CITY OF SENECA INVITATION FOR BIDS IFB : DEMOLITION SERVICES RESIDENTIAL STRUCTURE

Size: px
Start display at page:

Download "CITY OF SENECA INVITATION FOR BIDS IFB : DEMOLITION SERVICES RESIDENTIAL STRUCTURE"

Transcription

1 CITY OF SENECA INVITATION FOR BIDS IFB : DEMOLITION SERVICES RESIDENTIAL STRUCTURE LIGHT & WATER ENGINEERING v: (864) f: (864) The City of Seneca will receive sealed bids at the City Clerk s Office, 221 East North First Street, Seneca, South Carolina for demolition of a residential building for the City. See photos & Bid Specs. Bid Closing: 2:00 P.M. Thursday, Contact Person: Mike Greenman, Engineering Supervisor Telephone: mgreenman@seneca.sc.us Fax: Submission Methods: By Hand: Seneca Municipal Building c/o Mike Greenman 221 E. North First Street P.O. Box 4773 Seneca, SC Fax: Attn. Mike Greenman Note: Label all submissions as Demolition Services Submissions received after Bid Closing date and time are ineligible.

2 INTRODUCTION The City of Seneca (herein, City, Owner) is requesting sealed bids for the demolition of an existing structure. Bids must be submitted on the form contained herein; bids may be submitted via facsimile transmission. The submitted bids shall reference Project Number: IFB , and be clearly labeled on the face of the envelope/page/sheets. Bids must be complete and in U.S. dollars. See instructions and conditions enclosed herein. The Owner reserves the right to reject any and all bids, or any part thereof, negotiate changes in bids, accept any quotes or any part thereof, waive minor informalities or defects in any quotes, and not to award a contract if it is in its best interest. The Owner shall not be held responsible for Bidder s lack of understanding of what is required by this solicitation. Should a Bidder not understand any aspect of this request, or require further explanation or clarification regarding the intent or requirements, it shall be the responsibility of the Bidder to seek guidance from the Owner s designated Project Representative. An Agreement/Contract resulting from this solicitation may be awarded to the responsive Bidder whose quote conforming to this solicitation appears to be the most advantageous to the Owner. Each bidder/responder encouraged to have examined the site. This solicitation is not to be construed as a commitment of any kind nor does it commit the City of Seneca to pay for any costs incurred in the submission of an offer or for any other incurred cost prior to the execution of a valid Agreement/Contract. If a Bidder attaches additional terms and conditions as part of the proposal/quotation, such attachments must be accompanied by a disclaimer stating that in the event of conflict between the terms and conditions of this Invitation for Bids and the terms and conditions of the Bidder/Contractor; the terms and conditions of the Invitation for Bids will prevail. The City reserves the right to reject any or all quotes, waive informalities and minor irregularities, if such action is in its best interest. Please direct all questions concerning this Request for Quotes to: Mike Greenman Seneca Light & Water Engineering P.O. Box 4773, Seneca, SC Telephone: Fax Number: mgreenman@seneca.sc.us. Questions must be submitted print form prior to 4:00 P.M. E.S.T. Tuesday, March 28, Questions submitted after that date and time will not be due a response. Demolition Services 1

3 SECTION I INFORMATION FOR BIDDERS 1. QUALIFICATION 1.1. Bids are being solicited only from responsible and established bidders known to be experienced in the work of demolition, particularly demolition of residential buildings and removal of demolition debris to appropriate disposal sites Satisfactory evidence may be required to substantiate that the bidder has the necessary capital, equipment and personnel to do the work of similar character and scope to that covered in this Invitation for Bids ( IFB ). 2. BIDS 2.1. For a BID to be considered, the RESPONDER shall be legally qualified and authorized to do business in the State of South Carolina prior to the due date of a BID submittal. Each RESPONDER shall, upon request, submit on forms furnished for that purpose a statement of qualifications, experience record in providing the type of services embraced in the IFB, organization and equipment available for the WORK contemplated; a detailed personnel, work experience history, and/or financial statement All bids submitted shall be completed in their entirety in ink or type written on forms provided without alterations or interlineations and shall be subject to all requirements of these instructions to Bidders and all the forms and documents immediately following these and subsequent instructions To be considered, bid proposals must be received at the City Clerk s Office, 221 East North First Street, Seneca SC, , on or before the time specified in the cover letter, and shall be enclosed in a sealed envelope which is clearly labeled Demolition ; or Fax bid proposals with to the attention of Mike Greenman at Telephone Number (864) If unit prices are requested, the cost for each of the several items in bidder s proposal shall include the unit price multiplied by unit quantity for each item and the sum prices represents the total bid. Any bid not conforming to this requirement may be rejected. 3. BID FORM 3.1. Sealed bids must be submitted on the bid forms furnished by the City. All bids must be filled out in ink or typewritten and shall be legally signed with the complete address of the bidder given thereon Bidders not responding to all of information requested in this RFB may have their bids rejected The City of Seneca reserves the right to reject any or all bids and to accept any bid, or portion thereof, which, in their opinion, is most advantageous to the City The CITY reserves the right to reject a BID if available evidence or information does not satisfy the CITY that the RESPONDER is qualified to carry out properly the terms of the project Bids submitted must remain valid for at least sixty (90) days past the response date provided in this IFB. Demolition Services 2

