percent (100%) of the contract price including all additions, deletions or extensions in time. Any additions, deletions or extensions in time shall not relieve a surety of its liability in any manner whatsoever. The bond is to insure faithful and complete performance of the contract and payment of all taxes and obligation to laborers and materials arising from the project. The Performance Bond shall remain in effect for one (1) year following formal acceptance of the work. 8. Insurance and Liability The successful bidder shall furnish and maintain all insurance as stipulated in Attachment A Insurance Requirements. 9. Completeness of Proposal Each Bidder shall quote on all items in the bid proposal unless requested otherwise. Alternative, additive or deductive prices will not be considered unless specifically required in the proposal form. 3

4 10. Proposal Effective Period Bid proposals will be good for a sixty (60) day period commencing with the date and time of closing unless extended by mutual consent of the bidder and the District. 11. Taxes Proposals shall include all applicable taxes except sales tax which is a separate bid item. It shall be the bidder s responsibility to furnish Federal Excise Tax Exemption certificate when applicable. 12. Shipping Cost: Bid price to include all shipping and handling costs. 13. Permits and Fees: The Contractor shall furnish all permits, inspection fees, and fees required in the performance of this contract, including those charged under RCW by the Department of Labor and Industries for the approval of statements of intent to pay prevailing wages and the certification of affidavits of wages paid, etc. Department of Labor and Industries may also charge fees to persons or organizations requesting the arbitration of disputes under RCW The Contractor is responsible for all fees resulting from these RCW s. 14. Withdrawal of Proposal Proposals may be withdrawn by written and signed request and only if such request is received prior to the opening of the bids. No bid will be received or considered after the time set for the opening of the bids. 15. Rejection of Bids The District reserves the right to reject any or all bids, to waive minor irregularities in any bids or in the bidding procedure, and to accept any bid presented which meets or exceeds these specifications and which the Board of Commissioners of the District deems to be in the best interest of the District. The Board of Commissioners reserves the right to accept the bid from the lowest responsible bidder taking into consideration the interests of the District and participating agencies as a whole. This may or may not be the bid with the low bid price. 16. Appeal Process If the District determines the low bidder does not meet bidder responsibility criteria and is therefore not a responsible bidder, the District shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the District s determination by presenting additional information to the District. The District will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, the District will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. 4

5 17. Contract No work will begin before the District has in its possession an acceptable certificate of insurance and Contractor s bond and an Agreement has been executed between both parties. The executed Agreement supersedes all previous communications and negotiations, except as reference herein, and constitutes the entire agreement between the District and Contractor (parties), except as provided herein. The Contractor shall not make any changes, alterations, or variations in the terms of the Agreement without the written consent of the District. No terms stated by the bidder in accepting or acknowledging this order shall be binding upon the District unless accepted in writing by the District. The successful bidder may not assign the Contract resulting from this invitation to bid without the District s prior written consent. No waiver by the District of a breach of any provision of the terms and conditions outlined in the invitation to bid shall constitute a waiver of any other breach of such provision or of any other provisions. 18. Warranties The bidder warrants that all materials, equipment and services provided under a contract resulting from this invitation to bid are subject to all warranties arising by operation of law and additionally conform to the specifications imposed by the District; all parts and materials are of good marketable quality, of latest model and current date, exclude surplus remanufactured and used products unless so specified by the District and fit for the known purpose for which they are sold. Said warranty being in addition to any standard warranty or service guarantee given by the bidder to the District. 19. Compliance with Laws and Regulations The bidder agrees that if awarded a contract as a result of this invitation to bid warrants full compliance with all applicable local, state and federal laws and regulations and agrees to indemnify and defend the District against any loss, cost, liability or damage, including attorney s fees, by reason of successful bidder s violation of this paragraph. 20. Indemnification All services rendered or performed under a contract resulting from this invitation to bid will be rendered or performed entirely at the Contractor s own risk. The Contractor expressly agrees to indemnify and hold harmless the District and all its officer, agents, employees or otherwise from any and all claims, including but not limited to reasonable attorney fees, demands, losses and liabilities to or by third parties arising from, resulting from or connected with services performed or to be performed under this contract by the Contractor, its agents or employees to the fullest extent permitted by law. The Contractor s duty to indemnify the Owner and Consultant shall not apply to liability for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Owner or Consultant, their agents or employees. The Contractor s duty to indemnify the Owner and Consultant for liability for damages arising out of bodily injury to persons or damage to property caused by or resulting from the concurrent negligence of (a) the Owner or Consultant, their agents or employees, and (b) Contractor, its agents or employees shall apply only to the extent of negligence of the Contractor or its agent or employees. Contractor s duty to defend, indemnify and hold the Owner harmless shall include, as to all claims, demands, losses and liability to which it applies, the Owner s personnel-related costs, reasonable attorney s fees, court costs and all other claim-related expenses. The Contractor s indemnification shall specifically include all claims for loss liability because of wrongful payments under the Uniform Commercial code, or other statutory or contractual liens or rights or third parties, including taxes, accrued or accruing as a result of this contract or work performed or materials furnished directly or indirectly because of this contract. 5

