Asphalt Repair Inc CR 747, Webster, FL License # C (727)

Size: px
Start display at page:

Download "Asphalt Repair Inc CR 747, Webster, FL License # C (727)"

Transcription

1 Asphalt Repair Inc CR 747, Webster, FL License # C (727) asphaltrepairinc@gmail.com Thank you for your interest in our company. We are a third-generation family asphalt business. We keep our crews small to pass savings on to our clients and to ensure consistent quality and perfection. The owner, Jimmy Scott, is active with every job to ensure such quality and remain active with Asphalt Repair Inc. s clients. We take pride in our work and our loyal clients acknowledge that as they refuse to work with any other companies as they see the difference in our quality. Seal-Coating: All asphalt surfaces are prepped with power blowers, sweepers and wire brooms to remove debris. Grass areas are edged for a neat appearance and to reduce overgrowth. We apply oil spot primer as needed. Seal-coat is applied with two coats bidirectional to ensure that all pores are sealed completely. All walkways, curbs, and buildings are swept around with the sealer to guarantee a neat appearance. Striping/Painting: Once the parking lot is ready for striping all striping items contracted will be striped per existing layout or site plans. If contracted, the car-stops will be replaced and/or repainted at this time along with curb painting and any signage installations needed. Patching All repair areas are thoroughly cleaned prior to laying the asphalt. Depending on your bid requirements, patch areas are either thrown-in asphalt or cut-out/milling prepped. However, we do strongly recommend cutouts or milling to lock in the patchwork and ensure longevity. Areas are tacked and filled with hot asphalt mix then compacted to proper density with a whacker plate or vibrating roller. Overlay/Repaving Areas are prepped with power blowers, sweepers and wire broom to remove debris. Tack coat is applied and job is paved to specified average thickness of compacted. New Paving Areas are excavated of debris, 4-6 of base materials installed and compacted. Tack coat is applied and paved to specified average thickness of compacted. Things to Remember for Sealing/Paving Jobs: *If requirements not met, MOB fees can apply* All vehicles must be moved as discussed and plot plans will be drawn if applicable. Please review the Contract Terms and Conditions. If any dumpsters are on the asphalt that you wish to be sealed, you must notify your Waste Truck and ask them to move it until our work is completed. Sprinklers must be off during the entire job. If the sprinklers run prior to our commencement, please make sure they are off 24 hours prior to our first day of work to allow the ground to thoroughly dry. We are avid weather watchers and will not seal-coat or pave during a day that poses a threat to job completion. If the weather prohibits us from work on any day scheduled, you will be notified immediately and the day s work will be rescheduled. The normal drying and curing time for sealer is 24 hours. If an area is under heavy tree or building cover which causes dense shade, please be aware that we will most likely leave the barricades up longer to allow proper drying and cure time. Asphalt can be driven on immediately but we do recommend staying off for 24 hours to allow cooling and avoid tear-ups. We hope that this is the start of a prosperous business partnership for us both as we thank you again for your interest in our company and we hope to make you a happy client soon! Best Regards, Jimmy Scott-Owner/Operator

2 Proposal January 24, 2017 Due to severe price increases, this Bid must be signed within 30 days to maintain the quoted price. Scheduling to follow contract acceptance. Client: Hill Crest MHP Attn: Tom Hancock Bid 2 Specs: Purchase and Install Millings Phone: thomas@serenecommunities.com Location: 2715 Providence Rd. Lakeland, FL. SERVICES: See Contract Terms for Warranty Information 1. Prep Work: Barricade work zone(s). 2. Prep work: Prelevel existing ground. 3. Milling work: Purchase and install up to 60 tons of crushed asphalt millings. Level and Total Including Optional Work Prepared By: Jimmy Scott Date: 24-Jan-17 Office (727) * (352) * (813) * (863) asphaltrepairinc@gmail.com * License # C Amount $3, compact using vibratory roller. Note: Note: A) All striping is per existing layout or site plans. Any layout changes or additional items will be billed per in-field placement. B) Contract to be completed per ARI's coordination with Contractee regarding scheduling - 1 days = 1 mob. Should additional mobilizations be required additional to what ARI schedules, cost will be billed at $850/MOB. C) Project completed weather permitting. D) Excessive cleaning required due to waste from other contractors ie: waste roll-offs, landscape, etc, will be billed at additional hourly rate of $75/hour. E) We are not responsible for any reflective/base cracking. F) We do not guarantee elimination of standing water/positive water drainage or grass growth on existing sites, especially existing concrete sites. G) Overruns beyond 56 tons charged at $75/ton to cover material and fuel. H) Client is responsible for applying herbicide to any areas with existing grass to try and reduce grass re-growth. I) We are not responsible for gutter run offs or drips causing sealer splatters on buildings or any other items. J) We are not responsible for flaking of paint to any curbs or carstops due to multiple applications. K) We are not responsible for and clients/residents tracking/driving through sealer or any of the like. L) Sealer will not fill any cracks or pours areas it will seal and prolong water seepage, extending the life of the asphalt. M) All optional work pricing in only good with standard work price/services. Optional work is a add on to already existing work and not valid unless contracted with other services of the like or a $550 surcharge will be added. * All jobs are billed per in-field placement. * All jobs are subject to surcharge at time of completion. * Permitting Requirements: If Permitting is required. All permit costs via City/County and $100/hr ARI preparation billings will be applied to final invoice. * Rushed projects will void any and all warranties Initial: TOTAL $ 3, To accept this proposal as the official contract and begin work, initial this bid page under the "Total" box, initial pages 1 of the contract terms and fully sign page 2 of the Non Exclusive Independent Contractor Agreement. Fax or the initialed and signed contract back to ARI. All jobs are required to have 50% down (see contract). Full payment is due upon completion. Penalties will be applied for delinquencies as stated on following pages of this bid in the "Non Exclusive Independent Contractor Agreement". By initialing this bid and signing the contract, you hereby accept all Contract Terms and Conditions.