4 4. ALTENATIVE BIDS 4.1. No alternative bids will be considered unless alternative bids are specifically requested. 5. INTERPRETATIONS AND/OR ADDENDA 5.1. A request for any interpretation will be in writing to the City of Seneca, and any such request received at least twenty-four (24) hours, normal business day, prior to the scheduled bid opening will be considered. Questions submitted after 4:00 PM, Tuesday March 28, 2017 will not receive an official reply Every interpretation made will be in writing in the form of an Addendum to the bid package itself and to all know potential responders. 6. BIDDER S RESPONSIBILITIES 6.1. Site Inspection. Each bidder will assume the responsibility for visiting the site of the proposed work and for fully acquainting himself/herself with the conditions existing there relating to demolition and labor, and should fully inform himself/herself as to the facilities involved, the difficulties and restrictions attending the performance of the Work Knowledge of Bid Documents. The bidder is responsible for thoroughly examining and familiarizing himself/herself with the bid documents, any drawings, specifications and addenda Addenda to Bid Documents. All bidders will assume the responsibility to make inquiry as to the addenda issued, knowing that all such addenda shall become part of an Agreement/Contract. All bidders shall be bound by any addenda whether or not it was received or reviewed Claims on Basis of Failure to Receive or Review Information. The successful bidder as acknowledged through the execution of an Agreement/Contract, shall in no way be relieved of any obligation due to his/her failure to receive or examine any form or legal instrument; or relieved due to the failure to visit the site and acquaint himself/herself with existing site conditions. 7. EQUAL OPPORTUNITY EMPLOYMENT REQUIREMENT 7.1. The attention of bidders is particularly called to the requirement for ensuring that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin, nor because the employee or applicant is disable The same shall be applicable to any proposed subcontractors thereof. Bidders attention is called to the duplicate liability for all subcontractors as provided in the various sections and paragraphs of these documents. 8. STATEMENT OF BIDDER S QUALIFICATIONS: ADDITIONAL INFORMATION 8.1. When specifically requested and upon request by the City, each bidder shall submit a Statement of Bidder s Qualification Any bidder shall furnish any data and information requested by the City in its attempt to determine the ability of the bidder to perform his/her obligations under the contract. Demolition Services 3

5 9. BID WITHDRAWALS 9.1. Bidders may withdraw their response any time prior to the BID due date and time. The NOTICE must be signed by the RESPONDER, along with acceptable proof of identification of the person requesting the withdrawal as verification as to that person being an authorized representative of the BIDDER. At the request for withdrawal, the reason(s) for the withdrawal must be specifically stated BIDS cannot be changed or withdrawn after the due date and time. SECTION II GENERAL PROVISIONS 1. SCOPE OF WORK 1.1. The SCOPE of WORK as contained herein is implied as requirement for the completion of the referenced PROJECT. The INVITATION FOR BID PACKAGE and all supplementary documents will become essential parts of an AGREEMENT and are intended to be cooperative to describe and provide for a complete WORK; and the requirements occurring in one are as binding as though occurring in all The WORK shall mean the furnishing of all labor, supplies and material, machinery, equipment, transportation, services, licenses, fees, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and successful complete the PROJECT or any portion of the PROJECT involved and the carrying out of all the duties and obligations imposed by a DEMOLITION AGREEMENT The successful BIDDER shall have informed himself/herself fully of the conditions relating to the project and the employment of labor thereon. Failure to do so will not relieve him/her of the obligation to furnish all material, equipment, and labor necessary to carry out the provisions of a DEMOLITION AGREEMENT/CONTRACT Demolition Project Demolish according current industry standards one (1) dilapidated residential structure; located at 209 East South Second Street, Seneca SC 29678; site coordinates N , W approximate square footage of structure (±1260 square feet) structure is of wood frame construction The successful bidder shall have full salvage rights on building materials only Structure in the demolition area shall be completely razed and all materials shall become the property of the contractor and be removed from the site. Razing shall include, but is not limited to, all items such as walls (including basement and foundation walls) steps, thresholds, except such items as are specifically noted by the City to remain in place. The contractor shall also be required to remove such construction at grade as walks, driveways or other area pavements. Demolition Services 4