6 Contractor further agrees that this duty to indemnify Owner applies regardless of any provisions of the RCW Title 51 to the contrary, including but not limited to any immunity of Contractor for liability for injuries to Contractor s workers and employees and Contractor hereby waives any such immunity for the purpose of this duty to indemnify Owner. 21. Termination Contract(s) resulting from this bid may be terminated in whole or in part, without penalty, under the following conditions: 1) by mutual written agreement; 2) by the District for breach by the bidder of any of the obligation or requirements set forth in the contract documents which would, at the option of the District, require the bidder to assume liability for any and all damages including the excess of re-procuring similar products or services; 3) for convenience of the District; or 4) by the District for the non-appropriation of funds. 22. Termination by the District without cause Notwithstanding any other provisions contained herein, the District, without cause, may terminate the contract between the parties by providing notice to the Contractor. Upon termination under this section: 1) All remaining obligations of the parties are discharged, but any right based upon breach or performance occurring prior to termination survives; 2) If the reasonable costs of performance incurred by the Contractor prior to termination exceed the amount paid by the District to the Contractor on the Contract Sum, the District shall reimburse the Contractor in the amount of such excess; 3) If the amount paid by the District to the Contractor on the Contract Sum exceeds the reasonable costs of performance incurred by the Contractor prior to termination, the Contractor shall reimburse the District in the amount of such excess; 4) Any funds obtained or retained by the Contractor as provide in ) or 3) shall constitute full payment and consideration for the services performed by the Contractor prior to termination. 23. Compliance with Terms The District may at any time insist upon strict compliance with these terms and conditions, not withstanding any previous custom, practice, or course of dealing to the contrary. 24. Estimated Quantities When quantities are estimated in the proposal form they are stated only for bid comparison purposes. The District does not warrant expressly or by implication that the actual quantities of work will correspond with those estimates. Payment will be made on the basis of the actual quantities of each item of work completed in accordance with the contract requirements. 25. Payment Application Invoices will be submitted to Thurston County Fire District No. 9, 125 Delphi Road SW, Olympia, WA A Statement of Intent to Pay Prevailing Wages certified by the State on the Contractor and each and every subcontractor must be in the possession of the District before a payment application can be processed. Invoices must include the statement I certify that wages have been paid in accordance with the Statement(s) of Intent to Pay Prevailing Wages previously certified and filed pursuant to this contract. 26. Time for Completion The contractor agrees to complete the work as specified in the invitation to bid before August 28,

7 BID PROPOSAL SHEET STATION 93 AND STATION 94 PAINTING PROJECT The undersigned agrees to provide Thurston County Fire District #9 as described in the scope of work: Receipt of addendum if applicable Addendum No. Date Addendum No. Date Addendum No. Date Project Cost (exclusive of sales tax) Sales Tax (7.9%) TOTAL COST $ $ $ TIME FOR COMPLETION: List the number of consecutive calendar days it will take to complete the work from commencement date stated in a notice to proceed. ADMINISTATIVE INFORMATION: Company Address Contact Person Contact Phone Contact Signature Title Attachments: Bid Sheet Certificate of Liability Insurance Certificate of Contractor s Registration 7