3 Proposal January 24, 2017 Due to Severe Price Increases, this Bid must be signed within 30 Days to maintain the quoted price. Scheduling to follow contract acceptance. Client: Hill Crest MHP Attn: Tom hancock Bid 1 Specs : Full Phase Overlay Ph: thomas@serenecommunities.com Location: 2715 Povidence Rd. Lakeland, FL. SERVICES: See Contract Terms for Warranty Information 1. Prep: Barricade work area. Saw cut/mill out areas as needed and for transitions. Clean roadways using power sweepers and brooms. Haul away debris. 2. Prep: Apply SSI Tack Coat to asphalt. 3. Overlay: Overlay existing asphalt area, as discussed, appx 12,500 total SF with S-3 hot asphalt. Up to 100 total tons needed. Level and compact with vibratory roller. Technical Specs: All asphalt is laid with a minimum temperature of appx 280 F mol. Thickness based on an 'average' thickness of appx 1"-1.25" in-field placement. 4. Finals: Apply Silica Sand to reduce power steering marks and clean up job site. Amount $15, Note: A) All striping is per existing layout or site plans. Any layout changes or additional items will be billed per in-field placement. B) Contract to be completed per ARI's coordination with Contractee regarding scheduling - 3 days = 1 mob. Should additional mobilizations be required additional to what ARI schedules, cost will be billed at $850/MOB. C) Project completed weather permitting. D) Excessive cleaning required due to waste from other contractors ie: waste roll-offs, landscape, etc, will be billed at additional hourly rate of $75/hour. E) We are not responsible for any reflective/base cracking. F) We do not guarantee elimination of standing water/positive water drainage or grass growth on existing sites, especially existing concrete sites. G) Overruns beyond 100 tons charged at $175/ton to cover material and fuel. H) Client is responsible for applying herbicide to any areas with existing grass to try and reduce grass re-growth. I) We are not responsible for gutter run offs or drips causing sealer splatters on buildings or any other items. J) We are not responsible for flaking of paint to any curbs or carstops due to multiple applications. K) We are not responsible for and clients/residents tracking/driving through sealer or any of the like. L) Sealer will not fill any cracks or pours areas it will seal and prolong water seepage, extending the life of the asphalt. M) All optional work pricing in only good with standard work price/services. Optional work is a add on to already existing work and not valid unless contracted with other services of the like or a $550 surcharge will be added. * All jobs are billed per in-field placement. * All jobs are subject to surcharge at time of completion. * Permitting Requirements: If Permitting is required. All permit costs via City/County and $100/hr ARI preparation billings will be applied to final invoice. * Rushed projects will void any and all warranties. TOTAL $15, Initial: Total Including Optional Work $15, To accept this proposal as the official contract and begin work, initial this bid page under the "Total" box, initial pages 1 of the contract terms and fully sign page 2 of the Non Exclusive Independent Contractor Agreement. Fax or the initialed and signed contract back to ARI. All jobs are required to have 50% down (see contract). Full payment is due upon completion. Penalties will be applied for delinquencies as stated on following pages of this bid in the "Non Exclusive Independent Contractor Agreement". By initialing this bid and signing the contract, you hereby accept all Contract Terms and Conditions. Prepared By: Jimmy Scott Date: 24-Jan-17 Office (727) * (352) * (813) * (863) asphaltrepairinc@gmail.com * License # C