6 Wood partitions, stairways, furnaces, piping and other equipment, as well as rubbish and debris located in basements or cellars shall be removed from the site All basement floors or other paving below grade shall be removed from the site Explosives shall not be used in the work; No burning is permitted within the project area The contractor shall remove all debris and dispose of all material from the project site, and leave the ground clear of all materials, rubbish or debris and in a clean and neat condition. All debris shall be disposed of in accordance with all applicable statues, ordinances and regulations of the State of South Carolina and City of Seneca, or any other municipality in which said debris is disposed Contractor shall not close or obstruct any streets, sidewalks, alleys or passageways unless specifically authorized by the City. No materials shall be placed or stored in streets, alleys or passageways. The contractor shall conduct their operations as to interfere as little as possible with the use ordinarily made of any roads, streets, alleys, driveways, sidewalks, etc. nearby Contractor shall preserve and protect all existing trees and shrubs on or adjacent to the site which do not reasonably interfere with the demolition work as may be determined by the City. Contractor shall be responsible for all unauthorized cutting or damage of trees and shrubs including damage due to careless operation of equipment and stockpiling of materials Contractor is cautioned and advised that it is the responsibility of the contractor to identify, remove, or have removed, and lawfully transfer to a licensed landfill all such contaminants that may be found on site. The contractor shall comply with all laws, rules and regulations regarding such removal including, but not limited to, the requirements of federal, state, and local rules related to removal/disposal of hazard materials Work may be performed as weather permits. Saturday and Holiday work is not guaranteed, Seneca Light & Water Engineering is to receive notification / schedule of intent to work. Work on Sundays is not allowed The contractor shall be responsible for contacting the proper authority to determine the presence and location of utility facilities within the DEMOLITION ZONE. And assume the risk of its failure to determine whether the presence of utilities which are to be located have in fact been located. 2. NOTIFICATION & SCHEDULE 2.1. All changes in specifications shall be written in the form of an addendum and furnished to all BIDDERS. The CITY shall not be responsible for any verbal information given by any of its representative of the CITY in regard to this BID ALL RESPONSES TO THIS INVITATION FOR BIDS ARE DUE NO LATER THAN 2:00 PM, THURSDAY MARCH 30, Demolition Services 5

7 SECTION III TERMS / INSTRUCTIONS BID REVIEW AND AWARD: BIDS shall be publicly opened and the names of the RESPONDERS will be disclosed at the opening. The intent is to award a CONTRACT to the RESPONDER that meets the requirements and criteria set forth. However, no decision will be made until the SENECA ENGINEERING DEPARTMENT (as the OWNER/CITY) has had ample time to review each BID. The right is reserved by the CITY to award in whole or in part, by item, group of items, or by sections where such action serves the CITY S best interest. 1. RIGHTS RESERVED: The CITY reserves the right to reject any and all BIDS, any portion thereof, waive any technicalities, and make awards in its best interest. Integrity, reputation, experience and past performance will weigh heavily in BID evaluations. This solicitation does not commit the CITY to award a CONSTRUCTION AGREEMENT, to pay any costs incurred in the preparation of the bid, or to procure or contract for goods or services listed herein. 2. RESPONDERS RESPONSIBILITY: Each RESPONDER shall be fully acquainted with the conditions relating to the scope and restrictions attending the execution of the WORK. The failure or omission of a RESPONDER to be acquainted with existing conditions shall in no way relieve the RESPONDER of any obligations with respect to this BID or to any CONSTRUCTION AGREEMENT as a result of. 3. WAIVER: The CITY reserves the right to waive any portions of Instructions to RESPONDERS, General or Special Terms and Conditions, Specifications, or Technicalities when it is deemed to be in its best interest. 4. REJECTION: The CITY reserves the right to reject any BID that contains prices for individual items or services that are inconsistent or unrealistic when compared to pricing of like kinds, or ambiguous BIDS which are uncertain as to terms, delivery, quantity, or compliance with specifications may be rejected or otherwise disregarded if such action is in the best interest of the CITY. 5. BID FORM: BIDS will be accepted on bound 8½ x11 paper. The RESPONDER must sign his BID with his legal and legible signature. 6. QUESTIONS: Questions shall be submitted to: Mike Greenman, 221 East North First Street, P.O. Box 4773, Seneca SC 29679; or Fax to ; or by to mgreenman@seneca.sc.us. 7. SPECIFICATION CHANGES, ADDITIONS AND DELETIONS: All changes in specifications shall be written in the form of an addendum and furnished to all RESPONDERS. The CITY shall not be responsible for any verbal information given by any of its representative of the CITY in regard to this BID. Demolition Services 6