8 THURSTON COUNTY FIRE DISTRICT 9 STATION 93 and STATION 94 EXTERIOR PAINTING PROJECT AGREEMENT THIS AGREEMENT AND CONTRACT, made and entered into this day of, 2018, by and between Thurston County Fire District 9, Thurston County, Washington, a municipal corporation, hereinafter designated as the Owner, and, hereinafter designated as the Contractor, WITNESSETH: That WHEREAS the Owner has heretofore caused to be prepared certain plans and specifications described as the Station 93 and Station 94 Painting Project and the Contractor did on the day of, 2018, file with the Owner a proposal to perform said work for a lump sum price of $ and State Sales Tax of $ for a total of $, and; WHEREAS, the said Contract Documents fully and accurately described the terms and conditions upon which the Contractor proposes to furnish said equipment, labor, materials, and appurtenances and perform said work, together with the manner and time of furnishing same; IT IS THEREFORE AGREED, first, that a copy of said Contract Documents filed with the Owner, as aforesaid, do, in all particulars, become a part of the Agreement and Contract by and between the parties hereto in all matters and things therein set forth and described; and further, that the Owner and the Contractor hereby accept and agree to the terms and conditions of said Contract Documents as filed as completely as if said terms and conditions and plans were herein set out in full. Liquidated Damages. The Owner and the Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in the Contract Documents, plus any extensions allowed. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay, but not as a penalty, Contractor shall pay Owner $50.00 for each day that expires after the time specified for substantial completion, until the work is substantially complete. After substantial completion if Contractor shall neglect, refuse or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner liquidated damages of $50.00 for each day that expires after the time specified for final completion. 8

9 IN FAITH WHEREOF, witness the hands and seals of both parties hereto on the day and year in this Agreement first above written. Contractor Thurston County Fire District 9 By Title By Title Attest (If Corporation) Witness (If Individual or Partnership) 9

10 STATION 93 AND STATION 94 EXTERIOR PAINTING PROJECT SPECIFICATIONS PART 1 GENERAL 1.1 SECTION INCLUDES A. Exterior paint and coatings systems including surface preparation. 1.2 SUBMITTALS A. Verification Samples: For each finish product specified, submit samples that represent actual product, color, and sheen. 1.3 QUALITY ASSURANCE A. Installer Qualifications: A firm or individual experienced in applying paints and coatings similar in material, design, and extent to those indicated for this Project, whose work has resulted in applications with a record of successful in-service performance. Provide two projects with similar scope of work. B. The Bidder is required to have full knowledge of site conditions that might affect the bid and subsequent costs. C. Paint exposed surfaces. If a color or finish, or a surface is not specifically mentioned, the District will select from standard products, colors and sheens available. D. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels unless indicated. E. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. 1. Finish surfaces for verification of products, colors and sheens. 2. Finish area designated by the District. 3. Provide samples that designate primer and finish coats. 4. Do not proceed with remaining work until the District approves the mock-up. 1.4 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver manufacturer's unopened containers to the work site. Packaging shall bear the manufacturer's name, label, and the following list of information. 1. Product name, and type (description). 2. Application and use instructions. 3. Surface preparation. 4. VOC content. 5. Environmental handling. 6. Batch date. 7. Color number. B. Storage: Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 10