4 NON-EXCLUSIVE INDEPENDENT CONTRACTOR AGREEMENT This INDEPENDENT CONTRACTOR AGREEMENT (the Agreement ) is effective as of the _24 th _ day of _January _, 2017, and is made by and between Asphalt Repair Inc. ( ARI ), and Hill Crest MHP / Tom Hancock ("CONTRACTEE ). RECITALS A. ARI, an independently owned entity, is engaged in the business of laying and repairing asphalt, as well as services related thereto. B. CONTRACTEE hereby offers to contract with ARI, and ARI hereby agrees to contract with CONTRACTEE as a non-exclusive independent contractor subject to the terms and conditions set forth in this Agreement. The initial term of this Agreement ( Term ) shall commence upon CONTRACTEE s execution, as indicated by the above date (the Effective Date ), and shall remain in effect until notice of termination is given or the job is complete (the Expiration Date ). C. The respective obligations of the parties, as more fully set forth below, shall be mutually enforceable at the time of CONTRACTEE s execution of the Agreement. NOW, THEREFORE, in consideration of the promises and the mutual covenants set forth in this Agreement and good and valuable consideration the receipt and sufficiency of which is herby acknowledged, and intending to be legally bound, ARI and CONTRACTEE agree as follows: 1. RECITALS A. The above Recitals are true and correct and incorporated herein by reference. 2. WARRANTY A. ARI guarantees it s seal-coating and striping work for a period of 1 year (with restrictions as noted on Proposal) in regards to chipping, peeling and/or excessive/premature wear. To the extent ARI is found to be at fault (ie: improper cleaning preparation; application), ARI will pay for the materials and labor for remedial work. To the extent ARI is not at fault, ARI guarantees only the labor to remedy the defective seal-coating and/or striping work and CONTRACTEE shall pay for the materials in the event ARI s supplier/manufacturer does not replace the material(s) at no cost. B. ARI guarantees its asphalt work for a period of 6 months in regards to premature deterioration (with restrictions as noted on Proposal). If ARI is found to be at fault for asphalt issues (ie: improper application technique /preparation work), the asphalt will be fully guaranteed under this warranty and any needed remedial work completed should ARI deem it necessary. C. In the event that ARI is not found to be at fault, then ARI will contact the asphalt supplier to verify whether the asphalt mix was a bad mix. Should the asphalt supplier determine that it was a bad mix and the supplier reimburse/resupply new asphalt, the job will be repaired by ARI at no charge. If the mix is found to pass testing and determined not to be a bad mix and ARI is found to not be at fault - no warranty applies. Should the CONTRACTEE desire remedial work at that point that no warranty applies, CONTRACTEE agrees to pay for the supplies and materials needed for the repair and ARI will provide the labor as a good-faith gesture to repair the job at no charge under this warranty. D. Warranty Restrictions - In addition to any job specific items set forth in Proposal, ARI is not liable/cannot warranty the following: seal-coating on concrete; asphalt work on concrete; grass growth on existing sites; paving over pervious surface; positive drainage on existing sites with inadequate line, grade or pitch; costs of testing, inspections or surveys not covered by ARI unless otherwise specified. i. Under no circumstances will any job or service completed under this contract be warranted for if job is rushed for any reason per the CONTRACTEE s request (such as to satisfy inspection dates or obtain permitting), emergency rush repairs, or any job that is not planned and completed according to ARI s normal standards and procedures. ii. ARI is not responsible for damage done to the job site as a result of negligence, trespassing or other improper use of the site, including but not limited to: damage caused by vehicles or pedestrians in a barricaded area, damage cause by construction equipment that is allowed on the worksite within 1-2 weeks after completion of the job, malicious behavior, and/or neglect of another contractor on-site of the job (e.g. landscaping or utility contractors). If area(s) need to be touched-up or re-serviced for any reasons caused by such actions above yet not limited to, and CONTRACTEE wishes for Asphalt Repair Inc. to return on another date to touch up area(s), CONTRACTEE will be billed for MOB fee(s), unless otherwise noted. 3. INSURANCE A. ARI is covered by liability insurance in the event that ARI is at fault for neglectful or accidental actions. ARI is also covered by workers compensation insurance and commercial automobile insurance. This shall not serve as a representation of the scope of ARI s insurance or ARI s responsibility to those making a claim, but is for informational purposes only. B. ARI is not responsible for any utilities or damage caused by the inherent nature of the project, in either the short or long terms. C. ARI is not responsible for any loss or damage to cars, trucks, boats, trailers, etc. that are chosen to be left on the premises on the contracted days of work. Should any vehicles, etc. be left on the premises and causing an impediment to ARI s completion of the work contracted for, ARI reserves the right to have any such vehicles towed or removed at the property owner s expense as dictated by private property/towing signs. In the event that a vehicle cannot be moved and CONTRACTEE wishes for ARI to return on another date to touch up an area, CONTRACTEE will be billed for a trip charge of $175 unless otherwise noted. If the owner of a vehicle left on the premises is unable to be located or contacted and CONTRACTEE has left the responsibility to ARI to have it removed on the contracted days of work by neglecting to monitor the premises, ARI reserves the right to bill CONTRACTEE for the towing and/or moving expenses. 4. OVERAGES A. Jobs to be billed per actual in-field placement of material. B. Jobs requiring asphalt, limerock, crushed stone, etc are subject to overages as jobs are bid at base amounts needed. Although measurements and estimates dictate a certain amount of material, at the time of actual installment the amount of material may be more than estimated due to unforeseen obstacles, grade challenges, etc. Overages, if needed, are billed at a minimum rate to cover material and transport to ensure that project is completed properly. CONTRACTEE Initial: Pg 1 V2.2012