8 9. NUMBER OF COPIES: Please submit two (2) copies of your BID. 10. BID CHANGES: BIDS, amendments thereto or withdrawal requests received after the advertised time for bid opening, shall be void regardless of when they were mailed. 11. BID PRICE: The BID price presented shall be for the complete PROJECT and life of the CONTRACT period. The BID shall be acceptable for ninety (90) days from the date of opening. All prices and notations shall be printed in ink or typewritten. In the event of, errors should be crossed out, corrections entered and initialed by the person signing the BID. By submittal of a BID, you are guaranteeing that all goods and services meet the requirements of this solicitation. 12. FEDERAL, STATE AND LOCAL LAWS: The Contractor assumes full responsibility and liability for compliance with any and all local, state and federal laws and regulations applicable to the Contractor and his employees including, but not limited to, compliance with the EEO guidelines, the Occupational Safety and Health Act of 1970, and minimum wage guidelines. 13. TIED BIDS: In the case of tie BIDS, the CITY reserves the right to make the award based on what it considers to be in its best interest. 14. DEDUCTION AND HOLDBACKS: In addition to the right of termination, CITY shall be entitled to full reimbursement for any costs incurred by reason of the Contractor s failure to perform or to satisfactorily perform its responsibilities and duties. Such costs may include, but are not limited to, the cost of using alternate sources to perform the obligations of the DEMOLITION AGREEMENT. Reimbursement may be obtained by deduction from payments otherwise due to the Contractor or by any other proper and lawful means. All deductions from any money due the Contractor are to be as liquidated damages and not as a penalty. It is the intent to give the Contractor a reasonable opportunity whenever practicable, to correct any such failure to perform or satisfactorily perform its responsibilities and duties. In no circumstances shall any uncorrected situation extend for more than five days. The following deductions shall be from the CONTRACT SUM in the event the Contractor fails to perform any of the required work within the required time limits, and CITY carries out the work using alternate sources. 1. For use of CITY'S alternate sources - actual cost involved. 2. For use of another Contractor - the amount charged by said Contractor. CITY reserves the right to hold back and/or withhold part of complete payments for unsatisfactory work, deficiencies, etc. until said defects are satisfactorily corrected or cleared. 15. QUALITY: Unless otherwise indicated, it is understood and agreed that any items offered or supplied for this PROJECT shall be new and in first class condition unless otherwise indicated herein. Demolition Services 7

9 16. PARTICIPATION -AFFIRMATIVE ACTION: The successful RESPONDER will take affirmative action in complying with all Federal and State requirements concerning fair employment and treatment of all employees, without regard or discrimination by reason of race, color, religion, age, sex, national origin or physical handicap. 17. DEFAULT: In the event of default by the Contractor, the CITY may procure the items or services from other sources and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by proceeding against the Contractor s Performance Bond, if any, and/or by suit against Contractor. 18. TERMINATION FOR CAUSE: The DEMOLITION AGREEMENT may be subject to termination for failure to comply with the specifications, terms and conditions of the CITY or the Contractor upon written notice by registered mail. Such termination will be effective not less than ten (10) days and not more than sixty (60) days after receipt of such notice from the CITY, or less than thirty (30) days and not more than sixty (60) days after receipt by the CITY from the Contractor. Receipt of notice by one party to terminate the AGREEMENT will nullify any subsequent reciprocal notice by the receiving party prior to the announced termination date. In the event of termination, the CITY is responsible to pay the Contractor only for work satisfactorily completed upon the effective date of termination and shall not be responsible for any other charges. 19. TERMINATION FOR CONVENIENCE: The CITY may terminate for convenience any DEMOLITION AGREEMENT resulting from this solicitation by providing a 10-day advance written notice to the Contractor. 20. NON-APPROPRIATION: Any AGREEMENT entered into by the CITY resulting from this request shall be subject to cancellation without damages or further obligation when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period or appropriated year. 21. INCORPORATION OF BIDS INTO CONTRACT: The terms, conditions, and specifications of this BID and the selected firm's response are to be incorporated, in total, into the DEMOLITION AGREEMENT. 22. S.C. LAW CLAUSE: Upon award of a DEMOLITION AGREEMENT under this Bid, the person, partnership, association or corporation to whom the award is made must comply with the laws of South Carolina which require such person or entity to be authorized and/or licensed to do business with this State. Notwithstanding the fact that applicable statutes may exempt or exclude the successful RESPONDER from requirements that it be authorized and/or licensed to do business in this State, by submittal of this signed Bid, the RESPONDER understands and agrees to be bound to the jurisdiction and process of the courts of the State of South Carolina, as to all matters and conflicts or future conflicts under the DEMOLITION AGREEMENT and the Demolition Services 8