11 C. Store materials in an area that is within the acceptable temperature range, per manufacturer's instructions. Protect from freezing. D. Handling: Maintain a clean, dry storage area, to prevent contamination or damage to the coatings. 1.5 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. 1.6 EXTRA MATERIALS A. Furnish extra paint materials from the same production run as the materials applied and in the quantities described below. Package with protective covering for storage and identify with labels describing contents. Deliver extra materials to the District. B. Furnish the District with an additional one percent of each material and color, but not less than 1 gallon. PART 2 PRODUCTS 2.1 MANUFACTURERS Acceptable Manufacturer: Sherwin-Williams, located at: 2303 Harrison Ave NW, Olympia, WA 98503, Chris Hazelton APPLICATIONS/SCOPE A. Exterior Paints and Coatings: 1. Concrete: Cementitious siding, flexboard, transite, and shingles (non-roof). 2. Metal: Aluminum, galvanized steel. 3. Metal: Miscellaneous iron, ornamental iron, ferrous metal. 4. Wood: Siding, trim, shutters, sash, and miscellaneous hardboard. 2.3 PAINT MATERlALS - GENERAL A. Paints and Coatings. 1. Unless otherwise indicated, provide factory-mixed coatings. When required, mix coatings to correct consistency in accordance with manufacturer's instructions before application. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer. C. Caulking: Sherwin Williams Sher-Max Elastomeric Caulking (re-caulk all areas with existing caulk) D. Coating Application Accessories: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required, per 11

12 manufacturer's specifications. Color: Refer to Finish Schedule on Page 13 for paint colors, and as selected. 2.4 EXTERIOR PAINT SYSTEMS A. CONCRETE (Cementitious Siding, Flexboard, Transite Board, Shingles (Non-Roof), Bollards). 1. Latex Systems: a. Satin Finish: 1) Spot Prime: S-W Loxon Concrete & Masonry Primer Sealer, A24W8300 (8 mils wet, 3.2 dry). 2) 1st Coat: S-W A-100 Exterior Latex Low Sheen, A12 Series. 3) 2nd Coat: S-W A-100 Exterior Latex Low Sheen, A12 Series (4 mils wet, 1.5 mils dry per coat). B. METAL: Aluminum, Galvanized. 1. Latex Systems: a. Semi-Gloss Finish: 1) 1st Coat: S-W Pro Industrial Pro-Cryl Universal Primer, B Series (5.0 mils wet, 2.0 mils dry). 2) 2nd Coat: S-W Pro Industrial Waterborne Alkyd Urethane Semi- Gloss, B53 Series. 3) 3rd Coat: S-W Pro Industrial Waterborne Alkyd Urethane Semi- Gloss, B53 Series (4 mils wet, 1.5 mils dry per coat). C. METAL: Pre-Finished to be Painted. 1. Latex System: a. Gloss Finish: 1) 1st Coat: S-W Bond Plex, B71 Series 2) 2nd Coat: S-W Shercryl Semi-Gloss, B Series (4 mils wet, 1.5 mils dry per coat). D. METAL: Misc. Iron, Ornamental Iron, Structural Iron and Steel, Ferrous Metal. 1. Latex Systems: a. Semi-Gloss Finish: 1) 1st Coat: S-W Pro Industrial Pro-Cryl Universal Primer, B Series (5.0 mils wet, 2.0 mils dry). 2) 2nd Coat: S-W Pro Industrial Waterborne Alkyd Urethane Semi- Gloss, B53 Series. 3) 3rd Coat: S-W Pro Industrial Waterborne Alkyd Urethane Semi- Gloss, B53 Series (4 mils wet, 1.5 mils dry per coat). E. WOOD: Siding, Trim, Shutters, Sashes, Hardboard-Bare/Primed. 1. Latex Systems: a. Satin Finish: 1) Spot Prime: S-W ProBlock Latex Primer, B51W620 (4 mils wet, 1.4 mils dry). 2) 2nd Coat: S-W A-100 Exterior Latex Low Sheen, A12 Series. 3) 3rd Coat: S-W A-100 Exterior Latex Low Sheen, A12 Series (4 mils wet, 1.5 mils dry per coat). 12