5 C. Overage rates: Asphalt - $175/ton overage; Asphalt Millings - $55/ton overage; limerock/crushed concrete - $75/ton overage; concrete - $250/yard overage; 57 Stone - $75/ton overage, $175/per brick of crack filler. 5. PERMITS A. CONTRACTEE agrees to any permitting requirements as set forth by ARI in contract and communication for project commencement and to pay all fees that are required for ARI to perform the permitting process. B. Any fines imposed on ARI resulting from CONTRACTEE s failure to obtain the proper legal documentation required to allow ARI to perform the work contracted for will be billed to CONTRACTEE. 6. PAYMENT STIPULATIONS A. CONTRACTEE agrees to pay a sum of _$ (in addition to any applicable overages - to be determined) to ARI for the work performed by ARI. This amount is reflected in the Proposal, which is executed and expressly agreed to contemporaneously herewith. B. If the amount of payment for job completion in paragraph 6A is greater than $0.00, ARI requires CONTRACTEE to pay 50% of the total in paragraph 6A a minimum of 7 days prior to commencement of work for purchase of materials. C. CONTRACTEE agrees to make payment of the total fee agreed to in paragraph 6A by cash or check within 10 days of completion of the work by ARI. D. CONTRACTEE will be charged a late fee in the amount of 8% of the total fee agreed to in paragraph 6A on the 10th day. E. CONTRACTEE will be charged an additional late fee in the amount of 2% of the total amount agreed to in paragraph 6A at the conclusion of each successive 10-day period thereafter that payment is still not received (18% / annum). F. CONTRACTEE will be billed directly for each individual late fee charge, and will be responsible for directing the billing information to CONTRACTEE s accounting service. G. CONTRACTEE agrees to make all checks payable to: Asphalt Repair Inc. H. Should CONTRACTEE fail to pay any portion of the applicable fee amount agreed to in Paragraph 6A, or interest as noted in 7D, 7E & 7F, ARI reserves the right to take any and all actions necessary to resolve and receive full payment(s) owed. I. CONTRACTEE agrees to pay all costs of collection including court costs and reasonable attorney fees in state, federal, bankruptcy, and appellate courts. 7. DAMAGES IN THE EVENT OF BREACH A. CONTRACTEE agrees to pay to ARI a minimum fee of 30% (30% fee plus any materials, fuel, labor, etc lost) of the total amount agreed to in paragraph 6A should the contract be repudiated or breached either before or after commencement of work. The parties agree that this amount is a reasonable estimate of the damages ARI will incur in the event of CONTRACTEE s breach. B. Nothing herein shall limit CONTRACTEE s ability to sue for any available remedies under Florida law in the event of a breach by ARI. C. Nothing herein shall limit ARI from taking any and all actions necessary to resolve any non-compliance issues from the CONTRACTEE and receive full payment(s) owed. D. In addition to all other sums owed at the time of repudiation, CONTRACTEE agrees to make payment of the total fee agreed to in paragraph 7A by cash or check within 10 days of repudiation of this contract. E. In the event CONTRACTEE fails to make payment when due, CONTRACTEE will be charged a late fee as set forth in paragraphs 6D & 6E. 8. VENUE/JURISDICTION A. Any litigation arising from this agreement shall be brought exclusively within the chosen county of ARI and agreed upon by CONTRACTEE by signing this contract. CONTRACTEE: *Must be property owner; officer or director of property or business or given authorization in writing by such in order to accept contract* (Signature) (Print name) ARI: By: (Signature) (Print name) Date: (Representative For) Address: Date: *All contract acceptances are subject to approval by our credit department prior to being bound as mutual contract. CONTRACTEE Initial: Pg 2 V2.2012

6

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019 TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019 NOTICE TO BIDDERS As a matter of general information, each bidder is encouraged to direct specific attention to each of the points outlined

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT BEFORE YOU CAN PERFORM ANY CONSTRUCTION OR MAINTENANCE WORK IN THE PUBLIC RIGHT-OF-WAY, YOU MUST HAVE A VALID ENCROACHMENT PERMIT ISSUED BY THIS DEPARTMENT This work includes but is not limited to driveway

More information

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2018-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2018-001 ASPHALT PAVING PROJECT

More information

BOONE COUNTY, ILLINOIS

BOONE COUNTY, ILLINOIS BOONE COUNTY, ILLINOIS Bid Requirements for RCI-16-06 (Bid Number) Material(s) or Services: 1. Seal Coating at the Logan Avenue Campus Parking Lot. 2. Crack Filling at the Logan Avenue Campus Parking Lot.

More information

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND REQUEST FOR PROPOSAL (RFP) PW2017-12 CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND RFP Closing: July 10, 2017 at 11:00 a.m. RFP Opening: Immediately following the closing

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2017-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2017-001 ASPHALT PAVING PROJECT

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

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

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

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

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

Any additional services not detailed in the Quotation, and the price is subject to variation to take account of changes in any exclusions.

Any additional services not detailed in the Quotation, and the price is subject to variation to take account of changes in any exclusions. STANDARD TERMS & CONDITIONS for QUOTATIONS. Bitu-mill (Road Maintenance) Pty Ltd, Bitu-mill (Civil) Pty Ltd, Bitu-mill Services Pty Ltd and Bitu-mill Equipment Pty Ltd ( Bitu-mill ) These terms and conditions

More information

BROWARD COUNTY HOUSING AUTHORITY SOLICITATION NUMBER QR QUOTATION REQUEST SEAL COATING, RE-STRIPING AND PARKING LOT REPAIRS FOR MEYERS ESTATE

BROWARD COUNTY HOUSING AUTHORITY SOLICITATION NUMBER QR QUOTATION REQUEST SEAL COATING, RE-STRIPING AND PARKING LOT REPAIRS FOR MEYERS ESTATE BROWARD COUNTY HOUSING AUTHORITY SOLICITATION NUMBER QR 17-252 QUOTATION REQUEST SEAL COATING, RE-STRIPING AND PARKING LOT REPAIRS FOR MEYERS ESTATE QUOTE DUE DATE: APRIL 06, 2017, 2:00 PM, EST Please

More information

BE IT RESOLVED BY THE BOARD OF DIRECTORS OF GALVESTON COUNTY MUNICIPAL UTILITY DISTRICT NO.