10 performance thereof, including any questions as to the liability for taxes, licenses, or fees levied by the State. 23. ILLEGAL IMMIGRATION REFORM ACT COMPLIANCE: By submitting an offer, the RESPONDER certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina Code of Laws (originally enacted as Section 3 of The South Carolina illegal Immigration Reform Act, 2008 S.C. Act No. 280) and agrees to provide upon request any documentation required to establish either: (a) the applicability of Title 8, Chapter 14 to Contractor and any Subcontractors or sub- Subcontractors; or (b) the compliance with Title 8, Chapter 14 by Contractor and any Subcontractor or sub-subcontractor. Pursuant to Section , "A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony and upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years, or both." Contractor agrees to include in any contracts with its Subcontractors language requiring the Subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in any contracts with the sub-subcontractors language requiring the sub-subcontractor to comply with the applicable requirements of Title 8, Chapter 14. In the event any Contractor, Subcontractor, and/or sub-subcontractor is found not to be in compliance with the SC Immigration Reform Act [hereinafter the Act"], the Contractor shall agree to fully indemnify the CITY OF SENECA for any loss suffered as a result of such Contractor, Subcontractor or sub-subcontractor's failure to comply with the Act. 24. ASSIGNMENT CLAUSE: The successful RESPONDER will be required to give a fifteen (15) day notice in the event of a change in the ownership of negotiated DEMOLITION AGREEMENT. The CITY is under no obligation to continue the AGREEMENT with an assignee. No AGREEMENT or its provisions may be assigned, sublet, or transferred without the written consent of the CITY. 25. INDEMNIFICATION: The Contractor shall agree to indemnify and save harmless the CITY and its officers, agents and employees from any and all claims, suits, actions, legal proceedings, damages, costs, expenses & attorney fees of every name and description, arising out of or resulting from the use of any materials furnished by the Contractor, or any work done in the performance of the AGREEMENT arising out of a willful or negligent act or omission of the provider, its officers, agents and employees; provided that such liability is not attributable to a willful or negligent act or omission on the part of the CITY, its officers, agents and employees. 26. DEVIATIONS FROM SPECIFICATIONS: Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and the successful RESPONDER will be held responsible therefore. Deviations must be explained in detail on separate attached sheets(s). The listing of deviations, if any, is required but will not be construed as waiving any requirements of the specifications. RESPONDERS offering substitute or equal items must provide information sufficient enough to determine acceptability of item offered. Demolition Services 9

11 27. MINOR DEVIATIONS: The CITY reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected Contractor. 28. CONTRACTOR LICENSE REQUIREMENT: The Contractor shall procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of his business. He shall keep himself fully informed of existing and future Federal, State, and Local Laws, ordinances and regulations which in any manner affect the fulfillment of his contract and shall comply with the same. 29. CONFLICT OF INTEREST STATEMENT: The Contractor may become involved in situations where a conflict of interest could occur due to individual or organizational activities within the CITY. The RESPONDER, by submitting a BID, is in essence assuring the CITY that his company, and/or subcontractors, is in compliance with all federal, state, and local conflict of interest laws, statutes, and regulations. 30. INSURANCE: The Contractor shall not commence work under the associated CONSTRUCTION AGREEMENT until it has submitted a Performance Bond (100% of total BID), Certificate of Insurance (Worker s Compensation, Automobile Liability, and Professional Errors and Omissions, as regards ongoing operations, products and completed operations), and other applicable fees or licenses; and the Contractor shall not allow any subcontractor to commence work on subcontracts until all similar requirements of the subcontractor have been obtained. All insurance policies shall be maintained for the life of the AGREEMENT. A. The Contractor shall submit a Certificate of Insurance within 10 working days from the date of Notice of Award. B. As part of the Certificate of Insurance requirements, the Contractor shall also include acknowledgement and acceptance of the waiver of subrogation provision granted to the CITY. C. Contractor will provide CITY a minimum 30-day advance notice in the event the insurance policies (or an insurance policy) are canceled. Subcontractors approved to perform work on this project are subject to all of the requirements in this Section. D. Contractor agrees to maintain and keep in force during the life of this AGREEMENT, with a company or companies authorized to do business in South Carolina, the following insurance policies: Comprehensive General Liability: $1,000,000 per occurrence - combined single limit / $2,000,000 general aggregate, to include products and completed operations. Automobile Liability: $1,000,000 per occurrence - combined single limit (Coverage shall include bodily injury and property damage and cover all vehicles including owned, non-owned and hired) Demolition Services 10