13 F. WOOD: Glu-Laminated Beams. a. Latex Stain System: 1) 1st Coat: S-W Problock Latex Primer, B51 Series 2) 2nd Coat: A-100 Latex Lowsheen, A12 Series 3) 3rd Coat: A-100 Latex LowSheen, A12 Series PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared; notify the District of unsatisfactory conditions before proceeding. B. Proceed with work only after conditions have been corrected and approved by all parties, otherwise application of coatings will be considered as an acceptance of surface conditions. 3.2 SURFACE PREPARATION A. General: Surfaces shall be dry and in sound condition. Remove oil, dust, dirt, loose rust, peeling paint or other contamination to ensure good adhesion. 1. Remove mildew before painting by washing with a solution of 1 part liquid household bleach and 3 parts of warm water. Apply the solution and scrub the mildewed area. Allow the solution to remain on the surface for 10 minutes. Rinse thoroughly with clean water and allow the surface to dry a minimum of 48 hours before painting. Wear protective glasses or goggles, waterproof gloves, and protective clothing. Quickly wash off any of the mixture that comes in contact with your skin. Do not add detergents or ammonia to the bleach/water solution. 2. Remove items including but not limited to thermostats, electrical outlets, switch covers and similar items prior to painting. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. 3. No exterior painting should be done immediately after a rain, during foggy weather, when rain is predicted, or when the temperature is below 50 degrees F (10 degrees C), unless products are designed specifically for these conditions. Moisture content of substrate should be no more than 12%. B. Aluminum: Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC-SP1, Solvent Cleaning. C. Concrete, SSPC-SP13 or NACE 6: This standard gives requirements for surface preparation of concrete by mechanical, chemical, or thermal methods prior to the application of bonded protective coating or lining systems. The requirements of this standard are applicable to all types of cementitious surfaces including cast-in-place concrete floors and walls, precast slabs, masonry walls, and shotcrete surfaces. An acceptable prepared concrete surface should be free of contaminants, laitance, loosely adhering concrete, and dust, and should provide a sound, uniform substrate suitable for the application of protective coating or lining systems. D. Cement Composition Siding/Panels: Remove all surface contamination by washing with an appropriate cleaner, rinse thoroughly and allow to dry. Existing peeled or checked paint should be scraped and sanded to a sound surface. Pressure clean, if 13

14 needed, with a minimum of 2100 psi pressure to remove all dirt, dust, grease, oil, loose particles, laitance, foreign material, and peeling or defective coatings. Allow the surface to dry thoroughly. The ph of the surface should be between 6 and 9, unless the products are designed to be used in high ph environments. Scrape/remove old caulking and re-caulk all previously caulked areas with Shermax Elastomeric caulking. E. Copper and Stainless Steel: Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC-SP 2, Hand Tool Cleaning. F. Exterior Composition Board (Hardboard): Some composition boards may exude a waxy material that must be removed with a solvent prior to coating. Whether factory primed or unprimed, exterior composition board siding (hardboard) must be cleaned thoroughly and primed with an alkyd primer. G. Galvanized Metal: Clean per SSPC-SP1 using detergent and water or a degreasing cleaner to remove greases and oils. Apply a test area, priming as required. Allow the coating to dry at least one week before testing. If adhesion is poor, Brush Blast per SSPC-SP7 is necessary to remove these treatments. H. Steel: Structural, Plate, And Similar Items: Should be cleaned by one or more of the surface preparations described below. These methods are used throughout the world for describing methods for cleaning structural steel. Visual standards are available through the Society of Protective Coatings. A brief description of these standards together with numbers by which they can be specified follow. 1. Solvent Cleaning, SSPC-SP1: Solvent cleaning is a method for removing all visible oil, grease, soil, drawing and cutting compounds, and other soluble contaminants. Solvent cleaning does not remove rust or mill scale. Change rags and cleaning solution frequently so that deposits of oil and grease are not spread over additional areas in the cleaning process. Be sure to allow adequate ventilation. 2. Hand Tool Cleaning, SSPC-SP2: Hand Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Before hand tool cleaning, remove visible oil, grease, soluble welding residues, and salts by the methods outlined in SSPC-SP1. 3. Power Tool Cleaning, SSPC-SP3: Power Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Before power tool cleaning, remove visible oil, grease, soluble welding residues, and salts by the methods outlined in SSPC-SP1. 4. White Metal Blast Cleaning, SSPC-SP5 or NACE 1: A White Metal Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 or other agreed upon methods. 5. Commercial Blast Cleaning, SSPC-SP6 or NACE 3: A Commercial Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 33 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains 14