BE IT RESOLVED BY THE BOARD OF DIRECTORS OF GALVESTON COUNTY MUNICIPAL UTILITY DISTRICT NO. ORDER ESTABLISHING RATES FOR WATER AND SEWER SERVICE; PROVIDING FEES FOR CONNECTION AND RECONNECTION; ESTABLISHING REGULATIONS FOR WATER AND SEWER SERVICE; AND CONTAINING OTHER PROVISIONS RELATING TO THE

More information

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5 Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan

More information

Fees: An application fee of one hundred dollars ($100) shall be included with the application submission.

Fees: An application fee of one hundred dollars ($100) shall be included with the application submission. Town of Conway, NH Construction/Driveway Permit Adopted by the Board of Selectmen, November 26, 1996 Applicability: In accordance with NH RSA Chapter 236 and the legislative authority cited in 131-1, 131-67.C.8.(j),

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

RESERVE STUDY LEVEL II UPDATE WITH VISUAL SITE INSPECTION. Prepared for:

RESERVE STUDY LEVEL II UPDATE WITH VISUAL SITE INSPECTION. Prepared for: RESERVE STUDY LEVEL II UPDATE WITH VISUAL SITE INSPECTION Prepared for: MEADOWWOOD GLEN HOMEOWNER S ASSOCIATION Prepared by: CRITERIUM PFAFF ENGINEERS 12128 N. DIVISION ST. #200 (509)467-8554 Site Inspection:

More information

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at. Homeowner Contractor HomeStyle Renovation Contract Loan Number: Date: Borrower Name(s): Phone #: Phone #: THIS CONSTRUCTION CONTRACT ( Contract ) dated as of by and between ( Owner ) and ( Contractor )

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

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015.

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015. INVITATION TO BID The Etowah County Commission will, on June 22, 2015 in the Commission Chambers, 1st floor, 800 Forrest Avenue, Gadsden, AL, receive competitive bids on SUPERPAVE BITUMINOUS CONCRETE ASPHALT

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

EXCAVATION PERMIT GUIDELINES

EXCAVATION PERMIT GUIDELINES TOWN OF HANOVER, NEW HAMPSHIRE PUBLIC WORKS DEPARTMENT PO Box 483, 194 Lebanon St TEL. 643-3327 FAX. 643-0736 EXCAVATION PERMIT GUIDELINES 1. Application & Permit (Page 1 & 2): a. Application must be filled

More information

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association 2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association This agreement is made by and between (Contractor) and the Neighborhood Association (Neighborhood) for the calendar year January

More information

Invoice. GPM Realty Group LLC 2 Progress Drive #4398 Clifton Park, NY 12065

Invoice. GPM Realty Group LLC 2 Progress Drive #4398 Clifton Park, NY 12065 Invoice GPM Realty Group LLC 2 Progress Drive #4398 Clifton Park, NY 12065 Billing Address Redburn Development-South Lake Apartments South Lake Ave Assoc., LLC 255 Washington Ave Ext. Suite 103 Albany,

More information

INVITATION TO BID EOE

INVITATION TO BID EOE INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for asphalt repair, parking lot sealing and striping for the Family Courts Juvenile Division at 920 N. Vandeventer Ave

More information

Invitation to Bid COLUMBUS METROPOLITAN LIBRARY. Parking Lot Repairs REVISED: Refer to pages 8 and 9 for updated instructions.

Invitation to Bid COLUMBUS METROPOLITAN LIBRARY. Parking Lot Repairs REVISED: Refer to pages 8 and 9 for updated instructions. COLUMBUS METROPOLITAN LIBRARY Invitation to Bid Parking Lot Repairs 2016-2017 REVISED: Refer to pages 8 and 9 for updated instructions. Issue Date: June 28, 2016 ITB Number: CML # 16-009 Issued by: Procurement

More information

Invoice. Lifetime Roofing 890 West Center St. #5 North Salt Lake, UT Office Phone:

Invoice. Lifetime Roofing 890 West Center St. #5 North Salt Lake, UT Office Phone: Invoice Lifetime Roofing 890 West Center St. #5 North Salt Lake, UT 84054 Office Phone: 801-928-8881 office@lifetimeroofingutah.com Bill To Benny Cordova Jr 12659 Bridgecreek Way Draper, UT 84020 Mobile

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

CUSTOMER S ACCEPTANCE OF

CUSTOMER S ACCEPTANCE OF Force Vector Master Contract for Equipment Rental and Services 1) FVI s Business. (a) Force Vector, Inc., an Illinois corporation, ( FVI ) rents various types of industrial equipment ( Rented Equipment

More information

DRY SWEEPING SERVICES AGREEMENT

DRY SWEEPING SERVICES AGREEMENT DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware

More information

Snow and Ice Maintenance Contract between Owner and Contractor

Snow and Ice Maintenance Contract between Owner and Contractor [Insert contractor logo or letterhead] Snow and Ice Maintenance Contract between Owner and Contractor (the "Contractor") and (the "Owner") by this Agreement made this day of, 200_ agree as follows: 1.