12 Statutory Worker's Compensation: Coverage A - State of South Carolina; Coverage B - Employers liability $1,000,000; Each Accident $1,000,000; Disease, Per Employee $1,000,000; Policy Limit. Policy shall contain a waiver of subrogation against the CITY, its departments, agencies, boards, employees, and commissions for losses from work performed by or on behalf of the Contractor Umbrella Excess Liability: $1,000,000 per occurrence over primary insurance $1,000,000 annual aggregate Professional Errors and Omissions: $1,000,000 per occurrence for Professional Design $5,000,000 per occurrence for actual construction limits Policy should state "The limits are not to have been decreased by past liability which could substantially impact the availability of these limits." No deviation from the above coverage will be accepted unless, in the City's sole discretion, it is more advantageous i.e., $1,000,000 -a $2,000,000 or $5,000,000 limit would be acceptable. 32. CONTRACTS: The CITY reserves the option to prepare and negotiate its own contract with the selected RESPONDER as the PROJECT CONTRACTOR, giving due consideration to the stipulations of the CONTRACTOR S contracts and associated legal documents. RESPONDERS should include with the submittal a copy of their STANDARD CONTRACT form. The CONSTRUCTION AGREEMENT document shall mean and includes the following: A. Bidder s Response to Invitation for Bid B. Bid Material Price List C. Agreement D. Notice of Intent to Award E. Notice of Award F. Notice to Proceed G. Project Addenda H. Project Specifications I. Photos, Drawings, etc. for Project 33. CONTRACTOR LIABILITY: The Contractor assumes full responsibility for performance of the work. The Contractor shall indemnify and save the CITY harmless from all claims, losses, expense, or suits, damages to property, and from all liens, losses, expenses, claims or causes of action of any sort which may arise out of the performance of the WORK. The Contractor will be solely responsible for compliance with code requirements, all dimensions, and all conditions relating to the work for this PROJECT. Demolition Services 11

13 34. NON-COLLUSION: The Contractor shall expressly warrant and certify that neither the Contractor nor its employees or associates directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in conjunction with this BID. 35. PROHIBITION OF GRATUITIES: Neither the Contractor nor any person, firm or corporation employed by the Contractor in the performance of the contract shall offer or give, directly or indirectly, any employee or agent of the CITY, any gift, money, or anything of value, or promise any obligations, or agreement for future reward or compensation at any time during the term of the DEMOLITION AGREEMENT. (Reference South Carolina Code of Laws Title 8, Chapter 13) 37. PUBLIC RECORD: The CITY is a public body and governed by the South Carolina Freedom of Information Act. Documents submitted relating to this IFB is subject to requirements of the Freedom of Information Act and may be deemed public records. 38. PRECEDENCE: In the event of conflict between the terms and conditions and the specifications, the more restrictive instruction shall take precedence unless stated otherwise in the specifications. Demolition Services 12