15 of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 or other agreed upon methods. 6. Brush-Off Blast Cleaning, SSPC-SP7 or NACE 4: A Brush-Off Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, loose mill scale, loose rust, and loose paint. Tightly adherent mill scale, rust, and paint may remain on the surface. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. 7. Power Tool Cleaning to Bare Metal, SSPC-SP11: Metallic surfaces that are prepared according to this specification, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxide corrosion products, and other foreign matter. Slight residues of rust and paint may be left in the lower portions of pits if the original surface is pitted. Prior to power tool surface preparation, remove visible deposits of oil or grease by any of the methods specified in SSPC-SP1, Solvent Cleaning, or other agreed upon methods. 8. Near-White Blast Cleaning, SSPC-SP10 or NACE 2: A Near White Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 5 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 or other agreed upon methods. 9. High- and Ultra-High Pressure Water Jetting for Steel and Other Hard Materials: SSPC-SP12 or NACE 5: This standard provides requirements for the use of high- and ultra-high pressure water jetting to achieve various degrees of surface cleanliness. This standard is limited in scope to the use of water only without the addition of solid particles in the stream. 10. Water Blasting, SSPC-SP12/NACE No. 5: Removal of oil grease dirt, loose rust, loose mill scale, and loose paint by water at pressures of 2,000 to 2,500 psi at a flow of 4 to 14 gallons per minute. I. Wood (Glu-Laminated Beams): Must be cleaned, striped, sanded, and dry. Paint as soon as possible. Knots and pitch streaks must be scraped and sanded prior to prime and paint. J. Wood: Must be clean and dry. Prime and paint as soon as possible. Knots and pitch streaks must be scraped, sanded and spot primed before a full priming coat is applied. Patch all nail holes and imperfections with a food filler or putty and sand smooth. 3.3 INSTALLATION A. Apply all coatings and materials with the manufacturer's specifications in mind. Mix and thin coatings according to manufacturer's recommendations. B. Do not apply to wet or damp surfaces. Wait until wood is fully dry after rain or morning fog or dew. C. Apply coatings using methods recommended by manufacturer. 15

16 PART 4 D. Uniformly apply coatings without runs, drips, or sags, without brush marks, and with consistent sheen. E. Apply coatings at spreading rate required to achieve the manufacturers recommended dry film thickness. F. Regardless of number of coats specified, apply as many coats as necessary for complete hide, and uniform appearance. G. Inspection: The coated surface must be inspected and approved by the District just prior to the application of each coat. 4.1 PROTECTION A. Protect finished coatings from damage until completion of project. B. Touch-up damaged coatings after substantial completion, following manufacturer's recommendation for touch up or repair of damaged coatings. Repair any defects that will hinder the performance of the coatings. C. Do not paint roll up garage doors. D. Do not paint gutters. PART 5 FINISH SCHEDULE 5.1 The following Sherwin William products shall be applied at Station 93: a) SW9113 Mudslide Body b) SW6104 Kaffee Wainscott and Man Doors c) SW2839 Roycroft Copper Red Accent, above bay and front door d) SW7103 White Tail White Trim e) SW4084 Safety Yellow Traffic Bollards 5.2 The following Sherwin William products shall be applied at Station 94: a) SW2839 Royal Copper Red Body b) SW7103 White Tail Trim and Doors 5.3 For questions regarding paint colors, please contact Davie Kindell at (360) END OF SPECIFICATIONS 16

17 STATION Summit Lake Shore Rd NW Fire Station 6063 SF Pump House Dumpster Enclosure Parking Generator Enclosure Parking

18

19 South Elevation North Elevation East Elevation West Elevation

20 PUMP HOUSE DUMPTSTER ENCLOSURE

21 PUMP HOUSE

22 DUMPSTER ENCLOSURE

23 STATION Cooper Point RD NW Wood Gable (both sides) Door to be replaced Do not paint Masonry Block Masonry Block T1-11 Siding Masonry Block Wood Facia and Soffits Masonry Block T1-11 Siding