More information

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70. TRENCH PERMIT CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) 692-4266 - Please Fax at (603) 692-4281 Date: Permit# Dig Safe # Fee = $70.00 Name of Applicant Address of Applicant Phone Number Reason for Excavation

More information

Sprinkler Warehouse 8535 Jackrabbit Road Unit A Houston, TX 77095

Sprinkler Warehouse 8535 Jackrabbit Road Unit A Houston, TX 77095 COM PL ETE T HE F OL LOW ING ST EPS PLACE ORDER ONLINE FOR PRO-700 RENTAL PRINT THIS FORM READ THIS AGREEMENT THOROUGHLY COMPLETE, SIGN & DATE THE AGREEMENT EMAIL Pages 1-5 (within 48 hours) to SWService@sprinklerwarehouse.com

More information

City of Albuquerque Procurement Contract

City of Albuquerque Procurement Contract Page 1 of 12 Description: Asphalt Concrete Patch Material State of NM Price Agreement: 30-805-13-09725 Expires 5/19/2016 with the option to extend for three additional years on a year-to-year basis. Estimate

More information

Invitation to Bid. Asphalt and Concrete Repairs Bid No

Invitation to Bid. Asphalt and Concrete Repairs Bid No Invitation to Bid Transportation and Public Works Department Asphalt and Concrete Repairs Bid No. 2016-019 Sealed bids will be received until 2:00 PM CST on Tuesday, September 13, 2016 Return Bid to: Purchasing

More information

Closet(s), Kitchen Cabinet Re-facing (s) & Garage(s) Renovation Contract

Closet(s), Kitchen Cabinet Re-facing (s) & Garage(s) Renovation Contract Closet(s), Kitchen Cabinet Re-facing (s) & Garage(s) Renovation Contract Between Contractor (name of company) PERFECT FIT CANADA LTD. Operating As - Perfect Fit Closets Address 3345 Kingsway, Suite 606,

More information

Pool Cover & Roller User Guide

Pool Cover & Roller User Guide Specialists in pool covers & pool liners Pool Cover & Roller User Guide Heatseeker Diamond Pool Blanket call us on 1800 039 996 Heatseeker Diamond Table of Contents Overview 3 Caring for your Blanket 4

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

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

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

NOTICE OF VARIOUS BID RENEWALS

NOTICE OF VARIOUS BID RENEWALS NOTICE OF VARIOUS BID RENEWALS April 22, 2015 TO WHOM IT MAY CONCERN: This letter shall serve notice that the Board of Acquisition and Contract (BAC) approved the following bid renewal option on April

More information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

More information

MOPAR Essential Tools and Service Equipment Rental Agreement

MOPAR Essential Tools and Service Equipment Rental Agreement MOPAR Essential Tools and Service Equipment Rental Agreement Complete the information requested in all the fields below and sign and date this agreement. Please write legibly. FAX pages 1 and 2 (completed

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

ADOPTED BY SIV BOARD

ADOPTED BY SIV BOARD SAN IGNACIO VISTAS INC. FUNDING PLAN 2016-2050 FOR THE RRP (REPLALCEMENT RESERVE PLAN) This plan is reviewed and adjusted as needed on an annual basis Year Contributions Expenditures Opening RETURN Reserve

More information

Landlord Rental Agreement

Landlord Rental Agreement Rental Agreement THIS AGREEMENT is hereby entered into between (OWNER/ MANGAGER), and (TENANT), for the rental of the property at:, under the following terms and conditions. 1. COMMENCING This rental agreement

More information

ProMinent Verder B.V.

ProMinent Verder B.V. Terms & Conditions ProMinent Verder B.V. (30100444) Filed at the Chamber of Commerce on 29-01-2015 1. General 1.1 These terms and conditions use the following terms and definitions: Product: items, as

More information

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents. Administrative Procedure 515 FACILITIES AND MAINTENANCE TENDERING Background Golden Hills School Division believes in purchasing goods and services at competitive prices, treating suppliers fairly and

More information

REQUEST FOR QUOTATION (RFQ) Sidewalk Trip Hazard Remediation Concrete Sidewalk Shaving

REQUEST FOR QUOTATION (RFQ) Sidewalk Trip Hazard Remediation Concrete Sidewalk Shaving REQUEST FOR QUOTATION (RFQ) Sidewalk Trip Hazard Remediation Concrete Sidewalk Shaving A. INTRODUCTION The is accepting quotations for the remediation of concrete sidewalks in Kindersley, Saskatchewan.

More information

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren

More information

Project No Paving & Seal Coat of 52 nd Street NE

Project No Paving & Seal Coat of 52 nd Street NE I. TABLE OF CONTENTS I. TABLE OF CONTENTS II. APPROVAL OF ENGINEER III. INFORMATION TO BIDDERS IV. GENERAL PROVISIONS V. SPECIAL PROVISIONS VI. BIDDER S PROPOSAL Project No. 0077 Paving and Seal Coat of

More information

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT 2019-18 LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT DESCRIPTION This work shall consist of one or more applications of bituminous material applied to the prepared surface and

More information

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY January 5, 205 2 Partially Completed Single Family Lots (65' x 5' typical) 46 Completed Townhome Pads (22' x 50' typical) Sale. This letter of intent outlines

More information

FULL RESERVE STUDY FUNDING ANALYSIS PLAN Level I

FULL RESERVE STUDY FUNDING ANALYSIS PLAN Level I FULL RESERVE STUDY FUNDING ANALYSIS PLAN Level I QUALCHAN HILLS HOMEOWNER S ASSOCIATION Prepared by: CRITERIUM PFAFF ENGINEERS 12128 N. DIVISION ST. #200 (509)467-8554 6 AUGUST 2012 CONTENTS 1.0 INTRODUCTION...