14 DEFINITIONS Whenever used anywhere in these documents, the following meanings shall be given to the term defined: ADDENDA OR ADDENDUM Any changes, revisions, additions or clarifications of or to the contract documents which have been duly issued by the City of Seneca to bidders prior to the time of awarding or executing the Contract Agreement. AUTHORIZED REPRESENTATIVE Any person or persons authorized to represent the City of Seneca for the purpose of directing or having in charge the proposed work embraced, acting directly or indirectly through the responsible party having general charge of this work, and/or for monitoring, coordinating and inspecting the work and activities involved. BID / QUOTE / BID PROPOSAL The written offer from the bidder, on the form furnished by the City, for the work proposed. BID BOND/GUARANTY The security required in these documents and furnished by the bidder as a guaranty of good faith to enter into a contract for the work proposed. BIDDER, PRIME BIDDER, RESPONDER That individual, corporation or firm submitting a bid, bid proposal for consideration by the City to perform the work proposed in these documents. CITY - CITY of SENECA The City of Seneca and/or its authorized representative(s); also may be referred to in portions of these documents as owner, grantee, local public agency, or local government. CITY COUNCIL The governing body of the City of Seneca which retains the right of final approval of all contractors, subcontractors, contracts and payments under any contracts. CONTRACT The Agreement executed by the City and the contractor, of which this section is a part. CONTRACT DOCUMENTS Means and shall include the executed agreement, any Addenda, Invitation for Bids, Instructions to Bidders, signed Bid Proposal, all parts and sections of the General, Technical and/or Special Specifications, any drawings, maps, plans, etc., and any forms or formats and documents included within the book forming these documents. CONTRACT PERFORMANCE Complying with contract documents for successful project completion by performing the necessary. CONTRACT PRICE That figure agreed upon through the bidding procedure as acceptable to the City and indicated as such in the Agreement executed by the Contractor and the City. CONTRACT TIME The date for completion or length of time until completion of the work embraced, and as stipulated in an agreement executed between the Contractor and the City. Demolition Services 13

15 CONTRACTOR or SUCCESSFUL BIDDER The person, corporation, or firm, whose bid accepted by the City resulting in the execution of an agreement/contract to perform work under the terms of the documents. DRAWINGS/PLANS Approved drawings or reproduction of drawings pertinent to the construction or details of the work covered by this contract. PERFORMANCE BOND The statutory bonds, executed by the contractor and a surety, guaranteeing the performance of the contract and the payment of all lawful indebtedness pertaining thereto. SITE Also referred to as PROJECT SITE or PROJECT AREA, indicating the location of the project as generally described in these documents. SUBCONTRACT An agreement executed by the contractor with another individual, corporation or firm for work or a portion of the embraced work. SUBCONTRACTOR A person, corporation or firm supplying labor and/or materials for work at the site of this project for the contractor under a subcontractor. SURETY The corporate body which is bound with and for the contractor for the performance of this contract and for the payment of all lawful indebtedness pertaining thereto. SPECIFICATIONS GENERAL Refers to specifications pertinent to the performance of any City project anticipated to exceed $5,000. SPECIFICATIONS SPECIAL Refers to special information items pertinent to only this project and includes project and includes project description, location, measurements, maps, drawings, etc. SPECIFICATIONS (without particular included as above) Refers to General Specifications, Technical Specifications and/or Special Specifications outlined in this document. WORK ON (OR AT) THE PROJECT OR PROJECT SITE Work to be performed under contract at the location of this project, including transportation of materials and supplies to or from the site by employees of the contractor and/or subcontractors. Demolition Services 14

16 EXHIBIT - 1 DEMOLITION SITE PROJECT: IFB Wood Frame Structure is approximately 1260 Square Feet Location: 209 East South Second Street Seneca, South Carolina Coordinates: N , W Demolition Services 15

17 Appendix A Certification Regarding Debarment & Other Responsibility Matters Signed copies of the Certification Regarding Debarment and Other Responsibility Matters must be included in the proposal package. By submitting a Quote, the responder/bidder certifies, to the best of his/her knowledge and belief, that: I. Responder and/or any of its Principals (A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any state or federal agency; (B) Have not, within a three-year period preceding this quote, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of quotes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (C) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission or any of the offenses enumerated in paragraph I (B) of this provision. II. Bidder has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any public (Federal, state, or local) entity. (A) Principals, for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; business manager; head of a subsidiary, division, or business segment, and similar positions). (B) Bidder will provide immediate written notice to the Owner if, at any time prior to contract award, Bidder learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (C) If the Bidder is unable to certify the representations stated in paragraphs (I), Bidder must submit a written explanation regarding its inability to make the certification. The certification will be considered in connection with a review of the Bidders responsibility. Failure of the Bidder to furnish additional information as requested by the Owner may render the Quote non-responsive. (D) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (A) of this provision. The knowledge and information of a Bidder is not required to exceed that which is normally possessed by a prudent person in the Demolition Services 16

18 ordinary course of business dealings. (E) The certification in paragraph I (A) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Bidder knowingly or in bad faith rendered an erroneous certification, in addition to other remedies available to the City of Seneca, the Owner, may terminate the Agreement/Contract resulting from this solicitation for default. Authorized Signature Date Demolition Services 17