24 Attachment A INSURANCE REQUIREMENTS The successful bidder shall furnish and maintain all insurance as required herein (or by attachment) and comply with all limits, terms and conditions stipulated therein (or by that attachment), at their expense, for the duration of the contract. The contractor s insurer shall have a minimum A.M Best s rating of A- and shall be licensed to do business in the State of Washington. Evidence of such insurance shall consist of a complete copy of the certificate of insurance, signed by the insurance agent for the contractor and returned to the Fire District. The insurance policy or policies will not be canceled, materially changed or altered without forty-five (45) days prior notice submitted to the District. The policy shall provide and the certificate shall reflect that the insurance afforded applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the company s liability. Required Coverage: The insurance shall provide the minimum coverage as set forth below, all coverage of $1,000,000 per occurrence with no deductible. General Liability Insurance: The Contractor shall have Commercial General Liability with limits of $1,000,000 per occurrence, which includes general aggregate, products, completed operation, personal injury, fire damage and medical expense. Builder s Risk Insurance: Each Contractor shall be responsible for the safety of their work and materials until completed work is accepted by the District. Adequate builder s all risk insurance, including but not limited to fire insurance coverage must be carried by the Contractor. The District reserves the right to review and approve all insurance carriers and companies providing insurance. Proof of Business Automotive Insurance: The Contractor shall have Business Automobile Liability with limits of $1,000,000 combined single limit. Workers Compensation: If applicable, the Contractor shall show proof of Worker s Compensation coverage by providing its State Industrial Account Identification Number. Provision of this number will be the bidder s assurance that coverage is in effect. Proof of Insurance: The Contractor shall not commence work, nor shall the Contractor allow any subcontractor to commence work on any subcontract until a Certificate of Insurance, meeting the requirements set forth above, has been approved by the District. Said proof of insurance should be mailed to Thurston County Fire District No. 9. Upon request, the Contractor shall forward to the District the original policy, or endorsement obtained, to the Contractor s policy currently in force. Failure of Coverage: Failure of the Contractor to fully comply with the above insurance requirements during the term or the Agreement shall be considered a material breach of contract and cause for immediate termination of the Agreement at the District s discretion. 17

INVITATION TO BID ASPHALT RESEAL, MARKING AND STRIPING PROJECT

INVITATION TO BID ASPHALT RESEAL, MARKING AND STRIPING PROJECT INVITATION TO BID ASPHALT RESEAL, MARKING AND STRIPING PROJECT Thurston County Fire District No. 9, District is the entity issuing this invitation for bids. The District is a municipal corporation and

More information

State of Florida Department of State

State of Florida Department of State State of Florida Department of State INVITATION TO BID FOR PAINTING THE EXTERIOR OF THE BROKAW MCDOUGALL HOUSE, SHUTTERS AND STORAGE SHED ITB 991-600-11-13-02 RELEASED ON: December 2, 2013 THIS COVER SHEET

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) RFP 20160415 - INTERIOR PAINTING SERVICES AND SUPPLIES April 5, 2016 The Eau Claire/North Columbia Development Corporation

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

$ 2,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability per occurrence. Coverages shall specifically include the following:

$ 2,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability per occurrence. Coverages shall specifically include the following: CITY OF CORAL SPRINGS 9500 WEST SAMPLE ROAD CORAL SPRINGS, FLORIDA 33065 TAX EXEMPT # 16-00-196905-54C Fax: 954 344-1186 REQUEST FOR QUOTATION DATE: NUMBER: 3/14/18 18-B-047i THE ABOVE NUMBER MUST APPEAR

More information

INVITATION TO BID. Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001

INVITATION TO BID. Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001 INVITATION TO BID Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001 ISSUED BY: City of Chelan 135 East Johnson Avenue PO Box 1669 Chelan, WA 98816 Phone: 509.682.4037 Fax: 509.682.8009 BID

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

INVITATION FOR GROUND STORAGE WATER TANK REPAIRS

INVITATION FOR GROUND STORAGE WATER TANK REPAIRS INVITATION FOR GROUND STORAGE WATER TANK REPAIRS The City of Eureka, Missouri is accepting bids to spot repair rust spots and overcoat the exterior and also inspect, repair and repaint the interior of