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

More information

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND REQUEST FOR PROPOSAL (RFP) PW2016-15 RFP Closing: August 29, 2016 at 11:00 a.m. RFP Opening: Immediately following the closing deadline RFP s Will Be Received By: Michelle Jones, Manager of Facilities

More information

Blank Fixed-Term Residential Lease

Blank Fixed-Term Residential Lease Blank Fixed-Term Residential Lease IDENTIFICATION OF MANAGEMENT AND RESIDENT: This Agreement is entered into between Name, Name ( Residents ) and Apartment Management Services, LLC. ( Management ). Each

More information

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 SPECIFICATIONS AND BID FORMS FOR DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 WESTON MIDDLE SCHOOL MANDATORY WALK-THRU ON FRIDAY, JUNE 7 th at 10:00 A.M. at WESTON MIDDLE SCHOOL, 135 SCHOOL RD., WESTON,

More information

Fort Worth s Experience with the Use of SBR Latex in Hot Mix

Fort Worth s Experience with the Use of SBR Latex in Hot Mix Fort Worth s Experience with the Use of SBR Latex in Hot Mix SBR Latex October 14, 2015 What is the Issue? Oxidation of Surface Mix 3-6 months after Surface Course Placement Crack Sealing First Season

More information

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming City of Charlevoix ADVERTISEMENT FOR BIDS Tree Trimming The City of Charlevoix will accept sealed proposals for the removal and disposal of hazardous limbs, dead trees and stump grinding until 10:00 am

More information

RFP Response Due Date: Friday, July 13, 2018 by 12 pm CST. Contact:

RFP Response Due Date: Friday, July 13, 2018 by 12 pm CST. Contact: REQUEST FOR PROPOSAL (RFP) FOR SEALING & STRIPING OF THE SAINT LOUIS SCIENCE CENTER FOUNDATION S SERVICE & DELIVERY DRIVE AND THE JAMES S MCDONNELL PLANETARIUM PARKING LOT AND DRIVE Issue Date: July 2,

More information

Amendment Issue date

Amendment Issue date P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com PROJECT NAME: DESCRIPTION: DATE ISSUED: 10/26/2018 REQUEST FOR BIDS Asbestos Abatement & Demolition Services 908 S. Main St (Parcel

More information

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents- FULTON PUBLIC SCHOOL DISTRICT 2019 Property Mowing Services -Request of Proposals (RFP) & Contract Documents- 1 TABLE OF CONTENTS Table of Contents 2 Notice to Bidders 3 Instructions to Bidders 4 Certification

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

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

Wentworth Distributors NZ Ltd Terms & Conditions of Trade Definitions Acceptance Electronic Transactions Act 2002 Change in Control

Wentworth Distributors NZ Ltd Terms & Conditions of Trade Definitions Acceptance Electronic Transactions Act 2002 Change in Control 1. Definitions 1.1 WDNZL means Wentworth Distributors NZ Ltd, its successors and assigns or any person acting on behalf of and with the authority of Wentworth Distributors NZ Ltd. 1.2 Client means the

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

REPLACEMENT OF MERCER COUNTY BRIDGE

REPLACEMENT OF MERCER COUNTY BRIDGE ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade

More information

CITY OF PANAMA CITY BEACH SPECIAL EVENT AGREEEMENT

CITY OF PANAMA CITY BEACH SPECIAL EVENT AGREEEMENT CITY OF PANAMA CITY BEACH SPECIAL EVENT AGREEEMENT THIS AGREEMENT is made and entered into this day of 2017, by and between the City of Panama City Beach, Florida, a municipal corporation (the City ),

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

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington is seeking proposals for the purpose of establishing a list of vendors

More information

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,

More information

THE RETREAT AT RIVER PARK PLACE

THE RETREAT AT RIVER PARK PLACE 3218 Fannin Road Melissa, TX 75454 (972) 562-1011 TEL Firm Reg. No F-4577 www.criteriumdotson.com PROPERTY EVALUATION AND RESERVE FUND STUDY THE RETREAT AT RIVER PARK PLACE FORT WORTH, TEXAS Prepared for:

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

FORM AGREEMENT C MASTER CHASSIS USE AGREEMENT

FORM AGREEMENT C MASTER CHASSIS USE AGREEMENT FORM AGREEMENT C MASTER CHASSIS USE AGREEMENT THIS CHASSIS USE AGREEMENT (this Agreement ) is made as of is made as of this day of, 20, by and between (CCM POOL LLC ), a Delaware limited liability company

More information

Volkswagen Special Tools Loan Agreement

Volkswagen Special Tools Loan Agreement Volkswagen Special Tools Loan Agreement Complete the information requested in all the fields below and sign and date this agreement. Please write legibly. Dealership Information Dealership Name Dealership