19 QUOTE SUBMISSION FORM Appendix B City of Seneca Demolition Services BIDDER'S QUESTIONNAIRE Note: Failure to provide the information requested in this questionnaire may be cause for rejection of the solicitation on the basis of non-responsiveness. Name of Your Business: Street Address: Mailing Address if Different: City: State: Mailing Zip: Telephone: Fax: How many years has the business been under the above name? Previous business name(s) if any: My Quote Acceptance Period is Days. (Quotes providing less than thirty (30) calendar days for acceptance may be considered non-responsive and may be rejected.) Are you acting as a broker or the primary supplier in this transaction? Primary Supplier Broker Business Information (Please check all that apply): My business is Individual My business is a Partnership My business is a Non-Profit My business is a Joint-Venture My business is a Corporation incorporated under the laws of the State of My business is full-time My business is part-time Demolition Services 18

20 The Bidder shall list any variations from or exceptions to the Terms, Conditions or Specifications of the Solicitation: Completed by: Title: Signature: Date: Demolition Services 19

21 QUOTE FORM Appendix C City of Seneca Demolition Services Prices quoted must include all applicable cost and appurtenances to demolition project site: 209 East South Second Street, Seneca, South Carolina 29678; and comply with the specifications. Base Unit (Price must include all equipment, materials, tools, appurtenances, specifications, and warranty) Lump Sum Price: $ TOTAL QUOTE Dollars ($ ) Amounts are shown both in words and figures. If any discrepancy; the amount shown in words shall govern. The above quote prices includes all labor, materials, and equipment, as required; cleaning, removal, overhead, profit, fees, insurance, etc., to cover the several kinds called for. COMPANY NAME COMPANY ADDRESS CONTACT PHONE NUMBER SIGNATURE BY AND FOR THE BIDDER PRINTED NAME OF ABOVE BIDDER DATE OF QUOTE CONTACT City of Seneca reserves the right to reject any or all quotes and to waive any irregularities as deemed necessary. Demolition Services 20

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR PROPOSAL For ReWa Property Agricultural Land Lease REQUEST FOR PROPOSAL For ReWa Property Agricultural

More information

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR PROPOSAL FOR BOILER INSPECTION, CLEANING, AND MAINTENANCE SERVICES REQUEST FOR PROPOSAL For

More information

RENEWABLE WATER RESOURCES

RENEWABLE WATER RESOURCES RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR PROPOSAL For Intranet Redesign REQUEST FOR PROPOSAL For Intranet Redesign I. SCOPE OF SOLICITATION

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP 2019-001 THIS IS NOT AN ORDER PROJECT REQUEST NUMBER: RFP 2019-001 DATE OF INVITATION: APRIL 4, 2019 PROPOSALS WILL BE

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

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

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR BID For RIGHTS OF WAY MAINTENANCE SERVICES REQUEST FOR BID For RIGHTS OF WAY (ROW) MAINTENANCE

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

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

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

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

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

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

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

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

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

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

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

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

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA 52803 REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket

More information

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

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

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

Title: Single Family Mortgage Loan Servicing Property Valuation Services Contract Start Date: March 21, 2018 Contract End Date: February 28, 2023

Title: Single Family Mortgage Loan Servicing Property Valuation Services Contract Start Date: March 21, 2018 Contract End Date: February 28, 2023 Invitation to Bid Tennessee Housing Development Agency Andrew Jackson Building Third Floor 502 Deaderick Street Nashville, TN 37243 www.thda.org ITB No: 31620-00442 Invitation to Bid Release Date: January

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

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

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

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

COUNTY OF GREENVILLE POLICE MOTORCYCLE RFP #28-11/1/18

COUNTY OF GREENVILLE POLICE MOTORCYCLE RFP #28-11/1/18 COUNTY OF GREENVILLE POLICE MOTORCYCLE RFP #28-11/1/18 DEPARTMENT OF GENERAL SERVICES PROCUREMENT SERVICES DIVISION GREENVILLE COUNTY SQUARE 301 UNIVERSITY RIDGE, SUITE 100 GREENVILLE, SOUTH CAROLINA 29601

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

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

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

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library DARLINGTON COUNTY PROCUREMENT IFB: Darlington Library Darlington County Procurement Office Portia E. Davis, Procurement Analyst 1 Public Square, RM 210; Darlington, SC 29532 Telephone: 843-944-8275, Email:

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

HSU Reddie Grill Renovation OFFICIAL BID SHEET

HSU Reddie Grill Renovation OFFICIAL BID SHEET OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

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

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

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

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) THIS AGREEMENT is made this day of, 20, by and between Horry County, a political subdivision of the State of South Carolina, whose Administrative

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information