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting Bid Date Requested: 09/22/2017 Bid Due Date: 10/13/2017 Submission of Proposal:

More information

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

20-YEAR LIMITED WARRANTY

20-YEAR LIMITED WARRANTY 20-YEAR LIMITED WARRANTY DURANAR SUNSTORM ULTRA-COOL, DURANAR XL AND DURANAR XL ULTRA-COOL Effective : To: STANDARD COLORS This Limited Warranty ( Limited Warranty ) applies to any Product shipped after

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Longboard Products Commercial Warranty

Longboard Products Commercial Warranty Mayne Inc 27575 50 th Ave Langley, BC V4W 0A2 P: 604.607.6630 F: 604.607.6680 E: info@longboardproducts.com W: www.maynecoatings.com Longboard Products Commercial Warranty warrants to; Please input company

More information

Valley Regional Fire Authority Invitation to Bid

Valley Regional Fire Authority Invitation to Bid VRFA 16-01: General Contractor for Facility Improvements at Fire Stations 31 and 38 Responses due by 5:00 pm PST on September 14, 2016 1.0 Introduction. The Valley Regional Fire Authority (VRFA) is seeking

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

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 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370 KITSAP COUNTY INFORMAL BID 2016-140 REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT 17152 LEMOLO SHORE DRIVE NE, POULSBO WA 98370 BID SUBMISSION DATE: MAIL: HAND DELIVERY / COURIER:

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

LIMITED LIFETIME WARRANTY - ALUMINUM

LIMITED LIFETIME WARRANTY - ALUMINUM warrants to: that DIZAL will comply with the standards set out in Clauses 1 and 2 of this warranty (attached), subject to the conditions set out in Clause 3 of this warranty (attached), for all soffit

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

Request for Proposals. For the Read Schoolhouse Preservation Work

Request for Proposals. For the Read Schoolhouse Preservation Work Request for Proposals For the Read Schoolhouse Preservation Work A. Introduction The Town of Coventry is requesting proposals from interested contractors with demonstrated experience in the restoration

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

20-YEAR LIMITED WARRANTY DURANAR, DURANAR SUNSTORM, DURANAR XL, DURANAR XLBC, DURANAR POWDER

20-YEAR LIMITED WARRANTY DURANAR, DURANAR SUNSTORM, DURANAR XL, DURANAR XLBC, DURANAR POWDER 20-YEAR LIMITED WARRANTY DURANAR, DURANAR SUNSTORM, DURANAR XL, DURANAR XLBC, Applicator: NAME Address City, ZIP This Limited Warranty ( Limited Warranty ) applies to any Product shipped after Insert and

More information

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work. CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

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

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

VILLAGE OF TINLEY PARK SERVICE CONTRACT

VILLAGE OF TINLEY PARK SERVICE CONTRACT VILLAGE OF TINLEY PARK SERVICE CONTRACT This contract is by and between the Village of Tinley Park, an Illinois home-rule municipal corporation (the "Village"), and B.C.P. INC., for the FY2014 Fire Hydrant

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

TEXAS DEPARTMENT OF TRANSPORTATION PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

QUOTATION ONLY -- NOT AN ORDER

QUOTATION ONLY -- NOT AN ORDER QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 REQUEST FOR PROPOSAL (RFP) #18-013-25 TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 RESPONSE DEADLINE: FEBRUARY 7, 2018 11:00 A.M.CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment Mountain View Fire and Rescue District is the entity issuing this invitation for bids. The District is a municipal corporation and political

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

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

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services Bonner Springs Housing Authority Request for Proposals Turnover Painting Services The Bonner Springs Housing Authority (BSHA) will accept Request for Proposals (RFP) for turnover painting services to assist

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

Tacoma Power Conservation Contractor Agreement

Tacoma Power Conservation Contractor Agreement Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

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 AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2 POST BID ADDENDUM Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: 504-6955 Addendum No.: 2 Project Address: 2349 Virlow St., Idaho Falls, Idaho 83401 Date: 8/29/2016 Owner: Corporation of the Presiding

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information