More information

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231) Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN

More information

2018 WASTE REMOVAL SERVICES CONTRACT

2018 WASTE REMOVAL SERVICES CONTRACT 2018 WASTE REMOVAL SERVICES CONTRACT Contact and Property Information Customer Name: Property Address: 500 Crestridge Avenue, Colorado Springs, CO 80906 CFO@sziawaste.com scheduling@sziawaste.com 720.473.2608

More information

LEGAL BUSINESS/ INDIVIDUAL NAME: PHONE: FAX: DATE BUSINESS STARTED: STREET ADDRESS: CITY: STATE: ZIP: BILLING ADDRESS: CITY: STATE: ZIP:

LEGAL BUSINESS/ INDIVIDUAL NAME: PHONE: FAX: DATE BUSINESS STARTED: STREET ADDRESS: CITY: STATE: ZIP: BILLING ADDRESS: CITY: STATE: ZIP: CREDIT APPLICATION AND AGREEMENT PLEASE PRINT ACADIAN MILLWORK & SUPPLY CO., INC. TODAY S DATE: 13233 RONALD REAGAN HWY SALESMEN: PHONE: (985) 892-4000 OR (800) 349-9663 FAX: (985) 892-4010 LEGAL BUSINESS/

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the

More information

Tall Firs Homeowners Association Board of Directors Meeting Minutes Thursday July 9, 2009

Tall Firs Homeowners Association Board of Directors Meeting Minutes   Thursday July 9, 2009 Thursday July 9, 2009 Board of Directors Staff P Joan Lechter, Secretary Phase 1 (E) P Robb White Property Manager P Dottie Manfred, President Phase 1 (O) P Jeff Hilde, Resident Manager P Mick Crawford,

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT PERFORMANCE WARRANTY. CFS:EMC 1 of 7 APPR:KPK:DBP: FHWA:APPR:

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT PERFORMANCE WARRANTY. CFS:EMC 1 of 7 APPR:KPK:DBP: FHWA:APPR: MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT PERFORMANCE WARRANTY CFS:EMC 1 of 7 APPR:KPK:DBP:12-07-12 FHWA:APPR:12-18-12 a. Description. The pavement performance warranty consists

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 4.g Meeting Date: March 6, 2017 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: ADA-DOJ CURB RAMPS 2016-2017 City

More information

SPECIMEN OF INDEMNITY AND WARRANTY INDEMNITY AND WARRANTY FOR WORKS. THIS DEED OF INDEMNITY AND WARRANTY is made the day of

SPECIMEN OF INDEMNITY AND WARRANTY INDEMNITY AND WARRANTY FOR WORKS. THIS DEED OF INDEMNITY AND WARRANTY is made the day of SPECIMEN OF INDEMNITY AND WARRANTY INDEMNITY AND WARRANTY FOR WORKS THIS DEED OF INDEMNITY AND WARRANTY is made the day of By (1 having its registered office at (hereinafter called "the Contractor" of

More information

Certificate of Product Guarantee and Benefits Transferred SECURE RIDE NIT ROGEN PRODUCT GUARANTEE

Certificate of Product Guarantee and Benefits Transferred SECURE RIDE NIT ROGEN PRODUCT GUARANTEE Validation #: RT376659 VIN: gx123456 Loss Benefit Coverage: $5,000.00 Term from Effective Date: 18 month Certificate of Product Guarantee and Benefits Transferred SECURE RIDE NIT ROGEN PRODUCT GUARANTEE

More information

Request for Proposals Parking Lot Services

Request for Proposals Parking Lot Services Request for Proposals Parking Lot Services The St. Cloud Housing and Redevelopment Authority is accepting proposals from qualified individuals or firms to provide parking lot crack filling, seal coating

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

More information

Residential Debris Removal Right-of-Entry Permit Checklist for Property Owners

Residential Debris Removal Right-of-Entry Permit Checklist for Property Owners Residential Debris Removal Right-of-Entry Permit Checklist for Property Owners Butte County and the Town of Paradise are working with CalOES and other federal and state partners in a program to facilitate

More information

REGISTERED CONTRACTOR AGREEMENT

REGISTERED CONTRACTOR AGREEMENT REGISTERED CONTRACTOR AGREEMENT THE RESTORATION COMPANY Technical Service Department. 2628 Pearl Road. Medina, OH 44256 RESTORATION SOLUTIONS FOR EVERY ROOF & WALL Phone: 800-551-7081. Fax: 800-382-1218

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

Thanks! With The Lawn Barber Corporation servicing your lawn. It s about time*.

Thanks! With The Lawn Barber Corporation servicing your lawn. It s about time*. Dear Client, Thanks! Why not let us give you your weekends back? With The Lawn Barber Corporation servicing your lawn. It s about time*. * Rather than mowing your lawn and maintaining your lawn mower &

More information

2017 Paving Program for the County of El Paso. Bid #

2017 Paving Program for the County of El Paso. Bid # 2017 Paving Program for the County of El Paso Bid # 17-022 Opening Date 06/01/2017 1 El Paso County Code of Ethics Training Affidavit (This form must be signed by an officer, principal, or individual authorized

More information

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

More information